Loading...
HomeMy WebLinkAbout27367Quinn Company PO Box 12625 Fresno, CA 93778 County of Fresno INTERNAL SERVICES DEPARTMENT ROBERT BASH, DIRECTOR -CIO Facility Services Fleet Services • Graphics Information Technology Purchasing Security • Telecommunications PROCUREMENT AGREEMENT Agreement Number P-14-447-M August 13, 2014 The County of Fresno (County) hereby contracts with Quinn Company (Contractor) to provide a Water Truck in accordance with the text of this agreement, Attachment "A", County of Fresno Request for Quotation No: 760-5288 and the attached contractors response to County of Fresno Request for Quotation No: 760-5288 by this reference made a part hereof. TERM: This Agreement shalf become effective August 20, 2014 and shallremain in:'@ftect through August 19, 2020. · ··' MINIMUM ORDERS: Unless stated otherwise there shalf be no minimum order quantity. The County reserves the right to increase or decrease orders or quantities. CONTRACTOR'S SERVICES: Contractor shalf perform the services as described in Attachment "A" attached, at the rates set forth in Attachment "A". ORDERS: Orders will be placed on an as-needed basis by Department of Public Works and Planning -Resources Division under this contract. PRICES: Prices shall be firm for the contract period. MAXIMUM: In no event shalf services performed and/or fees paid under this Agreement be in excess of Two-Hundred Sixty-Two Thousand Three-Hundred Twelve Dollars and Seventy-Six Cents ($262,312.76). ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as deemed necessary. Such additions shall be made in writing and signed by both parties. DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be delivered complete as specified. All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. 4525 E. Hamilton Avenue 1 Fresno, California 93702-45991 (559) 600-7110 1 Fax (559) 600-7126 PROCUREMENT AGRt::.EMENT NUMBER: P-14-447-M Quinn Company August13,2014 Page 2 DEFAULT: In case of default by Contractor, the County may procure the articles/services from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County. The prices paid by County shall be considered the prevailing market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not meet specifications, will be at the expense of Contractor. INVOICING: An itemized invoice in duplicate shall be mailed to requesting County department in accordance with invoicing instructions included in each order referencing this Agreement. The Agreement number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days. INVOICE TERMS: Net forty five (45) days from the later of (1) Receipt of invoice or (2) Date of project completion. TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30) days written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at feast three years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. LIABILITY: The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and employees from any and all claims for damage or other liability, including costs, expenses, causes of action, claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this Agreement. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: G:\PUBLIC\CQ~CTS & EXTRACTS\M\P-14-447-MAGREEMENT.DOC PROCUREMENT AGREEMENT NUMBER: P-14-447-M Quinn Company August13,2014 A. Commercial General Liability Page 3 Commercial General Liability Insurance with limits of not less than One Million Dollars ($1 ,000,000.00) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars ($500,000.00) per accident and for property damages of not less than Fifty Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non-owned vehicles used in connection with this Agreement. C. Professional Liability If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. D. Worker's Compensation A policy of Worker's Compensation insurance as may be required by the California Labor Code. Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Within Thirty (30) days from the date Contractor signs and executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Department of Public Works and Planning-Resources Division, Attn: Craig Nickel, 2220 Tulare St., 6th Floor, Fresno, CA 93721, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be G:\PUBLIC\CONTRACTS & EXTRACTS\M\P-14-447-MAGREEMENT.OOC PROCUREMENT AGREEMENT NUMBER: P-14-447-M Quinn Company August13,2014 Page 4 cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor under this Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct" the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to others unrelated to the County or to this Agreement. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and the County with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1) the text of this Agreement (excluding Attachment "A", County's Request for Quotation No. 760-5288 and the Contractor's Quote in response thereto); (2) Attachment "A"; (3) the County's Request for Quotation No. 760-5288 and (4) the Contractor's quotation made in response to County's Request for Quotation No. 760-5288. GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the State of California. Venue for any action shall only be in County of Fresno. G:\PUBLIC\CONTRACTS & EXTRACTS\M\P-14-447-MAGREEMENT.DOC PROCUREMENT AGREEMENT NUMBER: P-14-447-M Quinn Company August13,2014 Page 5 Please acknowledge your acceptance by returning all pages of the signed original of this Agreement to my office, retaining a copy for your files. Please refer any inquiries in this matter to Caleb J. Brooks, Buyer II, at (559) 600-7124 or cbrooks@co.fresno.ca.us. FOR THE COUNTY OF FRESNO =singanager 4525 East Hamilton Avenue Fresno, CA 93702-4599 Date: GEC:CJB:hrs G:\PUBLIC\CONTRACTS & EXTRACTS\M\P-14-447-M AGREEMENT.DOC PROCUREMENT AGREEMENT NUMBER: P-14-447-M Quinn Company August13,2014 CONTRACTOR TO COMPLETE: Company: (::A,\Y'\f\. C~ClY\ '-( Type of Entity: 0 Individual 0 Limited Liability Company 0 Limited Liability Partnership 0 General Partnership Print Name and Title Signed by: Print Name and Title Date Address City State Zip Page 6 4-o\.Q.\ e.. ftl2lY\¥\~""/. C()W\ E-MA ADDRESS 1 (~ eAl-Ca700 TELEPHONE NUMBER FAX NUMBER ACCOUNTING USE ONLY ORG No.: 9026 Account No.: 8300 Requisition No.: 9261400138/9261500048 (04/14) G:\PUBLIC\CONTRAGS & EXTRAGS\r-1\P-14-447-M AGREEMENT.COC PROCUREMENT AGREEMENT NUMBER: P-14-447-M Quinn Company August 13, 2014 ATTACHMENT '~II 1. Water Truck, as specified. Brand: Caterpillar Model: CT660 Year: 2014 Sales Tax (8.225%) TOTAL Attachment Page 1 of\ \q UNIT PRICE EA $242,623.20 $19,689.56 $262,312.76 List below all options and features included with the price stated above: a. Equipped with Mclellan Equipment 5,000 Gallon Tank b. TRAM Safety Restraint System c. Two (2) Operating Training Sessions of Four (4) Hours Each d. Title, License, Document, Registration Fee, and Tire Tax e. f. G:\PUBLIC\CQ~CTS & EXTRACTS\M\P-14-447-MAGREEMENT.DOC PROCUREMENT AGREEMENT NUMBER: P-14-447-M Quinn Company Attachment Page 2 of~\ q August 13, 2014 WATER TRUCK RE-PURCHASE GUARANTEE Operating Hours *Guaranteed Operating Hours *Guaranteed Re-Purchase Price Re-Purchase Price 0 to 500 hours =$ 8,001 to 8,500 hours =$ 501 to 1,000 hours =$ 8,501 to 9,000 hours =$ 1,001 to 1,500 hours =$ 9,001 to 9,500 hours =$ 1,501 to 2,000 hours =$ 9,501 to 10,000 hours =$ 2,001 to 2,500 hours =$ 10,001 to 10,500 hours =$ 2,501 to 3,000 hours =$ 10,501 to 11,000 hours = $50,000.00 10,860 hours Year Three 3,001 to 3,500 hours =$ 11,001 to 11,500 hours =$ 3,501 to 4,000 hours = $100,000.00 11,501 to 12,000 hours =$ 3,620 Hours Year One 4,001 to 4,500 hours =$ 12,001 to 12,500 hours =$ 4,501 to 5,000 hours =$ 12,501 to 13,000 hours =$ 5,001 to 5,500 hours =$ 13,001 to 13,500 hours =$ 5,501 to 6,000 hours =$ 13,501 to 14,000 hours =$ 6,001 to 6,500 hours = 14,001 to 14,500 hours = $45,000.00 14,480 hours Year Four 6,501 to 7,000 hours =$ 14,501 to 15,000 hours =$ 7,001 to 7,500 hours = $60,000.00 15,001 to 15,500 hours =$ 7,240 hours Year Two 7,501 to 8,000 hours =$ 15,501 to 16,000 hours = $40,000.00 18,100 hours Year Five G:\PUBLIC\CONTRACTS & EXTRACTS\M\P-14-447-MAGREEMENT.DOC Quotation No. 760-5288 TERMINATION: The County reserves the right to terminate any resulting Purchase Order/Contract upon written notice. PageS DEFAULT: In case of default by the selected bidder, the County may procure the equipment and or services from another source and may recover the loss occasioned thereby from any unpaid balance due the selected bidder, or by any other legal means available to the County. ASSIGNMENTS: The ensuing Purchase Order/Contract will provide that the vendor may not assign any payment or portions of payments without prior written consent of the County of Fresno. ASSURANCES: Any contract awarded under this RFQ must be carried out in full compliance with The Civil Rights Act of 1964, The Americans With Disabilities Act of 1990, their subsequent amendments, and any and all other laws protecting the rights of individuals and agencies. The County of Fresno has a zero tolerance for discrimination, implied or expressed, and wants to ensure that policy continues under this RFQ. The contractor must also guarantee that services, or workmanship, provided will be performed in compliance with all applicable local, state, or federal laws and regulations pertinent to the types of services, or project, of the nature required under this RFQ. In addition, the contractor may be required to provide evidence substantiating that their employees have the necessary skills and training to perform the required services or work. F.O.B. DESTINATION: All bids are to be quoted F.O.B. the County of Fresno at the following address: Public Works -American Avenue Disposal Site 18950 W. American Avenue Kerman, CA 93630 DELIVERY: Prompt delivery is essential. Failure to furnish delivery as promised will constitute a breach of agreement and the County of Fresno may procure items in accordance with the General Conditions of this RFQ. LITERATURE: Bidders quotation shall include literature which fully describes unit(s) on which they are bidding. Any and all literature submitted must be stamped with bidder's name and address. REPAIRS WHILE UNDER WARRANTY: All shipping charges, mileage, charges for servicemen, parts, and labor required shall be included under warranty. SAFETY/EQUIPMENT STANDARDS: Equipment must be furnished with all protection devices in accordance with the requirements of CALIFORNIA-OSHA. G:\PUBLIC\RFQ\760-5288 WATER TRUCK.DOC Quotation No. 760-5288 Page 10 BIDDER TO COMPLETE: WARRANTY & SERVICE: State the warranty and/or guarantee provisions applicable to the equipment offered. Describe the vendors, specific warranty coverage(s), limitation(s), and contact person and telephone number. 24-Month /10,000 Hour Bumper to Bumper Warranty Travel Time and Mileage Charges not covered under warranty Phil Waller, Quinn Company 559-896-4040 State the specific location where service and/or maintenance can be obtained. Failure to furnish this information will be cause for rejection of bid. Quinn Company, 10273 South Golden State Selma CA. 93662 REPAIRS WHILE UNDER WARRANTY: All shipping charges, mileage, charges for servicemen, parts and labor required shall be included under warranty. SAFETY/EQUIPMENT STANDARDS: Equipment must be furnished with all protection devices in accordance with the requirements of CALIFORNIA OSHA. If a repair is unable to be completed in a reasonable period of time, will the vendor supply a loaner piece of equipment to the County Department at no charge? 0 Yes ~No G:\PUBUC\RFQ\760·5288 WATER TRUCK. DOC Quotation No. 760-5288 Page 13 EQUIPMENT GENERAL REQUIREMENTS The equipment supplied shall be new (unused), current model year production and equal in style, quality and appointments to those offered to the general public. The equipment shall be supplied with all accessories as considered standard equipment for make and model specified. The following referenced documents of record in effect on the date of the Request for Quotation, form a part of the specifications to the extent they are applicable: • Department of Transportation, Federal Highway Administration, Motor Carrier Safety Regulations. • U.S. Environmental Protection Agency-Current Federal Energy Administration. Gas Mileage Guide California. • California Vehicle Code • Federal Motor Vehicle Safety Regulations and Standards • California Division of Industrial Safety • OSHA Standards • Title 19 State Fire Marshall Code Book Failure on the part of the bidder to comply with all requirements and conditions of the Request for Quotation and this specification may be cause for rejection of bid. No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder in the designated places. If no exceptions or deviations are shown, the bidder will be required to furnish vehicles exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder. Federal Excise Tax Exemption-County of Fresno IRS Registration No. 94-73-03401 K. MANUFACTURING, MATERIAL AND DESIGN PRACTICES: It is intended that the manufacturer, in the selection of components will use material and design practices that are the best available in the industry for the type of operating conditions to which the vehicle/unit(s) will be subjected. Suspension, wheels, tires, and other parts shall be selected to give maximum performance, service life and safety. All parts, equipment and accessories shall conform in strength, quality of material, and workmanship to recognized industry standards. HEAVY DUTY DEFINED: The term "heavy duty", as used in these specifications, shall mean that the item to which the term is applied shall exceed the quality or capacity supplied with standard production vehicle/unit(s); and it shall be able to withstand unusual strain, exposure, temperature, wear and use. SPECIFICATION VARIANCES: If any of the equipment bid varies from the specifications, such variation(s) must be listed in writing and attached as part of the quotation under a section entitled "EXCEPTIONS" or in the bidder's response to the "SPECIFICATIONS/ REQUIREMENTS" section of this RFQ. The County of Fresno reserves the right to waive minor variations if, in the opinion of the County, the basic unit meets the general intent of these specifications. G:\PUBLIC\RFQ\760·5288 WATER TRUCK.DOC QUINN [I Quinn Company Post Office Box 226789 Los Angeles. California 90022-0489 562.463.4000 tel County Of Fresno Request For Quotation Number: 760-5288 Extended Power Train Warranty Options for Caterpillar CT660 Truck. 36-month term with 15,000 hours of use maximum 48-month term with 15,000 hours of use maximum 60-month term with 15,000 hours of use maximum $7,250.00 $14,740.00 $18,530.00 McLELLAN EQUIPJviENT INC 251 SHAWRO SOUTH SAN FRANCISCO, CA 94080 PHONE HUMBER: 650~1U100 WINI.mdelanequipmen!.com FAA NUMBER: 6SOS5~739.1 OJSTC1.!.ER O<TE -J08tfi.N8£R 1(.'.tol FRESNO COUNTY COIIT~CTPERS<m PROPOS EO SH? !).ITE -P>lONWJI'IlER SAlESWJj -FM.WI.\3ER. Sl-lPPEOF.O.D. Ko\hf'ORO,CA I.OC>IESS TERI\S CftY, STATE, ZIP CUSTOI'fRREFEREJ.<:£ OUR QIJ;JTAnONl5 BASEOOtHHE GOODS SP£CIIT"t.O,.MO lS SUBJECT TO Tl£ TERMS & WmlO~ SPECJ'IEO PROPOSED SERVICE SOOJGN.ASTYI..EWAlt.R mt.cK YEARIII.AKEfMOOEl. STK,ITF.Ah.'li'TYPE ~<ct.a.WI SlWI.IEJff,l!c..NX£1115 t.O RESI'OI<S!WN FOR ~.U:.E LQ.I.D~,C:H'l-'W..•UW:niRECURD.IENTS FO~ l£GAL H<:.HNAYUSE. A.'.DCR FRO FE>! nii.ESIZfr•u:U.Clll~I.ClCll.Q f!J.1l!~~ Yh-ntul TMi: mv:KOi/.SSlS IS MllSt£0 Err lM;CUSlO~fil, CII;N.:JTI"ER THRO PAliN, ~ ISSOWSY L'd.Bl.A1lEOl.4JI~SlTirc...OJSTOUtR.t.0:£?1k>!:EIS Otl.l.ti'.I.S-I.S" BASIS. -!. iO.J[~.~.I.ClOW"n······EJ . ..... . . .. . . r®. "". U~...,:.KIAt ~. ·----------... r:n~·,:t~~-~~~---' __ r \ 6' gttP TN«. te:A:I-. !TEI.'(ClTYI STA!It:WlDfE.It.TURES~ll.lr.eD~PiU::JO: ReflrJv.a..rn HRS llfG OTY OPTCIIJ.lffAT\."RESUOfJ'O.UCaJlllPRCE Rifh'VIlSER "'' IJ;Q S<XOCW..A.YMEi!TAI1:<{~~1)1.'1) Wl<Q(I).I I 1 SlOESPAAYPI,'ilJIII,t.n:::(l',UC,I)MISi:k) wru:~v.a -A t 50JJG.U.A.WAWITAli:"<(:QG?lilJ&~.nJF~lU¢F•f'l5tl\) V4T100r:!O , 1 o;J',tK!JJEth1lJJJlTffi • 1 \\:I..TEJlPIJ\.'.P(tQWc:t.d~t...l Y.l'004)6 ' 1 ~.OUALt«DfWWTR..l c 1 PAtif,ACR'!\CPCI.'MIE'Tl-W/E{',O.~J LUlCHCAa . 1 -m"""'l:a:\lll...:llo....S.lla"X~.Ili~J WU»%1! 0 1 Sf!AAY&JI(f~W.t.U)V•!.-u) v.T~ ' I OORAS'AAYVJ.lVE(&::nCe~tr) WfJ,0017r E 1 SP'fUYOAA.lAOOe:R{A.cu,p)Vat.-n) 't'IT.c.:x:l!79 ' 1 TiW.If.AU.RE.STIIA:rTST'STD.I l.fa!Cil'Ul F t Kt'CIWITf'U(rlbe.,W::lB.:IIA."dCI~fc:.'1;l) 'i/T@;r!J I ElOSI'OPUT TAml tW TllaEs:wJiET·IIG.'.·~·U·s 'tl·1·1nJ)I. G I U1JOFVJ'ASSY VII'Ktta7 H I O.o.t.n::c.t.~TS(l.EO.~T•tTVC!l VITGll119 7 t w-.TER CJ.J.1.attr EW:a;1 Ek:::i:. we. Bcci::tb:lkl VlT~ -J I StRCS:UCiHTASSY~I.Cri.1.1SO.Rt.M,Eccl, TO. XII!) Wi600122 " 1 REAR 9JI.I.PER {&' Roll'd.. ~Flu Sf.~) ~·.TS'l:JQ:)O L I CA!CONTRO:..S{5V&M) ~II'~IIC • 1 S~fa.AOOE(w';~~LrnlRurCII)~dl) W'l'Q»1Q 11 1 PlJVPTOTAtw<PLUUBL\'G ~M'lXI2!l ~· SFET1' IOOTAl.PJ.O(.l.GE VflSO»ll (rntz!l'o;.h.'cr,N:NlllSacJ.~Ala~. T...Ot!Pof'.Q p 1 C6'nE.R PLWBI.O, 1U.S r..f'IEt£) (N;tSh:lwn} ~ll'.cCJJm a I Sl.OnEOhOI.DOO'.YlsrSTHI Y;r:Q)ll.O R 1 CA!l.E.Tte!OrTl.ei.SS'f WlSOl<JlS IW.ESIWI ----------AUEQl»''roJ.9iTMAY»:::TBE£Ha.\?liN'EACH'¥'1EWFORCLARITYREASOtiS CUSTOMER ----------P~ODUCOOH----------5000 GAL GENERAL A WATER TRUCK ARRANGENIENT WAREHOUSE----------PURCW.Sih'G----------EJ<otnmwo _________ _ REVIS lOll P.aJ!tr C A IPL HJOu.mnu. ( c c c c; :: .,. ... ... t: >-... >-,_ ,.. c ( ,_ ..-,_ + :::: c c c c c ....._ ~ c ~ c ;~-...._ g ,_ ~ + g Quotation No. 760-5288 Page 14 MANUFACTURER'S SPECIFICATIONS: a. Complete specifications, published literature and photos or illustrations of unit(s) proposed, shall be furnished with the bid. b. Only new models in current production which are catalogued by the manufacturer, and for which printed literature and specifications are available, will be accepted. MANUFACTURER'S STANDARD EQUIPMENT: a. All equipment and components listed as standard by the manufacturer for model quoted, shall be furnished, whether or not such items are detailed herein, e.g.: special wrenches, tool kits, jacks, adequate to safely lift the vehicle when loaded to rated capacity, etc. Optional equipment as necessary to meet the following requirements of these specifications shall also be supplied. b. Specifications on the following pages are written with the intent to meet all applicable documents, but the final certification to comply shall rest with the vendor and not the County of Fresno. Should requirements as specified not comply, the manufacturer is required to re- figure and revise the specifications to meet all laws, rules and regulations where it applies to items such as the ratings of axles, tires, wheels, brakes, batteries, cooling capacity, etc., and the County of Fresno is to be notified thereof. c. Purchaser will not accept any part, component or system which is not an established standard product of the bidding manufacturer. By this is meant that any item or assembly which, relative to the supplying manufacturer's standard line of products, could be described as "first of it's kind", "experimental", "only of it's kind to be built", "especially modified to comply with specifications", "prototype", etc., shall not be acceptable. All parts and components of the system offered and delivered must conform to the manufacturer's standard production or be off-shelf available hardware production item. APPLICABLE DOCUMENTS AND CERTIFICATIONS: o Federal Motor Vehicle Safety Standard, Department of Transportation o State of California Motor Vehicle Code o State of California General Industrial Safety Orders o State of California Health and Safety Code, Motor Vehicle Pollution Control o California Occupational Safety and Health Act (O.S.H.A.) o Society of Automotive Engineering Standards o American Society of Mechanical Engineers (A.S.M.E.) D E.P.A. OPERATIONAL NOISE STANDARD: The noise level shall be in conformance with standards established by local, state and federal agencies. Each unit delivered may be tested by County personnel for noise level and must meet noise requirements before the unit is accepted. DEMONSTRATIONS: The County reserves the option for "on the job demonstration and evaluation" by County personnel. Demonstration shall be available within fourteen (14) days of County's request. Only units meeting the intent and scope of these specifications shall be demonstrated. Time and amount of hours required for the evaluation shall be as determined by the County and approved by Bidder. Failure to provide demonstration of demonstration equipment for an adequate period is cause for rejection of bidder's offer. G:\PUBLIC\RFQ\760-5288 WATER TRUCK.DOC Quotation No. 760-5288 Page 15 DELIVERY: a. "Caravan" or "In-tow" delivery from points of manufacture or assembly will not be accepted. b. Delivery shall be made to the County of Fresno Corporation Yard, 4551 East Hamilton Avenue, Fresno, California, serviced and operable with a minimum %tank of fuel. G.S. Fleet Services shall be given a minimum of twenty-four (24) hours notice of the Contractor's intent to deliver the vehicle/unit(s). c. Delivery times are limited to 8:00a.m. to 3:00p.m. Monday through Friday. No holidays or weekends. INSPECTION: Vehicle/unit(s) will be inspected before acceptance by an authorized representative of the County of Fresno for workmanship, appearance, proper functioning of all equipment and systems, and conformance to all requirements of bid specifications. In the event deficiencies are detected, it shall be the responsibility of the delivering dealer to pick up the vehicle/unit(s), make necessary corrections, and redeliver the vehicle/unit(s) for re-inspection and acceptance. Payment and commencement of a discount period (if applicable) will not be made until corrective action has been made and County has formally accepted the equipment. LICENSE: The original dealer's Report of Sale shall be furnished to the County at the time of delivery of the vehicle(s) before payment can be made. GUARANTEE: a. The manufacturer and/or dealer delivering the vehicle/unit(s) against these specifications shall guarantee that they meet the minimum requirements set forth herein. If it is found the equipment delivered does not meet the minimum requirements of these specifications, the manufacturer and/or dealer will be required to correct the same at his expense. Failure of the manufacturer and/or dealer to bring the equipment into full compliance with all requirements set forth in this specification within thirty (30) days of delivery shall constitute cause for rejection of the equipment. In case the equipment is rejected, it shall be removed promptly from the County's premises at the manufacturer's and/or dealer's expense. b. In case of default by the supplier, the County of Fresno reserves the right to procure the articles or services from other sources and to hold the supplier responsible for any excess cost occasioned to the County of Fresno thereby. WARRANTY: a. The vehicle manufacturer shall provide a new vehicle warranty F.O.B. Fresno regardless of the method of delivery for each unit. b. Vehicle and components shall be guaranteed under standard factory and/or dealer warranty and a copy of the manufacturer's warranty policy shall be delivered with each vehicle. c. Warranty time to start when vehicle(s) are placed in operation, not delivery. County shall notify vendor of date operation commences. d. The engine and transmission shall be guaranteed under the longest and most comprehensive standard factory warranty proposed for municipal equipment. e. The body manufacturer and/or dealer, whichever is primary bidder, shall be solely responsible to guarantee for a period of one (1) year after delivery and acceptance of the entire unit, that the body and appurtenances shall be free from workmanship and material defects. They shall agree to repair or replace all such defective material(s) for workmanship at no cost to the County. The contracting vendor must have service facilities and an G:IPUBLIC\RFQ\760-5288 WATER TRUCK.DOC ( Quotation No. 760-5288 Page 16 adequate supply of service parts available within a reasonable distance from Fresno County. f. Bidders must list the nearest factory authorized service representative to be responsible for servicing the complete unit or any part thereof. g. If the County of Fresno is required to deliver a unit outside of the immediate Fresno area for warranty work, the vendor shall reimburse the County of Fresno at the current hourly employee rate established by the Auditor-Controller/Treasurer-Tax Collector for pick up and delivery time involved. h. The County of Fresno shall be furnished a "no-charge" copy of the work order(s) describing type of repair and parts replaced. TRAINING: a. The successful contractor shalf provide a qualified, factory authorized service representative to give instructions to the operators and maintenance personnel to assure correct operation of the machines after the vehicle has been readied for service by County personnel. b. The amount and time of training to be specified by the County of Fresno. MAINTENANCE: The successful bidder shall provide all tools or minor equipment specifically required to maintain equipment supplied. Bidder shall list any special oils, additives, or other lubricants needed for maintenance of equipment supplied. EQUIPMENT MANUALS: The successful bidder shall provide the following at or before the time of delivery of equipment: A. One (1) operator's manual. B. One (1) complete service and repair manual, including engine. C. One (1) complete parts manual, including engine. Manuals to be supplied at time of delivery. Delivery will not be considered complete and formal acceptance of equipment will not be issued until all manuals are received by the appropriate County representative. G:IPUBLIC\RFQ\760·5288 WATER TRUCK.DOC Quotation No. 760-5288 Page 17 SPECIFICATIONS/REQUIREMENTS The following pages state the specifications and requirements for the equipment covered under this Request for Quotation. Bidders are instructed to respond as instructed below. a. Compliance is to be noted by marking "COMPLY" on the line provided to the right of the specification. Non-compliance is to be indicated by marking "DOES NOT COMPLY" on the line. All non-compliant items must be accompanied by a detailed statement explaining why they fail to meet the stated specification or requirement. NOTE: Merely attaching pre-printed product literature, specifications, etc., does not satisfy the above requirement. As such, it will not exempt the bidder from responding as instructed. b. When the specification includes a size or dimensions, the bidder shall also indicate the size or dimensions of that item for the equipment they are quoting. c. When a specific brand and model is listed, the bidder shall indicate if he/she is offering the same as stated or an equivalent unit. The vendor must identify the brand(s) and model(s) that is/are being offered as equivalents. Include complete specifications for all equivalents offered. Such specifications should be submitted as attachments to the bidder's quotation. G:\PUBLIC\RFQ\760·5288 WATER TRUCK.DOC Quotation No. 760-5288 Specifications WATER TRUCK SPECIFICATIONS/REQUIREMENTS Equipment Summary Page 18 A water truck that will be operated by Public Works, Resources Division at the American Avenue Disposal Site Note: Brand names, where used, are a means of establishing quality and style. Bidders are invited to quote their equals. Alternate offers are to be supported by literature, which fully describes items that you are bidding. General Requirements: Engine 390 Horsepower -tTnra:tt~A~e:Smff.llbis~sit~~onH--iS S~eeEI wi!M low reduee geati11g Axles Tandem rear-52,000 pound capacity Front Axle capaCity of 20,000 pounds Chassis Frame 6 x 6 with heat treated steel alloy frame rails A. Engine: CT13 1. New low emissions and GARB certified engine -No emission credits 2. Horsepower: @ RPM 390hp@1,700 RPM 3. Torque: @ RPM 1 ,4501b @ 1,000 RPM 4. GARB Engine Idling Compliance: serialized sticker on driver's door 5. Alternator: 160 AMP or largest alternator supplied by the manufacturer 6. Air Compressor: 18 CFM or largest manufacturers supplied 21.0 CFM Output 7. Electrical: 12 Volt System 8. Engine Braking: equal to a Jacob style B. Transmission Automatic; Caterpillar CX31, 6-speed, with PTO provision, for ONIOFF highway Oil level sensor C. Cooling System 1. Radiator -largest manufacuters' capacity available 2. Properly protected so as not to strike objects D. Exhaust: 1. DPF/SCR right side, under cab with cab entry and guards G:IPUBLIC\RFQ\760·5288 WATER TRUCK.DOC "Comply" or "Not Comply" Comply Corn ply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Quotation No. 760-5288 Frame, Chassis 2. 6 X 6 3. Rails, Heat Treated Alloy Steel Front Axle 4. Suspension 20,000 lb. capacity E. Rear Axle 1. Tandem 52,000 Pounds 2. Locking differential in rear axle 3. Gear ratio 6.83 F. Brakes 1. Air, Dual system for straight truck applications 2. Gauges, Air 1 and Air 2 in instrument cluster 3. manufacturers highest grade G. Tires and Wheels 1. Front; Load Range L 2. 3. 4. 5. Rear; Load Range H Wheels: Painted Steel Front; 22.5", 10-stud Rear; Dual 22.5" 1 0-stud H. FueiTank 1. Fuel cooler 2. 3. DEF Tank Capacity: Largest available for truck dimensions I. Battery 1. Batteries-(3) 12 Volt3000CCA Total 2. 3. Terminal Type 2-Post Box: Aluminum J. Cab Exterior 1. Outside stainless steel sunvisor 2. 3. 4. 5. Convex mirror over right side mirror Mirrors: Right and left side power, heated Air Horns Multiband Antennas-Left and Right Side K. Cab Interior 1. Driver's Seat-Air suspension, high back, back angle adjust G:\PUBLIC\RFQ\760-5288 WATER TRUCK. DOC Page 19 "Comply" or "Not Comply" Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Quotation No. 760-5288 2. Air Conditioning and Heater 3. Main Instrumentation 4. Speedometer with trip odometer 5. Tachometer, hourmeter 6. Voltmeter 7. Engine oil pressure 8. Engine coolant temperature 9. Fuellevel 10. Standard warning light package 11. Transmission temperature gauge 12. Audio system 13. Electric windshield wipers with intermittent adjustments 14. Rubber Floor Covering L. General 1. The Water Truck and all components shall be new and of the latest model and shall not have been used in demonstration(s) or other service. 2. 3. 4. 5. 6. 7. 8. 9. 10. The Water Truck shall be equipped with a backup alarm that meets all applicable OSHA standards. LED safety lights Tum signal, addilional side of cab Fire extinguisher-type A,B,C appropriate size for application The Water Truck shall be equipped with a clear white strobe beacon-mounted at the highest point to ensure its visual effect 360 degrees of its position. Colors: -white Engine Information Certification Label Bidder shall be capable of responding on-site for repairs within twenty-four (24) hours of receiving notification By County (excluding New Year's Day, Thanksgiving Day and Christmas Day). Entire Truck shall be covered by a two (2) year warranty Page 20 "Comply" or "Not Comply" Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply Comply 11. Extended warranty covering years 3, 4 and 5 for the Powertrain and Hydraulics shall be proposed See Attached by bidder and purchased at County's sole discretion. Extended warranty will not be considered for the purposes of awarding this Request for Quotation. M. Equipment Monitoring System 1. Product link system using satellite network for transmission of truck information including location, Comply utilization and condition. G:\PUBLIC\RFQ\760·5288 WATER TRUCK.DOC /. Quotation No. 760-5288 WATER TANK TO BE MOUNTED ON TRUCK CHASSIS General: Page 21 "Comply" or "Not Comply" 1. The water tank shall comply with the structural integrity requirements specified in the current Comply edition of the Federal Regulations, Title 49, Part 178.345; and Vendor shall supply certification documents pre-delivery. Documents shall include registration numbers of manufacturer, the design Certifying Engineer, and Registered Inspector. The tank, Sprinklers, and all plumbing shall have freeze drains at the low points. Then shall be clearly labeled "Non-Potable Water" on left and right sides. Flat sided elliptical, Standard Profile Design, approximately 59 inches high by 101 inches wide by 216 inches long, nominal. Full Tank Capacity 2. Not Jess than 5,000 gallons. Comply 3. 4. 5. Material Tank heads, baffles, shell and all other components of the tank including inlets and outlets extending from the tank shall be A36 mild steel or equal. Shell Tank shell shall have not more than four pieces of steel to form tank shell. Shell shall be roll formed as one piece with no after formed butt-welds. The entire tank shell sections shall be 100 percent welded inside and out. Heads Heads shall be not Jess than 4 inches dished with not less than 1 inch of radius fold at the flange and shall be continuously double welded with no welding closer than % inch of fold radius. Shall be constructed to provide gradual impact from internal load and enhance stress distribution. Baffles Comply Comply Comply 6. The transverse baffles shall extend the full width of the tank. Transverse baffles shall have not Comply Jess than a 20 inch lined crawl hole, and top 3 inch air vent, and bottom 6 inch flow holes. The baffles shall be dished not Jess than 4 inches. All baffles shall be flanged. All welding shall be continuous. Stitch welding is not acceptable. Baffle spacing shall conform to NFPA standards. Not Jess than 4 evenly spaced transverse baffles. Fill Dome 7. Anti-splash dome shall be 24 inches by 48 inches constructed and fully welded allowing no water Comply to accumulate in the dome. Fill dome shall be installed in the middle of the tank and shall be approximately 7 inches high, and be visible from cab through side-view mirrors so the fill dome can be placed easily under the filling tower. The fill dome shall have a double hinged expanded stainless steel cover. Cover shall be lockable to keep limited access to inside of tank. Suction Sump 8. Shall be anti-swirl, 8inch in diameter and 8 inch deep installed in bottom of tank. Suction sump Comply shall have welded or bolt-on screen providing protection from particles larger than 3/8 inch entering water pump. Suction sump shall be built with a 3 inch clean out cap accessible from under truck. Tank Sub-Frame Assembly 9. The sub-frame shall constructed 7 gauge steel, formed into a hat type section, sub-frame shall Comply have a 1 inch flange welded 100 percent on outside flange and 100 percent inside flange shall be a minimum of 10 inches. The tank shall have at least two full box bolster, one front and one rear. The bolster shall be steel and not less than 3 inches wide by 102 inches long. Rear Wheel Fenders 10. Full length of tank, not less than 10 gauge steel. Fenders shall be welded to tank shell and box bolster at front and rear. G:\PUBLIC\RFQ\760-5288 WATER TRUCK. DOC Comply ( Quotation No. 760-5288 Ladder 11. A ladder of not less than 2 Y:, inch pipe shall be secured at rear of tank. Level Indicators Page 22 "Comply" or "Not Comply" Comply 12. Y:, inch clear plastic tubing. Two each, one on the front head on driver side and one on rear head Comply passenger side to view the water level. Tank Mounting 13. Body hold-down and insulator system: (provide complete details with bid submittal) hold-downs Comply shall be located at or near each corner. Each hold-down shall allow for a minimum of five 5" of vertical movement. System shall include springs sufficiently pre-loaded to minimize body-to- chassis bumping. System shall include 1" thick by 3" wide neoprene insulators, heat vulcanized to 1/8" steel. Insulators shall be attached to the full length of the body sub-frame by skip-welding. Rear Bumper 14. Rear bumper shall be fabricated of 8 inch heavy wall pipe. Bumper shall be 95 inches wide with Comply both ends Y:, open to allow safe storage of hydrant fill hose. Rear bumper shall have a welded step in the center for easy access to ladder. Engine Assembly 15. Engine shall be current model tear Deutz AG (Engine family BDZXLL03.1 041) or equal. Not less Comply than 1.5 liters in displacement diesel powered. Engine shall have sufficient power to meet all requirements listed elsewhere in specifications. Engines shall meet horsepower and torque as recommended by body builder. Service points that require frequent maintenance, including filters, dipstick and oil filler shall be located for easy access. Engine shall be equipped with any applicable emission control devices as required by Air Quality Management District A.Q.M.D.) tear 4, as well as applicable to federal and state of California requirements. COMPLIANCE MAY INCLUDE BUT NOT BE LIMETED TO THE INSTALLATION OF A C.A.R.B. CETRTIFIED/VERIFIED PARTICULATE TRAP PROPERLY SIZED TO ENGINE BEING QUOTED. Pump 16. Water pump shall be direct coupled to Deutz engine with an SEAS bell housing. 4inch by 3 inch Comply MC348/750 GPM @ 70 PSI. Pump vault shall be grooved coupled. Threaded vault will not be accepted. Plumbing 17. Schedule 40 black pipe with weld-on fittings, collars, ell and trees. Threaded pipe shall not be Comply used on pump and valves connections. Plumbing shall be designed and assembled using gasketed couplers and various locations so assembly may be easily removed from chassis. All plumbing shall have pet cocks at low point drains. Sprinkler System and Valves 18. The truck shall be equipped with 6 adjustable sprinklers with 5 end of the line normal closed air to Comply open valves and 1 in-line normal closed air to open valve. Individually controlled from the cab. The sprinkler system shall be equipped with a pressure relief valve with a manufacture's recommended setting to protect the pump drive. The sprinkler system shall be capable of throwing a spray of not less than 60 feet to driver side. All plumbing shall be located so as not to interfere with servicing truck or with any possible axle movements. Water Distribution Valves 19. Spray head control valves shall be 3 inch aluminum with individual air on/off switches. Plumbing Comply to individual spray heads and manifolds shall be 3 inch. All spray heads shall be 3 inch in size and shall operator adjustable without tools for flow rate and direction of spray. The spray pattern shall be fully adjustable from 0 to 180 degree. All valves shall be Victaulic coupled on 90 degree elbows. G:\PUBLIC\RFQ\760·5288 WATER TRUCK.DOC Quotation No. 760-5288 Air Lines Page 23 "Comply" or "Not Comply" 20. All air hoses to be routed under tank encased in appropriately sized solid steel tube. All exposed Comply air lines shall be encased in appropriately sized sleeved. Air Lines Quick Exhaust Valves 21. Shall be Humphrey model SQE2 Comply Front Sprinklers 22. Two front spray heads shall be located on front bumper on both left and right sides. Front spray Comply shall not interfere with tow hooks and must not have to be removed to two from front. Rear Sprinklers 23. Two rear spray heads to be located on left and right sides of tank rear. Comply Side Sprinklers 24. One required, installed on driver side back of cab front of tank at frame height. The nozzle shall Comply be constructed so as to discharge water in an approximate 20 degree fan. The discharge shall be up to 400 gpm at required pressure and shall discharge at distance of up to 60 feet. The side head shall have vertical adjustment of 45 degree above horizontal to 45 degree below horizontal. Remotely controlled from cab console. Cab control shall be built with adjustable air valves to set the rate of air cylinder operation. Rear Center Sprinkler 25. Shall be located center rear and be capable of independent operation through cab controls. Exact Comply mounting location to be approved by the contact administrator. Control Panel 26. The control panel shall be constructed of stainless, aluminum or composite and shall be mounted Comply inside the cab between the seats for easy operator access. All controls, indicator lights, gauges and switches shall be individually and properly labeled. The control panel shall accommodate all necessary air valves, switches, throtlle controls. Refill System 27. The truck shall be equipped with 3 separate systems for refilling the tank. A. Shall be equipped with a rear curbside hydrant fill station to fill the tank from a fire hydrant. Fill line shall be part of access ladder 2 !!, inch with check valve. B. Shall be equipped with a 3 inch fill port on driver side. Plumbing shall be connected to tank sump with check valve or butterfly valve. Shall be capable of overhead fill from water tower or water well. Hose Reel Comply 28. Shall be manual rewind with 50 feet by 1 inch red barn hose and adjustable nozzle. Reel shall be Comply mounted on truck frame passenger side. Water Cannon 29. One 12 volt powered, remote controlled Elkhart water cannon, sidewinder model, equipped with Campy straight/fog adjustable nozzle shall be furnished and installed. The water cannon shall be mounted between the truck cab and water tank, positioned so that it is in view of the operator thru an auxiliary mirror at all times. Electric connector at water cannon shall include a water tight dummy connector for protection from dust and moisture. Water flow to water cannon shall be controlled by a 3 inch in-line normally closed air valve. Shall have Humphrey model SQE2 airline quick exhaust valve. The Joy stick shall control the water cannon right/left, up/down, nozzle straight and fog. A separate switch shall be furnished and installed for water on/off function. G:\PUBLIC\RFQ\760-5288 WATER TRUCK.DOC Quotation No. 760-5288 Paint Page 24 "Comply" or "Not Comply" 30. Exterior and interior surfaces of equipment shall be painted where applicable. Rusty metal shall Comply not be incorporated in the body or equipment. All metal parts to be painted shall be thoroughly cleaned of welding flux, mill scale, dirt and grease. Where exterior appearance of body is affected, a coat of primer-surface shall be applied, spot-puttied where required and sanded to smooth surface. All paint shall be applied in accordance with the manufacturer's printed instructions and shall have a gloss finish. Paint shall be free from runs, wrinkles and orange peel. Paint shall have a minimum thickness of 3 mils. All paint work shall be sprayed. There shall be no overspray. Brush touch-up may be used only on interior locations. Paint color shall be determined at prebuild meeting. Mudguards 31. 4 mud flaps, 2 mud flaps not less than 6 inches in front of rear wheels, 2 mud flaps not less than Comply 6 inches back of rear wheels. Mud flaps shall comply to State of California. Lights 32. All lighting shall comply with the mounting and orientation instruction of Division 12, Chapter 2 of Comply the State of California Vehicle Code, and the Federal Motor Vehicle Safety Standards (FMVSS) as last revised. All stop, tail, tum signals, back-up shall be flanged mounted LED type and shall be recessed mounted in rear bolster of water tank for maximum protection. A license plate light with license plate mounting shall be mounted on driver side rear bolster. Backup Alarm 33. Ecco model SA917 self-adjusting alarm. The backup alarm shall be activated when the truck Comply transmission is shifted in reverse position. The alarm shall be flanged mounted in rear bolster. Wiring 34. New wiring and wiring that is exposed shall be gathered into a harness and installed in flexible Comply non-metallic loom with protective covering. The routing of the harnesses shall be through inside frame channels, where possible, and other protected areas. Wiring passing through partitions or bulkheads shall have a rubber grommet at that point for chafe protection and wiring subject to damage shall be encased in a protective metal cover. Electrical circuits shall have circuit breaker protection devices. Each auxiliary circuit shall have continuous wiring throughout the circuit, from power to ground. Connectors shall be soldered and sealed with double-walled adhesive heat shrink tube. Wiring shall be color or number coded and coding shall be continuous throughout the circuit. Wiring shall conform to all applicable Federal Motor Vehicle Safety Standards (FMCSS), SAE J1128, the chassis manufacturer's wiring recommendations, and drawings GS 1150-A Training 35. The contractor shall furnish service, repair and operator training sessions for department inspectors, mechanics and operating personnel. This training shall be conducted by factory representatives who are fully qualified in the particular discipline that they represent. Service Training 36. Training shall cover service and factory recommended maintenance for the complete unit. The training for service and maintenance be furnished not more than 30 calendar days after the first delivery of the equipment under such item. G:\PUBLIC\RFQ\760-5288 WATER TRUCK.DOC Comply Comply Quotation No. 760-5288 Repair Training Page 25 "Comply" or "Not Comply" 37. Training shall cover diagnostic and minor repair of the major components. Major components may Comply consist of but not be limited to the following: (1)Engine (2) transmission (3) Axles (4) Pony Engine (5) Pump {6) Sprinkler System Components Operator Training 38. Operator training shall be furnished within 30 calendar days of delivery of the first unit. Training will be considered complete when the contract administrator approves the quality of training. The contractor shall instruct department personnel for the safe and proper operation of equipment in accordance with manufacturers operating and maintenance manual. Training Sessions 39. Each training session may include up to 15 participants, and each session shall consist of the following. {1) Service {2) Repair {3) Operator G:\PUBLIC\RFQ\760-5288 WATER TRUCK.DOC Comply Comply