rp003-18 page - gwinnett county, georgia inv.pdf · rp003-18 page | 1 . february 28, 2018 . request...

95
RP003-18 Page | 1 February 28, 2018 REQUEST FOR PROPOSAL RP003-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from Original Equipment Manufacturers (OEMs) for the Provision of a New Air & Light Specialty Apparatus on an Annual Contract with one option to renew for the Department of Fire and Emergency Services. Proposals must be returned in a sealed container marked on the outside with the Request for Proposal number and Company Name. Proposals will be received until 2:50 P.M. local time on Monday, May 07, 2018 at the Gwinnett County Financial Services - Purchasing Division – 2 nd Floor, 75 Langley Drive, Lawrenceville, Georgia 30046. Any proposal received after this date and time will not be accepted. Proposals will be publicly opened and only names of submitting firms will be read at 3:00 P.M. A list of firms submitting proposals will be available the following business day on our website www.gwinnettcounty.com. A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday, March 28, 2018 at the Gwinnett County Financial Services - Purchasing Division, 2 nd Floor, 75 Langley Drive. All service providers are urged to attend. Questions regarding proposals should be directed to Terri Shirley, Purchasing Associate at [email protected] or by calling 770- 822-7788, no later than Friday, March 30, 2018 at 3:00 P.M. Proposals are legal and binding upon the bidder when submitted. One unbound original (stamped or marked original), four (4) copies and one (1) copy in adobe PDF or a cd of the entire proposal package, should be submitted. Successful service provider will be required to meet insurance requirements. The Insurance Company should be authorized to do business in Georgia by the Georgia Insurance Department, and must have an A.M. Best rating of A-5 or higher. Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs or activities. Any requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Gwinnett County Government should be directed to Susan Canon, Gwinnett County Justice and Administration Center, 770-822-8165. The written proposal documents supersede any verbal or written prior communications between the parties. Selection criteria are outlined in the request for proposal documents. Gwinnett County reserves the right to reject any or all proposals to waive technicalities and to make an award deemed in its best interest. Award notification will be posted after award on the County website, www.gwinnettcounty.com and companies submitting a proposal will be notified via email. We look forward to your proposal and appreciate your interest in Gwinnett County. Terri Shirley Purchasing Associate II The following pages should be returned as part of your proposal document: Warranty Info, Page 9 Specification Compliance, Pages 14-60 Questionnaire & Warranty, Pages 61-64 Fee Proposal Schedule; Page 65 References, Page 66 Ethics Affidavit, Page 78 Contractor Affidavit & Agreement (E-Verify), Page 79

Upload: others

Post on 14-Mar-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 P a g e | 1

February 28, 2018

REQUEST FOR PROPOSAL RP003-18

The Gwinnett County Board of Commissioners is soliciting competitive sealed proposals from Original Equipment Manufacturers (OEMs) for the Provision of a New Air & Light Specialty Apparatus on an Annual Contract with one option to renew for the Department of Fire and Emergency Services.

Proposals must be returned in a sealed container marked on the outside with the Request for Proposal number and Company Name. Proposals will be received until 2:50 P.M. local time on Monday, May 07, 2018 at the Gwinnett County Financial Services - Purchasing Division – 2nd Floor, 75 Langley Drive, Lawrenceville, Georgia 30046. Any proposal received after this date and time will not be accepted. Proposals will be publicly opened and only names of submitting firms will be read at 3:00 P.M. A list of firms submitting proposals will be available the following business day on our website www.gwinnettcounty.com.

A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday, March 28, 2018 at the Gwinnett County Financial Services - Purchasing Division, 2nd Floor, 75 Langley Drive. All service providers are urged to attend. Questions regarding proposals should be directed to Terri Shirley, Purchasing Associate at [email protected] or by calling 770-822-7788, no later than Friday, March 30, 2018 at 3:00 P.M. Proposals are legal and binding upon the bidder when submitted. One unbound original (stamped or marked original), four (4) copies and one (1) copy in adobe PDF or a cd of the entire proposal package, should be submitted.

Successful service provider will be required to meet insurance requirements. The Insurance Company should be authorized to do business in Georgia by the Georgia Insurance Department, and must have an A.M. Best rating of A-5 or higher.

Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs or activities. Any requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Gwinnett County Government should be directed to Susan Canon, Gwinnett County Justice and Administration Center, 770-822-8165.

The written proposal documents supersede any verbal or written prior communications between the parties.

Selection criteria are outlined in the request for proposal documents. Gwinnett County reserves the right to reject any or all proposals to waive technicalities and to make an award deemed in its best interest.

Award notification will be posted after award on the County website, www.gwinnettcounty.com and companies submitting a proposal will be notified via email.

We look forward to your proposal and appreciate your interest in Gwinnett County.

Terri Shirley Purchasing Associate II

The following pages should be returned as part of your proposal document:

Warranty Info, Page 9 Specification Compliance, Pages 14-60 Questionnaire & Warranty, Pages 61-64 Fee Proposal Schedule; Page 65 References, Page 66 Ethics Affidavit, Page 78 Contractor Affidavit & Agreement (E-Verify), Page 79

Page 2: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 P a g e | 2 PURPOSE Gwinnett County, Georgia is accepting proposals from qualified Original Equipment Manufacturers (OEMs) for the purchase of a new Air & Light Specialty Apparatus. Proposal will be for an annual contract for the Department of Support Services, Fleet Management Division and Department of Fire and Emergency Services. Anticipated quantity is one (1) in the initial contract year and one (1) in the subsequent contract year. Gwinnett County reserves the right in increase or decrease quantities as needed. PROPOSAL SUBMISSION INSTRUCTIONS Individuals, firms and businesses seeking an award of a Gwinnett County contract may not initiate or continue any verbal or written communications regarding a solicitation with any County officer, elected official, employee or other County representative without permission of the Purchasing Associate named in the solicitation between the date of the issuance of the solicitation and the date of the final contract award by the Board of Commissioners. Violations will be reviewed by the Purchasing Director. If determined that such communication has compromised the competitive process, the offer submitted by the individual, firm, or business may be disqualified from consideration for award. All questions or request for additional information should be addressed to the Purchasing Associate named on the opening letter of this proposal. All proposing firms are to submit one (1) unbound original which is designated as the original for Gwinnett County Purchasing Division records. There should also be five (5) bound copies, and one (1) PDF electronic copy of the proposal. All copies of the proposal must be identical to the original. The Fee Schedule should be submitted in a separately sealed envelope identified with the RFP number, COST PROPOSAL, and the proposing firm’s name. There should be no cost per item indicated anywhere on the submitted proposal except on the Fee Schedule and on a separate list of exceptions, deviations and alternates referenced by item number which should be attached to the sealed Fee Schedule. NO EXCEPTIONS. The full cost of proposal preparation is to be borne by the proposing firm. Proposals should be signed in ink by a proposing firm official (NOT THE DEALER) that has authorization to commit the firm’s resources. Proposals should be submitted in a sealed envelope/package. Envelope/package should be addressed to Gwinnett County Purchasing Division, Second Floor, Gwinnett Justice and Administration Center, 75 Langley Drive, Lawrenceville, Georgia 30046 and should be identified with the RFP number, date of opening, and proposing firm’s name on the outside. Proposals submitted are not publicly available until awarded by the Gwinnett County Board of Commissioners. All proposals and supporting materials as well as correspondence relating to this RFP become property of Gwinnett County when received. PROPOSAL CONTENT The proposal should be responsive to the specific range of issues described in this Request for Proposal. Supplier/Contractors are asked to read the Request for Proposals carefully to insure that they address the specific requirements of this request and submit all requested information. The Fee Schedule should be submitted in a separate sealed envelope from the firm’s proposal. The proposing firm’s history and experience relevant to Gwinnett County’s needs should be discussed, including a description of the firm’s direct experience with similar types of projects and efforts. Proposer should take heed not to let any additional specifications provided contradict the written response to the RFP. In cases of contradictions, the written response to the RFP will be considered the final authority. EVALUATION PROCEDURES Each item will be evaluated on three criteria; Components & Specification Compliance, Engineering and overall vehicle Design. Warranty, Questionnaire and References will be evaluated according to the criteria stated below. Each score is strictly at the sole discretion of the scorer. Some components are considered critical or more important to the overall operation of the apparatus and will be weighted as such in the scoring process. Proposals will be evaluated based on their relative responsiveness to the criteria described above and with those criteria’s values weighted as shown below: Warranty & Parts, Questionnaire and References (20 Points Maximum)

Warranty and Parts- Warranty score will be evaluated for a maximum of five (5) points. This score will be evaluated based on all warranty offerings compared to the requested warranties within the RFP. Questionnaire- Questionnaire score will be evaluated for a maximum of nine (9) points. This score will be evaluated based on the questions within the questionnaire and the dealer’s ability to provide for the needs of Gwinnett County based on the answers provided. References- Reference score will be evaluated for a maximum of five (6) points. This score will be evaluated based on the quality of each reference provided up to three (3) references. The respondent should be careful to provide accurate reference information including contact information as well as times and days that references may be available for contact. Email is

Page 3: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 P a g e | 3

the preferred method of contact for this solicitation. The scorers are in no way responsible for collecting or searching for this information.

Components, Specification Compliance and Engineering/Design (70 Points Maximum) Components- Component score will be evaluated for a maximum of twenty (20) points. This score will be evaluated based on the components offered as compared to the requested components. Failure to answer either “yes” or “no” on the component list will negatively impact this score. Alternative products do not necessarily have a negative impact on the component score; however, respondents should be careful to provide the additional information requested in the “Alternative Products” section as to give scorer adequate knowledge of alternative products proposed. Each section is weighted according to priority of importance placed on each item by Gwinnett County. Specifications- Specification score will be evaluated for a maximum of thirty (30) points. This score will be evaluated based on the overall specifications of the vehicle offered as compared to the requested specification. Failure to answer either “yes” or “no” in the component list, provide accurate estimated measurements, and adequately provide explanations for specification differences on the RFP pages may result in a lower specification score. Items considered within specifications score are fleet standardization, cost justification, chassis requirements, application, ingenuity, warranty, training and providing all items as requested. Each item is weighted according to importance to Gwinnett County. All responses should prove compliance to the specifications or justification to exceed the minimum established standards as established and set forth within this request. Often industry technological improvements, enhancements and mandated items are presented as exceeding minimum requirements and should be made available for consideration. The ability to prove manufacturing techniques or supplied components exceed the specifications will result in a higher score. Engineering and Design- Engineering and design score will be evaluated for a maximum of twenty (20) points. This score will be evaluated based on engineering and overall design of the vehicle as it relates to the requested specifications. Failure to answer either “yes” or “no” in the component list, provide accurate estimated measurements and adequately provide explanations for engineering or design changes on the RFP pages will result in a lower Engineering and Design score. Items considered in engineering are engineering, safety, heating & air conditioning systems, weight distribution calculations, electrical system durability, ease of operation, ease of maintenance, availability of parts replacement, finished product quality and alternative designs offered. Supplier’s engineering ability is demonstrated by their ability to interpret the customers’ requirements into in-house fabrication and production documents as well as following instructions regarding preparing and submitting the proposal. Items considered in design are supplier’s ability to meet the intent of the RFP, ability to demonstrate the usability and versatility of interior/ exterior cab and body storage designs, ability to maintain similar compartment construction including tool storage without significantly altering requested tool placement, ability to integrate the air system, bottle fill station, and incorporate all requested components while meeting the wheel base, overall length, width and height requirements. This portion will weigh heavily on construction drawings. Therefore, the construction drawings should be clearly labeled with all measurements necessary to project a clear and accurate representation of the finished product. Each item is weighted according to importance to Gwinnett County.

Cost- (10 Points Maximum) The costs are to be submitted in a separately sealed envelope along with all other items with an associated cost increase or decrease which may be submitted for consideration, NO EXCEPTIONS. Cost proposal scores will be evaluated/scored on only the information requested in the Fee Proposal Schedule. Total- (100 Points Maximum) Total possible score without optional criteria is one hundred (100) points

Optional Criteria- (20 Points maximum)

Inspection and Evaluation of Unit (10 Points Maximum) - Gwinnett County may elect to request a unit to inspect and evaluate from top scoring firms. This is strictly at the sole discretion of Gwinnett County. Interview (10 Points Maximum) - Gwinnett County may elect to request an interview from top scoring or short listed firms. This is strictly at the sole discretion of Gwinnett County.

Grand Total- (120 Points Maximum)- Should Gwinnett County elect to inspect a unit and/or interview a proposer the grand total may be one hundred twenty (120) Points.

Page 4: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 P a g e | 4

Clarifications- Gwinnett County reserves the right to seek clarification on missing or ambiguous materials. Submitted proposals which fail to provide the requested documents/forms in this RFP may be deemed non-responsive. Interviews- At the discretion of the Evaluation Committee, interviews may be conducted during the last phase of the evaluation process. The dates and nature of the interview requirements will be communicated to the invited proposers. Interviews will require the active participation of the proposed project manager. All costs associated with the presentation/interview are the responsibility of the respondent. Negotiations- Gwinnett County may negotiate with the proposer scoring highest in an attempt to reach agreement. If negotiations with the highest scoring proposer are unsuccessful, the County may then negotiate with the second highest scoring proposer and so on until a satisfactory agreement has been reached. Award- An award by Gwinnett County, if made, will be to the highest scoring and responsible firm in accordance to the selection process stated above. The County reserves the right to make an award as deemed in its best interest, which may include awarding the whole proposal, part of the proposal, or rejecting the proposal. The County reserves the right to conduct investigations to determine if the proposer is responsible to perform the duties and requirements set forth in this RFP. The proposer should furnish to the County upon request any and all documentation to assist the County in determining if the proposer is responsible. Documentation may include but not be limited to: Financial statements, rulings and/or dispositions of court proceedings, etc. Any proposer found to be non-responsive by Gwinnett County may be withdrawn from consideration or award. ADDITIONAL INFORMATION All questions are to be submitted in writing to Terri Shirley at Gwinnett County Purchasing Division, 75 Langley Drive, Lawrenceville, Georgia 30046, via e-mail [email protected] or facsimile number (770) 822-8735. All questions not contained in the solicitation will be addressed by release of an addendum. GENERAL STATEMENT AND CONSTRUCTION Background- Gwinnett County is located in metropolitan Atlanta, Georgia and has a land area of 437 square miles and a population of over 907,135 as of 2016. Gwinnett County Department of Fire and Emergency Services provides fire protection, rescue, advanced life support emergency medical services, and transport for the entire county. The department currently operates 31 fire Stations. Gwinnett County currently has an authorized strength of 847 fire fighters, paramedics, and support staff. In 2017 the department responded to approximately 80,000 company responses, and logged approximately 2.5 million miles on a fleet of 210 vehicles Intent- It is the intent of this Request for Proposal (RFP) to describe the minimum requirements for one (1) Air & Light Specialty Apparatus. Each proposer is requested to provide pricing on each option listed enabling Gwinnett County to select various offerings for evaluation purposes. All proposers should quote their top-of-the-line premium quality custom units that are engineered for the potential of being remounted and/or refurbished. Gwinnett County reserves the right to select and vary the configurations submitted. Proposer and OEM Responsibility- Each proposer should be thoroughly familiar with the specifications contained herein prior to attending the pre-proposal conference and prior to submitting their proposal. No additional allowances will be made because of lack of knowledge of these conditions. It is the responsibility of the proposer to ascertain if any components of the specifications are unsafe and that if any unsafe or poorly designed criteria are contained herein that they be thoroughly explained to Gwinnett County in the submitted response.

Insurance- The successful proposer will be required to provide product liability and general liability insurance in the amount of $1,000,000.00 prior to award. The Insurance Company should be authorized to do business in Georgia by the Georgia Insurance Department, and must have an A.M. Best rating of A-5 or higher. Qualified OEM- Proposal will be accepted only from OEMs who have a proven history of the capability to manufacture this type of Specialty Fire Apparatus. RFPs will be accepted only from OEMs under the same ownership that have been actively and continuously engaged in manufacture of this type of apparatus for not less than Ten (10) years. It is not the intent of these specifications to call for an experimental vehicle, nor is it the intent of this department to accept such a vehicle. No prototypes will be considered. Divided Responsibility- To eliminate divided responsibility and to provide a fully engineered product, it is required that a single source proposer be responsible for providing all components of the vehicle, including the chassis, body, and all components requested as necessary for the manufacturing of the requested vehicle. As is common with specialty apparatus, the

Page 5: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 P a g e | 5

proposer may offer a third party custom chassis. Only those custom rescue style cab/chassis OEMs which are common to the fire industry will be considered. The proposer must fully support the warranty of the cab/chassis offered. Contract Renewals- Gwinnett County is requesting pricing for the initial one year term and one (1) optional renewal year. If a price increase is a part of this proposal, the OEM will be required to provide the documentation clearly indicating the price increase and rational for the charge. In the case of chassis model change or discontinuation, Gwinnett County reserves the option to approve a comparable chassis. Late Delivery Penalty- Gwinnett County requires delivery to be made by the date shown on the Fee Schedule as negotiated prior to award. Failure to do so may result in a penalty of 1% of the unit price per day for up to ten (10) days being deducted from payment by Gwinnett County. No compensation will be given for early delivery. Exceptions to this penalty may be made when extenuating circumstances arise and are fully communicated in writing; however, Gwinnett County reserves the right to fully or partially implement the late delivery penalty.

Proposal Requirements- Each Proposal should be accompanied by a detailed description of the apparatus and equipment the service provider proposes to furnish, including construction details, metal thickness, and capabilities. If different than what is requested, the specifications should include specific name brands, model numbers and descriptions of the components to be used. All of these items should be written on the spaces provided on the RFP pages. Construction Standards- All construction aspects and materials used should conform to the most current edition of NFPA 1901 and 1500 standards, D.O.T., F.M.V.S.S. standards and any other applicable standards within the Fire industry. The proposed apparatus must be based on sound engineering and manufacturing principles. Proposals must indicate all items required for NFPA 1901 compliance with a foot note by each item and should provide a list of additional items required which are to be identified and included in the manufacturing of these vehicles. Engineering-Drawings- Suppliers responding to this RFP should have at least one (1) on-site engineer. This person should be devoted to the design process of the vehicle and not utilized as a production employee. Provide a brief biography and experience of this engineer with proposal. Detailed line type drawings are to be provided and should include all principal apparatus dimensions. Drawings should include as minimum, left side, right side, and front, rear and top views. Views should illustrate major component mounting locations, interior of body and cab interior. All construction drawings should be clearly labeled with all measurements necessary to project a clear and accurate representation of the finished product. Drawings should be furnished in both an ANSI B size, (11” X 17”) format and a large blue print ANSI D size (24” X 36”) format. OEM’s standard advertisement brochures and recent photos of deliveries of similar units should be provided. Apparatus Weights and Dimensions- Weight distribution of the completed apparatus should meet NFPA 1901 standards. Response to RFP should include line drawings with complete dimensions of the vehicle proposed. RFP must also include approximate weights per axle and each wheel of the vehicle in a completed ready to ship condition. This weight should not include equipment or passengers. Response to RFP should also include actual per axle weights of similar vehicles as that proposed with the vehicle fully loaded in an in service condition. Actual weight of completed vehicle including all equipment and passengers at delivery should conform to State of Georgia code 32-6-26. Provide a certified weight ticket with delivery showing front axle, rear and total axle weights with all equipment provided, full fuel, and 250 pounds per person times each seating position. Materials- The apparatus, equipment and accessories, electrical equipment and warning equipment to be delivered under this contract should be standard commercial products that meet or exceed the requirements of this specification. The apparatus should comply with all Federal Motor Vehicle Safety Standards (FMVSS) and State of Georgia regulations applicable or specified for the year of manufacture. The chassis components and optional items should be as represented in the OEMs current technical data. The OEM should provide total standardization and interchangeability of components, parts, equipment and accessories between all vehicles built under this specification. Materials used should be new and of a quality equal to or exceeding that of current engineering and manufacturing practices. Materials should be free of defects and suitable for the service intended. No used or rebuilt materials should be considered.

Page 6: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 P a g e | 6 The successful proposer should supply the original OEM part crossover numbers for parts that are not manufactured by the equipment OEM at the time of acceptance. Proposer must supply a complete apparatus component list or materials build list that includes a description of the part, vendor name, and vendor part number(s). Labels and Nameplates- All identification and instruction plates should be metal or plastic with the information engraved, stamped or etched thereon. If metal, they should be of a non-corrosive material. Plastic plates should not be used in exposed positions where they are subject to weathering. Identification and instruction plates must show make, model, serial numbers, and other such data necessary to positively identify items. All plates should be mounted in a conspicuous place with stainless steel screws, bolts, or rivets. Maintenance Considerations- In order to reduce overall parts inventory requirements, maintenance costs, training requirements, and overall cost of ownership; Gwinnett County requests the use of certain specified components. Each of these components is available to every OEM and will be considered without exception. Drains, filler plugs, grease fittings, hydraulic lines, bleeders, and check points for all components should be located so that they are readily accessible and do not require special tools for proper servicing. When practical, drain lines should be hard plumbed to the underside of the vehicle. Design practices should minimize the number of tools and amount of time required for maintenance. All of these components should be labeled for their correct function.

All components should be designed, mounted, and protected so that heavy rain or other adverse weather conditions will not interfere with normal service and operation. The successful service provider should furnish a copy of the OEM’s preventive maintenance schedule for the specified vehicle at the time of delivery. Generic guidelines designed to fit all vehicles will not be accepted. PROPOSER RESPONSE TO RFP GUIDELINES Component List- Proposer’s Response-All proposers are required to circle either “YES” or “NO” in the component list next to each requested component indicating whether or not the component will be offered as specified. An indication of “NO” requires that the alternative component description be written in the space provided. Any other requested information such as measurements, component descriptions, quantities, etc. should also be written in the spaces provide within the component list section. Any missing information or unanswered questions within the component list will result in a lower overall score. Specification- Proposer’s Response-All proposers are required to indicate whether or not they meet the entirety of each specification by placing a checkmark () in the “Meets specification exactly- YES or NO” space at the end of each numbered section. If the proposer is not going to furnish the item EXACTLY as is described in this specification, they must indicate a NO () even though they may feel they are providing an alternative item that equals or exceeds the requirements of this specification. For each “EXCEPTION” taken, the proposer must include a detailed technical description of what they will furnish as well as a full explanation of why the exception equals or exceeds the item in the specifications. For scoring purposes this should be written on the lines provided under each section. If more space is needed the proposer should reference the location of the full explanation. Each dealer is ultimately responsible to ensure that their proposal complies completely with all requirements. Manufacturer names, trade names, codes, etc. used in the specification are for the purpose of describing and establishing general performance and quality levels. Codes listed are standard order codes. These are listed for reference to establish which items are being requested. The OEM’s order codes (if different than those requested) should be listed for each item, which should be equal to, or should exceed each item in your response. Price protection for additional units is requested and details should be provided with proposal. All items submitted should be current production year, new, never used and be the OEM’s latest design, equipped as specified and include all of the latest features. The equipment offered should conform to the basic requirements listed. All proposals should include all OEMs’ standard items as shown on OEM’s printed/published literature. Deleted options for any item(s) offered, should not be included for any item unless specifically addressed and requested in this solicitation. Modifications of existing OEM design to meet these specifications are strictly prohibited and should not be permitted. Exceptions- All “EXCEPTIONS” should be listed on the lines provide under each item. If more space needed, write the specification item number and notes on a separate sheet. The absence of an explanation in the provided lines may result in a lower overall score and be considered non-compliant. All exceptions should be clarified to provide Gwinnett County with the proposed engineered alternative and expected outcome of each exception. All exceptions will be detailed in explanation to clearly indicate what the proposer is offering. Exceptions will not be considered as refusal or reluctance to comply. All indications of “NO” will be considered for the merit of the explanation provided. The total number of “NO” responses will not be considered as negative toward the OEM or their proposal. “NO” indications WITHOUT EXPLANATION will be considered as unwilling to comply and will be graded as such. Furthermore; if “YES” is indicated, however it is otherwise indicated that the specification is not met it will result in a lower overall

Page 7: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 P a g e | 7 score. All exceptions, alternates, or suggested substitutions with an associated cost, whether a cost increase or decrease, should not be documented on the proposal document, but should be submitted along with the Fee Schedule. In order for the Apparatus Scoring Committee to conduct a thorough review of the current Gwinnett County specifications; suppliers are to identify and indicate any item in this specification document which in their opinion will provide reduction in cost in the event the particular item was to be omitted without sacrificing the dependability, quality or functionality of the unit. Cost reduction items can then be identified and offered as an alternate to delete or perhaps to be substituted. These items are to be addressed in the same manner as an exception referenced by specification item number on a separate sheet with a description, explanation and referenced with associated impact on cost. Some items may have been noted with the verbiage “provide optional pricing”. In some cases these items may be retained to provide uniformity of the Fleet, however due to escalating cost, the Apparatus Scoring Committee may make recommendations to delete or omit items it determines to be in the best interest of Gwinnett County. Exception Example The basic vehicle warranty should be two (2) years and unlimited miles. The warranty should begin on the in-service date. A sample of the warranty should be provided with the proposal

Equivalent Alternate Products -The use of brand name is not for restrictive purposes or to limit competition but to assist proposers in determining the standard of quality Gwinnett County is seeking. Where a brand name is specified, it should be considered that all alternatives will be considered unless otherwise noted as “no equivalents accepted”. Gwinnett County will be the sole determinant of acceptability of all approved alternates. Alternative products should be presented in two categories; “does not offer specified product” or “offers specified product with other options available”. The proposer is solely responsible for providing justification that all alternate products have been personally investigated and determined to be equal to or superior in all respects to that specified. In order for the scoring committee to thoroughly investigate and approve alternative products, alternate products should be presented as outlined below. Failure to do so may result in a lower overall score. Any justification in relation to cost savings should be noted in the lines provided as “cost saving alternative”; however, cost saving dollar amount(s) should be presented only on the Fee Schedule. Any provided justification for alternative products deemed to be untrue, misleading or falsified during the purchasing or construction process will be reconsidered at the time of discovery. The OEM will be held to the standard set forth in this RFP, NO EXCEPTIONS. OEM does not offer specified product - When proposing alternate products and the OEM will not or cannot provide the specified brand and/or model for any reason, the proposer should circle “NO” next to the corresponding component and write the alternative product make and model in the space provided. “NO” should also be checked in the “Meets Specifications Exactly” box and should follow the guideline listed below. Any specified brand and/or model numbers determined to be incorrect or outdated should be considered in this category.

• Circle “NO” in the component list and write the alternate product brand and model in the space provided. • Check “NO” in the corresponding section’s “Meet Specifications Exactly” box and write any pertinent justifications in

the lines provided. Supplemental information may be referenced in the lines and provided in the response notebook; however the lines provided should be used to give as much information as possible.

• Alternative product identification, including manufacturer’s name and address should be provided as part of RFP document.

• Provide manufacturer’s literature, including product description, performance, and test data and reference standards. • Provide an itemized comparison of proposed alternates with specified product. It is the proposer’s responsibility to

prove that alternate products equal or exceed the quality level of the product(s) specified.

OEM offers specified product - When proposing alternate products and the OEM will provide the specified brand and model; the proposer should circle “YES” next to the corresponding component and write the words “Alternative Offered” in the space provided. “YES” should also be checked in the “Meets Specifications Exactly” box and should follow the guideline listed below. Gwinnett County will make the determination as to which product will be used at the pre-award meeting unless otherwise negotiated.

Meets Specifications Exactly: YES _____ NO Acceptable Response If no, explain: Proposer does not offer a two year unlimited mile warranty. Our base warranty is three years/36,000 miles. Full details can be found on the exceptions Page- Continue to exception #- 1.0 Unacceptable Response If no, explain: We do not offer that warranty Continue to exception #- 1.0

Page 8: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 P a g e | 8

• Circle “YES” in the component list and write “Alternative Offered” in the space provided. • Check “YES” in the corresponding section’s “Meet Specifications Exactly” box and write the brand and model of the

alternative product and any pertinent justifications to use the alternative product in the lines provided. Supplemental information may be referenced in the lines and provided in the response notebook; however, the lines provided should be used to give as much information as possible.

• Alternative product identification, including manufacturer’s name and address should be provided as part of RFP document.

• Provide manufacturer’s literature, including product description, performance, and test data and reference standards. • Provide an itemized comparison of proposed alternates with specified product. It is the proposer’s responsibility to

prove alternate products equal or exceed the quality level of the product(s) specified.

Questionnaire- A questionnaire has been provided in the RFP that details specific components and materials that will be used in the apparatus. The questionnaire also addresses dealer and OEM history and contact information. Proposer should furnish all information requested in the space provided. References- The proposer should furnish as references all vehicles built and delivered within the last five (5) years constructed on a similar chassis. One (1) to five (5) responsive references are requested. References should indicate the number of years ago the work was performed. Reference list should include the department name, address, phone number, fax number, e-mail address, current department contact, and date of delivery. Proposer should verify contact information for references prior to submission. The inability to contact references will result in a lower overall score. SILENCE OF SPECIFICATIONS The apparent silence of this specification and any supplemental specifications as to any details or the omission from it of a detailed description concerning any point should be regarded as meaning that only the best commercial practices are to prevail and that only materials of the highest quality and correct type, size and design are to be used. All workmanship is to be the OEM’s best quality offered. All interpretation of this specification should be made upon the basis of this statement with Gwinnett County interpretation to prevail. LOCAL SERVICE REPRESENTATIVE Due to the critical functions and emergency responses these vehicles are required to perform, Gwinnett County has determined the ability of the OEM to provide prompt, dependable, and quality repairs during the warranty period and after the warranty period has expired is very important. The OEM is expected to allow Gwinnett County Fleet Management to be a certified warranty provider and have access to all mechanical information and computer data. Manufacture is responsible for providing adequate training and support to Gwinnett County Fleet Management. It is also expected that Gwinnett County Fleet have access to an OEM representative mobile maintenance technician. If the OEM has a local repair facility, a complete description and photographs of the local authorized repair facility and mobile service vehicle(s) should be included in the bid package. Facility, mobile service and EVT technician information is also requested in the questionnaire. The facility information should include as a minimum: the physical location, size, specialized equipment, tools, and overall capabilities as well as the traveling distance in miles from Gwinnett County. The description of the mobile service vehicle should include as a minimum: the year model, make and mileage as well as an approximate dollar value of the parts that are routinely stocked on board. The information concerning EVT technicians should also include as a minimum: years of experience in repairing emergency vehicles and a list of any nationally recognized certifications and/or other related qualifications. The EVT technician information should only include fulltime current employees. The existence of a local repair facility does not exclude the request for Gwinnett County Fleet Management to become a certified warranty provider. WARRANTY It is imperative that Gwinnett County Fire and Emergency Services maintain the highest possible level of service for the citizens of Gwinnett County and surrounding areas. Gwinnett County Fire Services is a high call volume department and thus, like all fire services, relies on the most expedient and thorough vehicle maintenance possible. Gwinnett County Fleet Management has nine (9) qualified EVT’s who understand the importance of maintaining fire and emergency vehicles with the highest quality of repairs in the shortest amount of time. For this reason, the OEM will authorize Gwinnett County Fleet Management to perform warranty work according to a warranty agreement with the authorized OEM dealer and the OEM. The warranty agreement should be provided in writing and contain the scope of work that may be performed by Gwinnett County as well as any scope of work that Gwinnett County will absolutely not be allowed to perform. The agreement should also outline a clear payment and reimbursements process as it pertains to parts and labor performed by Gwinnett County during the warranty period. Any

Page 9: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 P a g e | 9 warranty and post-warranty discounts and proration calculations should also be included. The proposer should include a draft of this agreement in the RFP. Final terms of the warranty agreement will be agreed upon prior to award. FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL. The warranty agreement will be agreed upon by all parties including; the OEM, the authorized dealer, Gwinnett County Fire and Emergency Services and Gwinnett County Fleet Management. Should it be necessary that any warranty work be performed by the dealer or the OEM as agreed upon by Gwinnett County Fleet Management, it should be performed in Gwinnett County by the local representative’s mobile service unit. Should major repairs become necessary that cannot be practically or safely handled at Gwinnett County Fleet Management or “in the field”, it should be the local representative’s responsibility to arrange transportation to their local facility. Any driver of the vehicle should be properly licensed to drive and operate the vehicle. Any operator should be fully insured and the OEM or local representative should assume full responsibility for the vehicle while it is in their possession. This warranty coverage should be included at no extra cost to Gwinnett County. For more information on the warranty agreement process, you may contact Terri Shirley with Gwinnett County Purchasing who will direct you to the proper Gwinnett County Fleet Management manager. Proposer should specify any differences in warranty requests in the space provided within the warranty section. Provide the signature below of the Company Official authorized to issue and certify compliance to the above listed warranty requirements. An authorized dealer signature is not acceptable.

Signature: ____________________________________________________________ Print Name: __________________________________________________________ Title and Date: ________________________________________________________

ANALYSIS AND TESTING INFORMATION AND END PRODUCT QUESTIONNAIRE General Testing and Analysis- The RFP should provide all analysis and testing information for the engine, transmissions and cooling system. Gwinnett County should be furnished with a copy of the End Product Questionnaire (EPQ) testing approval, which is the engine manufacturer’s approval of the engine installation. The approval letter must show that the engine installation has successfully passed the engine manufacturer’s cooling test requirements and that the fuel system, air intake system, exhaust system, and electrical system on the engine are installed in accordance with the engine manufacturer’s recommendations. Allison Scann Analysis- Suppliers should provide an Allison SCANN report for the proposed engine, transmission, gear ratio, tire sizes and projected vehicle weights. TRANSFER OF CONTRACT To assure apparatus quality and prompt response by the OEM on warranty claims and repair requests, the successful respondent may not assign, sell or otherwise transfer this contract without written permission from Gwinnett County. Proposer should state the Company name and exact location where all manufacturing will be performed.

Cab ___________________________________________________________________ Chassis _________________________________________________________________ Body __________________________________________________________________

CONSTRUCTION CONFERENCES There should be a minimum of three (3) conferences held at the successful OEM’s manufacturing facility. For each conference, the proposer will be responsible for all costs incurred for up to three (3) Gwinnett County Fire and Emergency Service representatives and one (1) Gwinnett County Fleet representative to attend. Said costs will include lodging, food and all transportation (commercial airline and ground) expenses for a minimum of two ten (10) hour working days at the manufactures facility (travel time not included) unless otherwise stipulated. No excessive or elaborate accommodations or meals are to be considered. Preconstruction Conference- The purpose of this conference is to allow for the OEM to develop an in-house shop order for the fabrication of this apparatus. This conference should take place at the OEM’s facility within four (4) weeks after the issuance of the Purchase Order by Gwinnett County. Those in attendance at the conference should include the local sales representative, the OEM’s project manager, and additional engineering staff as required to successfully complete the engineering and design of the apparatus. The time spent at the conference should be of a duration that will allow for complete review of all items contained in this RFP and any

Page 10: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 P a g e | 10 additional items necessary to obtain a full understanding of the expectations of Gwinnett County. Gwinnett County will review documentation supplied by the OEM prior to and during construction; however, the RFP document and any agreed upon clarification documents will prevail as the official requirement for apparatus construction and performance, NO EXCEPTIONS. Gwinnett County will not approve OEM’s in house shop orders that may be necessary for apparatus fabrication as the official requirement for apparatus construction and performance. For the preconstruction conference, the OEM should provide all requested and pertinent detailed to-scale blueprint sized engineering drawings of the apparatus. The drawings submitted to Gwinnett County prior to and during preconstruction are drafts and must be submitted for final approval by Gwinnett County after all necessary changes have been made. All OEM drawings, component lists and any other documentation that is used by the OEM or dealer to determine the final product outcome must be approved by the Gwinnett County Fire Apparatus Section Manager or other authorized Gwinnett County representative prior to construction. Third Party Chassis Inspection- If a third party custom chassis is proposed, proposer must agree to a final inspection of the chassis prior to shipment to the body manufacturer. This is in addition to the midpoint inspection. The purpose of this conference is to complete a detailed inspection of the chassis prior to delivery to the body OEM in order to minimize issues related to separate manufacturing sources. All proposers using a third party chassis should expect to comply with this requirement. The time spent at the conference should be of a duration that will allow for a complete inspection of the chassis and time to review any clarifications. Proposer should allow no less than one day (10 hours) at the chassis OEM’s manufacturing facility (travel time not included). Midpoint Construction Conference- The purpose of this conference is to complete a detailed “bumper to bumper” inspection on the apparatus under construction once the vehicle is 50%-85% completed. This will allow for adjustments and clarifications on any remaining items prior to the final inspection. The time spent at the conference should be of a duration that will allow for a complete inspection of all units and a time to review any clarifications. Proposer should allow no less than one day (10 hours) at the OEM’s manufacturing facility (travel time not included). Final Construction Conference- The purpose of this conference is to complete a thorough detailed inspection of the apparatus prior to shipment to Gwinnett County. The OEM will provide a clean space with a concrete floor to inspect the apparatus. All tools such as pressure gauges, temperature gauges, voltage meters, tape measures and automotive creepers (or a vehicle lift system) should be provided at the inspection location. The time spent on the inspections should be of a duration that will allow for a complete inspection of the vehicle. Proposer should allow no less than two (2) full working days (20 hours not including travel time) at the OEM’s manufacturing facility unless otherwise agreed upon prior to the final construction conference.

Final Inspection Priorities- Each apparatus should be 100% completed and in a clean and in-service condition and meet all required and agreed upon components of this RFP and any agreed upon clarification documents. Other Considerations for Acceptance- Paint should be polished to a mirror finish and decals should be installed as specified in the final agreement. All third party components and mounted items should be mounted correctly as according to the final agreement. All electrical systems and components should be installed and function as specified. Each apparatus will be test driven by a Gwinnett County Representative. A thorough breathing air system and cascade system check will be performed by a Gwinnett County representative at the OEM’s facility prior to acceptance. Adjustments- For the purposes of this RFP, adjustments are defined as changes during the construction process which are made to the specifications within the RFP having been clarified and agreed upon at the time contract is awarded. Due to differing manufacturing techniques, engineering and design; it may be necessary to make adjustments throughout the manufacturing process. The awarded OEM should understand that Gwinnett County reserves the right to make the adjustments as necessary to fulfill the intent of the RFP. Gwinnett County requests that all such adjustments be confirmed and approved in writing by Gwinnett County. Delays in the projected production schedule caused by adjustments must also be approved by Gwinnett County in writing. Any items that require additional costs should be submitted by the OEM in the form of an OEM change order and associated costs must be approved by Gwinnett County in writing prior to the performance of such adjustments. The cost of items deemed not necessary during the construction process and therefore omitted should be credited back to Gwinnett County and may be used to make other necessary adjustments. The awarded OEM agrees there will be no associated costs for any adjustments made to improve safety, ease of maintenance, overall quality, and overall apparatus longevity in accordance to industry standards as long as the adjustments do not expand the scope of this RFP and/or agreed upon clarifications. In the case of adjustments, email shall be sufficient for approval unless (1) a paper original or copy is requested by Gwinnett County or (2) additional costs are associated requiring additional funding from Gwinnett County. All adjustments must be approved by the Fire Apparatus Section Manager or other person assigned as the project liaison by the Fire Apparatus Section Manager, Gwinnett County Fire Business Services Chief or higher ranking official. Additional Inspections as Required- Should any vehicle not pass the pre-delivery inspection as decided by the Gwinnett County representatives, the OEM will incur the cost of any additionally required inspections. Time for all trips will be allotted to

Page 11: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 P a g e | 11

complete a full inspection of the vehicle. Should it be determined the inspection require more than five (5) total working days, a second inspection trip may be requested by Gwinnett County. Expenses for the minimum of two ten (10) hour working days per apparatus at the OEM’s manufacturing facility (travel time not included) should be the guideline for configuring travel costs.

APPARATUS DELIVERY Gwinnett County is concerned with the prompt delivery of these vehicles. Gwinnett County needs to place these vehicles in service at the earliest possible date. It is expected that the vehicles be delivered within 330 calendar days after notification of award by the issuance of a purchase order by Gwinnett County unless otherwise agreed upon at the time of purchase. Any negotiation of delivery dates will be based on the OEM’s estimated delivery date documented on the Fee Schedule. Delivery should be FOB destination to Gwinnett County, Georgia and is to be over the road drive away by the OEM's delivery engineer. Fleet Management should take delivery of apparatus from any source to accomplish acceptance inspections and to process the vehicles into county inventory. Deliver to Fleet Management 620 Swanson Drive, Lawrenceville, Ga. 30043. The OEM’s delivery engineer is to remain with the apparatus and assist with acceptance testing of the delivered vehicle. In addition, the delivery engineer should provide up to three (3) full days training of Fire Department and Fleet Management personnel on preventive maintenance procedures, providing detailed explanation of vehicle electrical system, electrical system schematics, trouble shooting, and proper operation. In the event the delivery engineer is not able to provide a detailed, thorough and satisfactory training program for the vehicle’s electrical system, it will be required that the OEM send their electrical engineer to Gwinnett County for in depth training prior to the acceptance of the vehicle. Prior to delivery, the OEM or dealer should service and adjust each vehicle for operational use to include as a minimum the following:

1) Focusing of lights. 2) Tuning of engine. 3) Adjustment of accessories. 4) Checking of electrical, braking and suspension system. 5) Charging of battery. 6) Proper alignment of front and rear axle in Gwinnett County by a local independent heavy truck alignment shop. The facility

should be approved by Gwinnett County. 7) Inflation of tires to recommended pressures. 8) Balancing of all wheels, including spares if needed. 9) Complete lubrication of engine, transmission, chassis and operating mechanisms. 10) Servicing of cooling system with manufacturer specified extended life antifreeze.

Documentation to confirm pre-delivery inspection should be provided prior to acceptance. All apparatus should be delivered in a “ready to place in service” condition with Gwinnett County needing to only load and mount the remaining loose equipment, install two way radios and install modems. ACCEPTANCE AND TESTING Prior to acceptance the following performance criteria must be met. Additional tests may be conducted if deemed necessary by Gwinnett County to confirm proper operation and satisfactory performance. All performance testing should be successfully completed without the vehicle demonstrating any signs of overheating, vibrations or other abnormal conditions. Failure to meet acceptance tests- In the event the apparatus fails to meet the test requirements of these specifications on the first trials, second trials may be made at the option of Gwinnett County within thirty (30) days of the date of the first trials. Such trials should be final and conclusive. Failure to comply with these requirements will be cause for rejection. Failure to comply with changes as Gwinnett County may consider necessary to conform to any clause of the specifications within thirty (30) days after notice is given to the proposer of such changes will also be cause for rejection of the apparatus. Permission to keep or store the apparatus in any building owned or occupied by Gwinnett County or its use during the above specified period with the permission of the respondent does not constitute acceptance.

• The 12 volt electrical system should be tested to verify all components function properly and meet specification ratings. • Breathing Air System and Cascade tested to verify all components function properly and meet specification ratings.

Documents to be delivered prior to acceptance:

• OEM’s report of vehicle construction details. • All specified manuals. • List of part numbers for vehicle components. • Schedule of OEM’s recommended preventive maintenance schedule for vehicle.

Page 12: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 P a g e | 12

• Exact as built wiring diagrams for 12 volt DC and the 220 volt AC systems. Wiring diagrams should be provided in 11” X 17” size formats in each body manual. A minimum three (3) sets of exact wiring diagrams should be provided in large blue print size formats. The orientation of layouts to match vehicles as built.

• Engine warranty statement. • Transmission warranty statement. • Chassis, Cab and Frame rail warranty statement • Body construction and paint warranty statement. • General warranty statement(s). • Compressor and fill system Warranty Statement • Generator Warranty Statement • All Test data for NFPA required electrical system test including the UL Certified dielectric Voltage Withstand Test. • All Test Data for NFPA required breathing air systems tests. • Air quality test Data, as required by NFPA 1989 • Verification of completion of the delivery requirements as stated in the “Apparatus Delivery Section”. • Three (3) complete air system schematics, including: piping diagrams reflecting piping layout, valves and pipe sizes. • Three (3) large lubrication charts, should be phantom views of the complete apparatus showing points of lubrication, the

proper lubrication types and the amount to be used at each location requiring lubrication. • Delayed warranty Start Form. • Certified weight ticket for completed unit as delivered with full fuel showing front left and right wheel loading, rear left and

right wheel loading and total actual vehicle weight. • Copy of the EPA engine emissions certification. (CARB Executive Order). • Vehicle registration, copy of documents including MV1 form, manufacture’s certificate of origin (front and back), bill of

sale, and mileage odometer statement when applicable, all assigned as specified. Provide a receipt for the tag and title fees. Tag plates to be installed on each vehicle at time of delivery.

UL Certified Dielectric Voltage Withstand Test- The generator and all related electrical systems shall be independently tested and certified in writing by Underwriters Laboratories (UL). The testing shall conform to NFPA 1901, Chapter 23.16.2 requirements.

• The wiring and permanently connected devices and equipment shall be subjected to a dielectric voltage withstand test of 900 volts for 1 minute.

• The dielectric tester shall have a 500 volt-amperes (VA) or larger transformer, with a sinusoidal output voltage that can be verified.

• The testing shall be performed by the apparatus manufacturer during final quality control assurance test prior to final delivery.

• The test shall be conducted as follows: 1. Isolate the power source from the panel board and disconnect any solid state low voltage components. 2. Connect one lead of the dielectric tester to all the hot and neutral busses tied together. 3. Connect the other lead to the fire apparatus frame or body. 4. Close any switches and circuit breakers in the circuits. 5. Apply the dielectric voltage for 1 minute in accordance with the testing equipment manufacturer's instructions.

• The electrical polarity of all permanently wired equipment, cord reels, and receptacles (as applicable) shall be tested to verify that wiring connections have been properly made.

• Electrical light towers, floodlights, motors, fixed appliances, and portable generators (as applicable) shall be operated at their full rating or capacity for 30 minutes to ensure proper operation.

• Testing procedures shall be conducted as outlined in NFPA 1901, Chapter 23.16.5.3. The results of each test shall be recorded, with the name of the end user on the certification certificate and provided with the delivery documentation.

PAYMENT As the proposer has several months to obtain any equipment, materials, or documentation that is required as a part of this specification, no shortages are expected at time of vehicle delivery. Any item or items that must be considered as a shortage should be justified prior to delivery. Gwinnett County reserves the right to withhold full payment until all shortages are delivered and requirements are complete. Any discrepancies that were noted during inspection visits, or discovered upon delivery, or during acceptance testing must be satisfactorily corrected prior to final acceptance and payment. Vehicles to be assigned on manufacturer's certificate of origin, MV1, registration , title, bill of sale, and odometer mileage statement (when applicable) exactly as shown below, "NO ABBREVIATIONS".

Name: Gwinnett County Board of Commissioners Address: 620 Swanson Drive Lawrenceville, Georgia 30043

Page 13: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 P a g e | 13

Failure to provide tag registration and title application as stated above will result in suspension of payment until registration and title corrections are provided to Fleet Management. Vehicle will not be placed in service, or released to the user department until vehicle is properly registered. The successful proposer is required to make application for tag and title on behalf of Gwinnett County. Georgia title fee is $18.00 and tag fee is $3.00. An additional $100.00 fee during tag processing for vehicles over 26,000lbs (Highway Impact Fee) may also apply. There is a $10.00 late penalty fee when tag and title applications are submitted to the county tag office 30 days past the original sale date as noted on the bill of sale and delivery date. It is recommended to utilize the current State of Georgia DMV MV1 form. This form is available online at http://motor.etax.dor.ga.gov/forms/motor.aspx . Contact Gwinnett County Fleet Management to obtain a limited power of attorney document required for tag and title processing.

Contact Information: Gwinnett County Fleet Management Charlie Moshell

678-442-3301

Page 14: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 14 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL. SECTION 1 – CAB/CHASSIS MODEL AND DESIGN, FRAME, VEHICLE DIMENSIONS & DRIVE ANGLES 1.0 CHASSIS

Components List

Configuration Design- The chassis should be a new current year model production with a 2-door fully enclosed style cab that is commonly used for fire service applications. Gwinnett County expects the OEM responses to the RFP to be what it considered the most durable and technologically updated unit that will accommodate the most current ISL9 Cummins Diesel Engine or PACCAR PX-9 350EV. A chassis build list and the applicable chassis sales brochure should be included with the response package. The OEM of the final manufactured product will maintain the warranty and provide warranty work on the chassis, body and all provided components. The chassis dealer providing service should be no more than 50 miles from Gwinnett County or have a readily accessible qualified road mechanic. Cab & Chassis Options- Manufactures should provide the chassis options most suitable for the application described within this RFP. The specifications for the requested chassis are provided in Appendix A. Proposer may provide other chassis option(s) if available. The Kenworth T370 chassis specifications provided are the minimum standard for all proposals. Any alternative chassis provided should meet or exceed the requested chassis and components listed within Appendix A. Any modifications to the chassis specifications provided in Appendix A should be thoroughly explained and justified. Regardless of the chassis proposed, a detailed specification similar to the one provided in Appendix A should be provided. The provided specification should be the exact chassis and chassis related components the vendor intends to provide. Applicable custom chassis may be acceptable. Changes to the proposed and accepted chassis and chassis components will not be accepted during the build process without adequate justification and proper documentation. The Gwinnett County Fire Apparatus Section Manager or higher ranked Fire Department official must approve any such change in writing. Cab Interior- Cab interior should be as durable and comfortable as possible. All components installed in the cab should be mounted firmly and ergonomically designed for driver usability. The interior should include a center console. The console should be fabricated of high quality Materials and designed for longevity. The console should include installed 3rd party components such as the ES-Key UltraView display, switches, siren and radio. The console should also include adjustable storage shelves/compartments for map books and files. The UltraView display should be installed at an angle as to be easily accessible and avoid glare. Console should also include a minimum of two (2) 12 volt charging ports and two (2) USB charging ports. Running Boards- Custom running boards should be provided and installed on each side of the cab. They should be constructed of aluminum tread plate designed for safe and ease of entry into the cab. Non-slip tread plate should be used on all step surfaces. Available storage space may be used for auxiliary battery storage. DEF and fuel fill locations should be easily accessible and designed to limit spills. Each location should be clearly identified with the proper placard. Running boards should be design to house ground lights, step lights, emergency lights and air inlet/outlet as requested in the other sections within this RFP. Optimization- The cab/chassis provided within the RFP should assume the most rugged and durable options available whether provided by the chassis OEM or the body OEM. All added and attached components on the interior and exterior should be of the highest quality material and installation. No added components should by any means void the warranty provided by the chassis OEM. The drivetrain, axle ratings, braking, auxiliary braking and all other pertinent components should be configured for maximum performance. Response should include the manufacturer’s recommendations for all pertinent items. Exact configuration will be decided at the preconstruction conference.

Section 1.0- ChassisOption 1: Kenworth Chassis provided as specified in Appendix A Yes No Model Year ___________________Option 2: Kenworth Chassis provided with some modification from Appendix A Yes No Model Year ___________________

Detailed Chassis Specification is provided. (Required for all proposed chassis) Yes NoOption 3: Alternative Chassis Provided: Chassis Proposed? Make __________________ Model ____________________________ Year __________________

Page 15: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 15 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Any questions concerning the Kenworth chassis provided in Appendix A may be directed to: Ronnie Poole MHC Kenworth Gainesville, Ga. 30507 Phone: 770-535-7777 Email: [email protected] Meets Specification Exactly YES __________ NO __________

Explanation if “NO”:

Continue to exception # 1.1 FRAME

Components List

Configuration Frame- Frame rails should be formed from 120,000 PSI yield, heat treated alloy steel and of the appropriate size and rating for the application provided within this RFP. A detailed description of the frame design should be provided. A C-channel insert should be provided. Frame Rail Modification- Should a modification of the chassis frame rails be necessary to meet the compartment specifications, a drop pinch frame design is preferred providing the maximum storage space available in the body. Generally, the drop pinch frame design is a modification of the original chassis frame rails performed by the body manufacturer; therefore, the OEM performing the modification will accept responsibility for all requested warranties, liabilities and all responsibility for such modifications. Warranty-A lifetime warranty should be provided on the complete frame and cross members. Fasteners- A .625inch, Grade 8 flange, Grade 8 bolt fasteners or Aircraft Huck bolt fasteners should be used on all permanently attached brackets to the frame. Finish- All exposed metal should be painted glossy black where possible. Tow Eyes- There should be two (2) front tow hooks attached directly to the chassis frame rails accessible underneath the front bumper and two (2) rear tow eyes attached directly to the chassis frame rails accessible through the rear compartment. The front tow eye should be the lowest approach angle point.

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception #

Section 1.1- Commercial Chassis Modifications Frame as specified Yes NoCross members as specified Yes NoDrop pinch frame offered Yes NoWill the body OEM modify the chassis frame, powertrain or original electrical system in any way? If yes, explain in lines provided below. Yes NoLifetime Warranty on the frame and cross members Yes NoAll exposed metal painted glossy black Yes NoTwo (2) front tow eyes Yes NoTwo (2) rear tow eyes Yes No

Page 16: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 16 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL. 1.2 VEHICLE DIMENSIONS & DRIVE ANGLES

Components List

Configuration Dimensions and drive angles should be as request or as close as the proposer may offer. All measurements must be written in the “proposed” column. If the exact measurement is not known or the requested measurement cannot be met, the proposer should explain below. Meets Specification Exactly YES __________ NO __________

Explanation if “NO”:

Continue to exception # SECTION 2 – REQUIRED COMPONENTS OF POWERTRAIN & BRAKING SYSTEMS 2.0 ENGINE SPECIFICATION AND RELATED COMPONENTS

Components List

Configuration Engine Model and Specifications- PACCAR PX-9 350 EV (Cummins ISL9) should meet the following specifications; 1. Most Current Year Model Available 2. Maximum Fuel Efficiency 3. Maximum Horse Power 4. Optimum Torque Setting (finalized at preconstruction conference) 5. Top road speed should not exceed 68 MPH. 6. Must be able to reach and maintain the top road speed of 68 mph on a +10° slope. 7. 0 to 60 mph in 25 seconds or less fully loaded on a 0° grade 8. 5 year/ 100,000 mile warranty

Section 1.2- Kenworth T370 or alternative Requested Proposed Option(s)Overall height at highest point ≤124"

Overall length including bumper and tail board ≤364"Front bumper Length MinimumWheelbase ≤218"Length of Cab Excluding bumper 108"Overall body width, excluding rub rails 100"Centerline of front axle to front of the cab (Including bumper) 40.9"Centerline of front axle to rear of the cab 68"Rear step/ tailboard length 12"Centerline of rear axle to end of body excluding rear step/tailboard ≤89"Ground to top of compartments ≤93"Ground to top of Tailboard ≤22"Approach Angle ≥13°Ramp Breakover Angle (Low point of Body) ≥11°Departure Angle ≥10°Left Turn Cramp Angle 45°Right Turn Cramp Angle 45°Left Wall to Wall turning circle diameter (Outside circle) <70'Right Wall to Wall turning circle diameter (Outside circle) <70'

What component is the highest component of the apparatus? ___________________________________

Section 2.0- Engine Specification and related components PACCAR PX-9 350EV (Cummins ISL9) configuration as specified Yes NoJacobs Engine Brake Yes NoFluids as specified Yes NoWard Diesel No Smoke 2 Yes NoVertical exhaust as specified Yes No

Page 17: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 17 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Speed and Acceleration- Sixty-eight (68) MPH is the expected top road speed. The apparatus should have the capability of acceleration from 0 to 60 mph in 25 seconds or less fully loaded on a zero degree grade. Fully Loaded assumes the weight of all tools, equipment and personnel [250 lbs. per person multiplied by the number of seat capacity] at a minimum of 75% of the rated capacity. The performance of the apparatus should meet or exceed all expectations of the most up to date NFPA Roadability Standard Section 4.15. The Apparatus should also maintain a speed of no less than 68 mph on a positive 10 degree Slope. Engine Brake- Jacobs Engine Brake with Off, Low and High switch position. The Jake brake should be interfaced with the Allison Transmission to provide automatic and forced down shift of gear ranges when activated for additional braking capacity. The Jacob Engine Brake should be interfaced with the Wabco ABS system to provide automatic deactivation upon ABS activation. The brake lights should be wired to illuminate anytime the Jake Brake is activated. Fluids-All fluids should be the highest quality recommended by the chassis manufacturer. Radiator- The Kenworth standard 1000 square inch cooling module should be included. However, in the case of an alternative chassis and as a minimum standard, the radiator should be of adequate size and capacity to maintain the engine and transmission temperatures within the engine and transmission manufacturer’s operating temperature requirements during all operating conditions that may be encountered in Gwinnett County, Georgia. This includes maintaining normal operating temperatures at and above ambient temperatures of 102° Fahrenheit. The radiator should be constructed of copper and brass. A drain cock should be provided in the radiator plumbing for draining of coolant and service access. A 3 gallon coolant system aluminum surge tank with a glass visual indicator should be provided.

Exhaust System- The standard Kenworth vertical exhaust should be included on the driver side of the cab. However, in the case of an alternative chassis and as a minimum standard, the exhaust system should be a vertical design and constructed from heavy duty truck components. All exhaust tubing should be stainless steel and should be supported from the chassis from points spanning no more than 42” apart. Flexible couplings should be utilized to absorb the torque and vibration of the engine. The outlet should be directed to behind the passenger side of the chassis. The system should be equipped with a single canister consisting of a Diesel Oxidation Catalyst (DOC) and a Diesel Particulate Filter (DPF). The canister should be mounted under the appropriate side of the frame rail, and meeting the engine manufacturer’s specifications and current noise level tests. An orange fiberglass (or better if available) heat absorbing sleeve should be used on the exhaust pipe in the engine compartment area to reduce the heat, to protect the alternator, and also to protect hands when checking or adding oil in the engine compartment. The exhaust system should also include a Selective Catalytic Reduction Filter (SCR) and Diesel Exhaust Fluid unless a better system to meet or exceed EPA regulations while reducing downtime and maintenance costs. Should the proposer provide other options, “no” should be checked in the “meets specifications exactly” box and a full explanation should be provided. A handrail should be provided and mounted on the vertical exhaust heat shield. Ward Diesel No Smoke 2- Ward Diesel Filter System’s Ward Diesel No Smoke 2 should be installed to prevent harmful exhaust gases from entering the work area and the air system. Proposer should provide options for vertical exhaust designed to route exhaust outside of the curb and street side areas. Ward Diesel System’s contact information may be found at http://www.warddiesel.com/index.php. Air Cleaner- The engine air cleaner should be provided with an ember separator as per NFPA requirements. An air flow restriction gauge or indicator light should be provided on the cab dash.

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception #

Page 18: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 18 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL. 2.1 FUEL AND DEF TANKS

Components List

Configuration Fuel Tank- A minimum 56 U. S. gallon fuel tank with ½” drain plug and large removable panel in the body to access the fuel pick up tubes and fuel gauge sending units. A ball type shut-off valve should be provided. The fuel tank should be equipped with a 2 ¼” filler neck assembly and vented. The fuel cap should be attached with a cable or chain to prevent loss. A metal Diesel Fuel label should be provided at the fuel fill location. DEF Tank- Diesel Exhaust Fluid (DEF) tank should be eleven (11) gallons and be easily accessible on the driver side. DEF should have a level gauge in the dash cluster. Exact locations will be determined at preconstruction. If applicable, a solution such as a smooth stainless steel plate should be provided in the DEF and Fuel fill areas to prevent corrosion on the paint or decals. If this area will interfere with SCBA storage, the proposer should provide a viable solution within the response along with a detailed drawing.

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception # 2.2 TRANSMISSION AND RELATED COMPONENTS

Components List

Configuration Transmission- Allison EVS 3000R with PTO and 5th generation controls should be configured for optimum performance including 6-speed Fire & Emergency transmission programming. The transmission should have the Customer Modifiable Constant (CMC) programmed to pre-select downshift to 2nd gear upon activation of the Jacobs Engine Brake. Shift Control- Dash mounted push-button shift pad with electronic transmission oil level check from transmission push button shifter. Smart Controls- Smart Controls to be included in the dash cluster are equipment in use, retarder enable and output speed indicator. The brake lights should activate upon retarder activation.

Section 2.1- Fuel & DEF TanksFuel Tank56 gallon capacity Yes No½” Drain Plug Yes No2 ¼” Filler neck assembly Yes NoFuel Cap w/ cable assembly Yes NoAluminum Plate Yes NoFuel fill location Wheel well Under Cab OtherDEF 11 gallons Yes NoAluminum Plate (if required) Yes NoDEF fill location Wheel well Under Cab Other

Section 2.2- Transmission and related componentsAllison EVS 3000R Transmission w/PTO and 5th generation controls Yes NoShift Control- Dash mounted Shift Pad Yes NoTransmission Pump Interface Yes NoSmart Controls Yes No

Page 19: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 19 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception # 2.3 DRIVELINES, AXLES, SUSPENSION, WHEELS, TIRES AND RELATED COMPONENTS

Components List

Configuration Front Suspension, Rear Suspension, Axles, Wheels, Tires, Power Steering and Drivelines- All components within the suspension and drivetrain should be configured to optimum performance for the vehicle weight and type. All proposers should provide the components listed in Appendix A. Should weight and load calculations require different components than those listed, the changes should be listed and justified clearly in the lines provided below as well as be reflected in the chassis specification provided in the response to this RFP. In the case of alternative chassis, the proposer should make every effort to match the components listed in Appendix A and provide the detailed chassis specification in the response. Driveline Loops- A minimum of three (3) driveline loops should be installed to prevent further damage should the driveline fall. Cramp Angle- The steering cramp angle for the front axle should be a minimum of 45 degrees when turning to the left or right. Mud Flaps- Provide black rubber mud flaps for front and rear wheels. OnSpot® Chains- Install Extreme Duty OnSpot® automatic tire chains. Chains should be installed in strict accordance to manufactures Guidelines. Brake cams and chambers should be mounted as not to interfere with installation of OnSpot® automatic tire chains. The chains should be installed as to prevent moisture from entering the pneumatic actuator. Tire Monitors- The Pressure Pro Tire Monitoring system should include the display mounted in the center console. The system should include Eight (8) Tire monitors (6 installed and 2 spare), antenna(s) and any other components necessary for the reliable functionality. The system should also include the control module used for programming the monitoring system. Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception #

Kenworth Specification- as specified and configured for optimum performance Yes NoDriveline Loops (3 minimum) Yes NoProvide black rubber mud flaps for front and rear wheels. Yes NoExtreme Duty OnSpot® automatic tire chains Yes NoPressure Pro Tire Monitors with Es-Key Integration Yes No

Section 2.3- Drivelines, Axles, Suspension, Wheels, Tires and Related Components

Page 20: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 20 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL. 2.4 BRAKE SYSTEM

Components List

Configuration Air-Brake General Specifications, Service Brakes, Rear Brakes, Parking Brake- All components within the brake systems should be configured to optimum performance for the vehicle weight and type. All proposers should provide the components listed in Appendix A. Should weight and load calculations require different components than those listed, the changes should be listed and justified clearly in the lines provided below as well as be reflected in the chassis specification provided in the response to this RFP. In the case of alternative chassis, the proposer should make every effort to match the components listed in Appendix A and provide the detailed chassis specification in the response. Air Supply System- Brake system should be full air with rapid buildup, FMVSS 121 approved air supply. An additional extra-large capacity air reservoir that should be dedicated to air horn and air outlet operation. Include a Wabco 1200 Dryer. Route all air reservoir drains to below the left side running board and include ¼ turn set in a tight row. Two (2) air pressure gauges with a red warning light and an audible alarm that activates when air pressure falls below 60 psi should be included. All main brake lines should be color coded nylon type and protected in high temperature rated split plastic loom. The brake hoses from the frame to axle should have spring guards on both ends to prevent wear and crimping as they move with the suspension. Install a quick connect brass air outlet with quarter turn shut off valve inside the driver’s door in the step well. This outlet will be used for tire inflation (120 psi) and operation of miscellaneous air tools. Provide one 3/8” air hose 50 feet in length with a long tire inflation chuck with brass quick connect fittings. An air inlet should also be included for the brake system. Inlet location may be discussed at preconstruction conference. ABS & ATC- Provide a Meritor/ Wabco all wheel antilock braking system (ABS) and automatic traction control (ATC). Include a deep mud or snow override switch for ATC.

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception # 2.5 PTO GENERATOR

Components List

Configuration General Requirements-The apparatus shall be equipped with a complete electrical power plant system provided by a chassis engine and transmission driven power take-off type generator. The complete wiring and generator installation shall conform to current National Electrical Code standards, as prescribed by the National Fire Protection Association (NFPA). The system shall be installed by qualified electrical technicians strictly according to the generator OEM specifications to assure the required level of safety and protection to apparatus operators. The installation shall be designed for continuous operation without overheating and undue stress on components.

Generator Minimum Specifications- The Generator should be Lima MAC fire and emergency service series (or approved alternative) with a minimum rating of 40KW at 1800 RPM, direct drive. Voltage should be 3-phase 480VAC capable of producing at the panel 120/240VAC with 208/394 amp rating. Should calculations require a larger generator, proposer should supply all necessary documentation for adequate justification. All electrical load calculations should be included with the response to this proposal.

Section 2.4- Brake System Kenworth Specification- as specified and configured for optimum performance Yes NoFull air with rapid buildup, FMVSS 121 approved air supply Yes NoAdditional extra-large capacity air reservoir Yes NoQuick connect brass air outlet with quarter turn shut off Yes No

Page 21: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 21 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Generator Mounting- To protect the generator from damage caused by corrosive elements, water and road oils; the generator should be installed inside a metal housing constructed of 3/16" aluminum (minimum). The metal housing should be constructed as to avoid overheating the generator. The generator and housing must be supported on a heavy duty reinforced steel bracket and mounted on the chassis frame rail. The generator should be mounted between the frame rails. The steel support bracket and hardware should be designed to withstand the weight and torque load of the generator under worst-case scenarios. Generator should be accessible for service and/or removal. Power Take-off- A Chelsea 858 series heavy duty transmission power take-off rated for up to 114 hp (98 continuous) shall be mounted directly to the Allison automatic transmission PTO output. The gear ratio shall permit the generator to operate under full loads at an engine speed of approximately 1400 rpm. Over-speed protection shall be incorporated into the electronic engine set-up that will disengage the PTO at 1600 rpm's and automatically re-engage once the rpm's drops back to 900. The drive-line shall be minimum 1400 Series hollow tube type with heavy duty Spicer high velocity (no exception) universal joints with half round yokes rated for any drive-line angles required for installation. The shafting shall be splined type to allow movement between the chassis components and the generator. The drive shaft shall be precision welded and balanced prior to installation to insure smooth, vibration-free performance at maximum RPM levels. The engagement of the power takeoff shall be in the chassis cab with a switch on the Ultraview display panel with a scrolling "engage" message across the lower section of the screen. The power supply to the PTO engagement control shall be wired to a neutral safety position transmission switch to prevent engagement unless the vehicle is in the neutral position.

PTO Engaged Warning Message- A text message shall scroll across the bottom of the Es-Key display screen that reads "PTO Engaged" anytime the PTO is activated.

Electronic Engine Governor System- The generator system shall be controlled by the OEM chassis and engine manufacturer's electronic governor controls. The system shall automatically control the engine through a magnetic pickup so that the generator input speed is a constant 1800 rpm regardless of electrical load demand.

Generator Instruments and Controls- To properly monitor the generator performance and load demand during operation, the generator installation should tie into the Es-Key™ multiplex system and include the 700 UltraView display with digital frequency, ampere and volt meters. This panel shall be mounted next to or integral with the circuit breaker panel. This should be a single phase, three wire, 120/240VAC series. Circuit breakers should assure overload protection and also shall be used as disconnect switches. The breakers shall be sized to generator output. An audible alarm should be included in the L3/R3 compartment and should sound when engine, transmission and/or electrical malfunctions occur. Exact parameters of the audible alarm will be finalized at the preconstruction conference. The circuit breaker panel, main breaker, and specified electrical outlets should be mounted in the L3/R3 transverse compartment. Display should be visible while operating compressor/ fill station. The exact location will be determined at the preconstruction conference. Controls- The housing should be accessible for service and/ or removal Three-Phase Breaker Box & Load Center- The line voltage electrical system will comply with applicable NFPA 1901 standards and with applicable sections of NFPA 70, the National Electrical Code standards. Line voltage carrying equipment downstream of the power source will be "listed" (where applicable) in accordance with manufacturer’s instructions.

• A minimum 18-place Square-D or equal quality manual reset over current device (breakers) will be installed to protect the line voltage electrical system components.

• A 200-amp, 3-phase main over current protection device will be provided that is either incorporated in the power source or is connected to the power source by a power supply assembly.

• The size of the main over current protection device will not exceed 125 percent of the nameplate amperage rating on the power source specification label or the rating of the next larger available size over current protection device where so recommended by the power source manufacturer.

• Over current protection devices will be provided for each individual circuit and will be sized at not less than 15 amps in accordance with NEC.

• Each over current protection device will be marked to identify the function of the circuit it protects. • The circuit breaker panel and instruments will be located in a plane facing the operator so that all circuit breakers are

readily visible under normal operating conditions. • The panel will be readily visible and located so that there is unimpeded access to the panel board controls. • The breaker panel will be mounted in the L3/R3 compartment with a protective, hinged access door.

Page 22: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 22 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Automatic Transfer Relay- There shall be an automatic transfer relay incorporated in the 120/240VAC electrical system that automatically transfers power from the shore-power input to the power distribution panel that prevents back-feed into the generator whenever the shore-power is plugged into an outside power source. The circuit shall be rated at 30 amps and power the circuits for the strip outlets in compartment L-2 and R-2. Exterior Duplicate Outlets- One (1) 20 amp (5-20), 120VAC duplex outlet mounted in a weatherproof exterior housing with spring-loaded covers and wired with 12/3 THHN wire shall be installed. It should be protected with a GFI circuit breaker. A sub-surface screen printed polycarbonate label with chrome bezel reading "120VAC-20A" shall be installed above the outlet. 120 VAC Twist-lock Outlets- A 20-amp, 120VAC twist-lock outlet (NEMA L5-20R), wired with 12/3 THHN wire shall be installed in the location approved at the pre-construction conference. Each outlet shall be provided with weatherproof cover. A sub-surface screen printed polycarbonate label with chrome bezel reading "120VAC-20A" shall be installed above the outlet. USB & 120 Volt Power Outlets- Provisions should be made for adding up to six (6) additional outlets inside exterior compartments where requested. The outlet will have a conventional wall outlet cover plate matching all other 120VAC outlets. Each outlet will have two (2) USB charging ports with a total of 3.6 amps of charging power and two (2) 5-15, 15-amp straight-blade 120VAC outlets. This device has the ability to charge up to four devices, including multiple smartphones and/or tablets simultaneously. The USB ports shall be Type A, 2.0 and controlled by a microprocessor and smart chip that recognizes and optimizes the charging power of the device plugged in. They will be powered by the shore power and generator through the automatic transfer relay. Outlets, 120 VAC Plug Moulding Strip- Two (2) 120VAC, 15 amp, GFCI protected plug molding strip outlets with plugs spaced approximately 6" apart shall be installed in compartment R-3 between the adjustable shelves for charging battery powered equipment. They will be powered by the shore power and generator through the automatic transfer relay. The plug molding strip shall have an anodized aluminum exterior finish. A sub-surface screen printed polycarbonate label reading "120VAC-15A" shall be installed on the outlet strip. 240 VAC Twist-Lock Outlet- A 30 amp, 240VAC twist-lock outlet (NEMA L6-30R) with stainless steel wall plate shall be installed in a location determined at the preconstruction conference. A sub-surface screen printed polycarbonate label with chrome bezel reading "240VAC-30A" shall be installed above each outlet. Electric Rewind Cord Reel- Two (2) Hannay electric rewind cord reels designed for rugged fire department use shall be installed, as described in the compartment layout schedule. The cord reel shall be designed to accommodate not less than 300 feet of 10/4 cable. The cord reels shall have the following features:

• Side disc shall have rolled edges and concentric reinforcing ribs. • Bearing shall support the axle at each end of the reel to provide smooth rotation and eliminate weight on the swivel

joint. • The reel axle shall be full length of the reel.

The reels shall be equipped with a 12-volt DC electric rewind motor with a SDLM-40 circuit breaker and operated by a Hannay sealed push-button momentary switch control located on the compartment adjacent to the reel, easily reached by standing on the ground and not more than 72" from ground level. A metallic tag with raised letters reading CORD REEL REWIND shall be installed next to the rewind button and contain the following information:

• Current rating • Current type • Phase • Voltage • Total cable length.

A Topwind assembly "C" captive roller, Hannay model EH-678, shall be provided to help guide the cord on and off the reel. A HS-3 cord stop ball shall be provided to prevent the end of the cord from being wound onto the reel. The reels shall be equipped with 300 feet of 10/4 SO yellow safety cord. A single 30-amp, 240VAC twist-lock outlet (NEMA 14-30R) shall be wired to the end of the cord. The plug shall incorporate a ground continuity and power status monitoring device. The device will be integral to the plug and provide dual, bright LED indicators with 360 degree visibility. A green light will indicate proper ground continuity and a red light will indicate a loss of ground continuity or incorrect wiring. Both shall indicate current present. The cord reel shall be wired to the circuit panel with 10/3 DLOC wire routed in weather resistant conduit.

Page 23: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 23 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Each reel shall be provided with a separate 30-amp, 240VAC breaker. The power rewind cable spool area shall be visible to the operator during the rewind operation. A label will be provided in a readily visible location adjacent to any permanently connected reel. It will indicate the following:

• current rating • current type • phase • voltage • total cable length

Grounding Rod- A Pitman six foot grounding rod with 50 feet of #2 cable should be installed in the compartment adjacent to the circuit breaker box. The rod should have and “auger” design with a tee handle on top for easy insertional or removal into the ground. The cable end will have an easily removable clamp to allow the rod to be anchored in the ground without twisting the cable. The rod will meet the requirements set by NFPA 70 for proper grounding. Mounting location will be determined at the preconstruction conference. Meets Specification Exactly YES __________ NO __________

Explanation if “NO”:

Continue to exception # SECTION 3.0 – MULTIPLEX SYSTEM AND ELECTRICAL COMPONENTS 3.0 ES-KEY™ MULTIPLEX SYSTEM Components List

Configuration To promote continuity in the Gwinnett County fleet, decrease overall downtime and decrease overall maintenance cost, it is the intent of Gwinnett County Fire and Class 1 Products to have initiated design of a distributed electrical system to be incorporated into the apparatus design. The system is designed to be user friendly and has the ability to be incorporated into any apparatus design from any OEM. The use of the Class 1 Es-Key™ Multiplex system is desired. Should the OEM choose not to use the Class 1 Es-Key™ Multiplex system, an alternative hardwired designed system should be clearly described in the response. If an alternative is offered, the respondent should replace all references below to the Class 1 Es-Key™

Section 3.0- ES-KEY™ Multiplex SystemClass 1 ES-KEY™ Multiplex as specified by Class 1 Yes NoContact was made with Class 1 to discuss specifications Yes No Date____/____/ 20___Supernode II™ (list locations) Quantity ________Voltage Monitor Quantity ________Two UltraView™ 700 Display (One Officer & R3 or R4) Quantity ________Components routed through Es-Key System Quantity ________ Emergency and scene lighting Yes No Roof Hatch Open Warning Yes No Seat Belt Monitors Yes No Door Ajar Alarms Yes No Compartment Ajar alarms Yes No Light tower warning Yes No Awning Deployed Warning Yes No Brigade Backeye 360 system Yes No Tire monitoring system Yes No Vehicle diagnostics and J1939 information Yes No Compressor, Generator and Fill System (Where applicable) Yes No1Touch Switch Modules Yes No4 button Yes No8 button Yes No12 button Yes No16 button Yes NoTough Tablets and software as specified Yes No

Page 24: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 24 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Multiplex system with the electrical system offered. Any objections to the Class 1system should be listed clearly in the response. The multiplex system should integrate with the chassis where possible and where applicable. The air and light design should include the Class 1 Es-Key™ multiplex system as designed by Class 1, Inc. and Gwinnett County. The 12-volt body electrical system should be a fully engineered distributed Class 1 Es-Key™ Multiplex system. The system should be designed as a completely integrated electrical package consisting of a central power distribution and switching panel, water tight Class 1 electrical connectors, power studs and ground studs. Complete and accurate (as constructed) wiring schematics and documentation should also be included. All corresponding software including but not limited to the diagnostic and programming software should be included. The system should be installed to the exact recommendations of Class I, Inc. Any variances from the pre-engineered specification should be clearly defined in the response to the RFP. For exact specifications and for questions regarding the design of the electrical system, contact: Chuck Hutchins Application Manager Class I Inc. Main # 352-629-5020 Cell # 352-266-5248 Other # 803-216-7955 Email [email protected] Several components may have the option to integrate directly with the Es-Key system. For the purposes of this RFP, the proposer should assume that components that have the ability to integrate with the multiplex system should integrate with the system unless otherwise stated. Gwinnett County will have the ultimate and final say as to which components must function within the Es-Key system and as to the functionality and appearance of the display. Specifications For Class 1 Es-Key™ Multiplex Electrical System- The electrical system shall utilize Class1 Inc. Es-Key™ technology, UltraView™ displays and 1Touch™ switch modules, where applicable. The apparatus shall be equipped with a Class 1 Es-Key™ Management System for controlling electrical system devices. This management system shall be capable of performing load management functions, system switching, monitoring and reporting, and be fully programmable for a standardized electrical system utilizing the Es-Key Professional software program. The Es-Key system shall utilize a Controller Area Network (J1939) protocol to provide multiplexed control signals for "real time" operation. The system shall consist of a main control module (Universal System Manager or Supernode II) and the appropriate combination of Power Distribution Module(s) (PDM), Switch Input Module(s) (SIM), and other I/O modules as required for the application. Wiring harness must be specifically designed for the Es-Key system. Generic or universal harnesses designed for multiple systems are not permitted (no exceptions). All connections must be sealed and water tight. All nodes should be mounted in an accessible location as determined by the design of the apparatus and as agreed upon by Gwinnett County. This system should be engineered as a distributed multiplex system and as such each node should be mounted as close to the components being controlled as possible and will require several mounting locations. All mounting locations should be located in a location adequately protected from the environment. Proposed mounting locations should be discussed in the proposal. System enhancements may include the UltraView™ 700 display, the UltraView 450 display and 1Touch switch modules for increased graphic user interface. Supernode II™- The apparatus shall be equipped with a Class1 Es-Key™ system with a Supernode II™ high density input output node. The Supernode II™ shall have (24) polarity selectable inputs, (24) outputs, an integrated Universal System Manager (USM), Vehicle Data Recorder (VDR), Seat Belt Warning System (SBW), Climate Control Module (CCM), data logger, programmable special utilities, and select J1939 engine and drive train message reception with Es-Key™ I/O association. It must be sealed to IP-67 and have integrated power connections.

The Supernode II™ shall have (18) positive and (6) negative outputs. Each positive output shall be capable of 13 amps continuous duty. The negative outputs shall be capable of 2 amps continuous duty. Supernode II™ outputs shall contain features such as digital circuit breaker, flash capability, PWM capability and open load detection. Its special utility functions

Page 25: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 25 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

shall include timers (delay on/off and one shot), counters, bi-stable switches, and select J1939 broadcast messages. The Supernode II™ shall have an integrated USB port to allow for direct connection to the Es-Key system without additional interface devices. The Supernode II™ shall have an integrated Load Manager. The Load Manager Sequencer shall assure that loads applied and removed gradually, thus eliminating the possibility of inducing failures in the vehicle's equipment. The load manager shall be a precision, solid state controller which sequentially switches "ON" multiple circuits at 1/2 second intervals. Individual switches shall enable the user (Driver) to select output "ON or "OFF" status, at any time. The sequencer shall be initiated by the "Emergency Master" switch. The sequencer priority shall be set at the apparatus pre-build conference.

The Load Manager shall monitor the vehicles battery voltage. Loads may be shed at any voltage at one tenth of volt increments. A low voltage warning may be set at any set point (usually 11.5 volts). The load manager can shed any output that is controlled by the system (there is no limit to the number of loads that may be managed by the network).The load shed priority shall be set by the circuit significance, followed closely by circuit draw. The Load Manager shall shed loads until the voltage level begins to rise. Voltage Monitor- A voltage monitor shall be built into the Es-Key electrical system. It shall activate a warning when the alternator output voltage falls below any desired voltage (usually 11.5 volts). UltraView™ 700 Display- The apparatus shall be equipped with the UltraView™ 700 display (UV700). The UV700 is a 7 inch, full color LCD display, with (14) buttons and touch screen capability with (2) J1939 CAN Bus connections and (3). NTSC/PAL video inputs. It shall be bonded for direct sunlight viewing, sealed to IP67 and mounted in either the flush, pedestal or rear-mount position. The UV700’s switches shall be configured to allow for the control of emergency master and non-emergency master functions and are completely configurable via the Es-Key™ Professional software. Switches shall be set to act as momentary, maintained or three-way switches without any physical hardware change. All switches and or indicators may be configured as touch screen inputs into the Es-Key™ system. The (14) buttons are blue LED backlit. 1Touch Switch Modules- The apparatus shall be equipped with the appropriate quantity of 1Touch switch modules for enhanced device activation from the driver side. The 1Touch switch modules shall be available in any combination of 4-button, 8-button, 12-button or 16-button configurations to accommodate specific apparatus requirements. Individual switches shall be backlit with multiple colored and textured switch caps and printable labels. Switch panels shall be sealed to IP67 and have dual LED indicators. Each switch position’s back light may be individually controlled allowing for the specific switch position to be used as an indicator. Each switch pair can be configured to momentary, maintained, toggle or a dimmer. All lit panels should be included in network dimming functions and controlled with the chassis dim switch. Exact layout will be determined at the preconstruction conference. Component Installation- All Es-Key components shall be mounted as recommended in the component datasheets provided by Class1. Es-Key Display Integration- Certain instruments may be routed through the Es-Key System and the Ultra-View display. Such items may be discussed at the Preconstruction Conference. The Following components should be included and operate through the ES Key Display;

• Pressure Pro Tire Monitors • Seat Belt Monitors • Door Ajar Alarms • Light Tower Up Warning • Roof Hatch Open Warning (If Applicable) • Awning Deployed Warning • Emergency and scene lighting • Compartment Ajar alarm • Brigade Backeye 360 system • Vehicle diagnostics and J1939 information • Compressor, Generator and Fill System (Where applicable)

Page 26: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 26 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL. Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception # 3.1 CHARGING SYSTEM, BATTERIES, ELECTRICAL LOAD MANAGEMENT AND AUXILIARY WIRING

Components List

Configuration General Specifications- A laminated schematic that fully identifies all circuits, relays, solenoids, circuit protectors, and terminals should be provided in a location to be decided at the preconstruction conference. A pocket should also be provided for storage of additional wiring diagrams as necessary for troubleshooting. Any non-multiplex power distribution should include Class 1 power distribution and relay boards with built in diagnostics controlling the body wiring. Wiring documentation should be supplied and should include as built and vehicle specific electrical schematics, which identify all panel circuits and termination points. Diagrams should mirror actual component mounting layouts. Any wiring included in the multiplex system or not included must be high temperature convoluted loom covered harness type and fully supported to prevent chaffing. Wiring should be as far removed from the exhaust and engine, as good design will permit in order to be protected against heat, oil and mechanical injury. Stick on cable tie strap mounts will not be accepted. All wiring and electrical components should be industrial rated materials capable of handling 125% of rated loads. All electrical circuits should be fully protected by automotive style circuit protectors. All electrical wiring should be of stranded copper. All wiring insulation should be high temperature SXL or GXL type or better and be color-coded and function stamped every four to six inches. Wires should not be spliced and should extend from service point to use point or terminal blocks in such a manner to facilitate replacement. Barrier style terminal strips should be provided for termination of the wiring harnesses at service point locations throughout the vehicle. 3M Scotchlok™ style connectors should not be used. ES- Key system and all connected components must be installed according to Class 1 wiring specifications. No Exceptions. All electrical control panels, Es-Key Nodes, power distribution panels and Electronic Control Modules (ECM) or Electronic Control Units (ECU) should be located on the interior of the vehicle and /or away from any exposure to water splash, spray, or dust. Exposed wiring in body compartments should be secured, protected, and located in such a manner so as to limit the possibility of damage from contact with tools and equipment carried in compartments. A 250 amp or larger fuse should be provided to protect the tilt cab hydraulic motor and other related accessories. The apparatus cab and body should be grounded to the chassis frame through braided ground straps located on each side of the chassis frame rails.

Battery Monitoring System in Es-Key System as specified Yes NoSix (6) Delco 1150 Series batteries as specified Yes NoDelco 40SI or Leece Neville model 4962 PA, 320 amp alternator as specified Yes NoKussmaul Auto Charge Super Kit without pump Model # 52-03-4104 Yes NoHigh Idle Speed Control as specified Yes NoLow & high voltage alarm in Es-Key Yes NoElectrical load switching sequencer in Es-Key Yes NoMaster Battery Disconnect Switch Yes No

Section 3.1- Charging System, Batteries, Electrical Load Management & Auxiliary Wiring

Page 27: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 27 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Battery Monitoring- The Es-Key multiplex system should function as the battery monitoring system utilizing a Hall effect sensor and an analog input and displayed via the UltraView Display. The OEM will work with Gwinnett County and Class 1 to determine all parameters and display requirements. The Hall Effect Sensor should be mounted at the battery bank to measure the amount and direction of current flow. All wire and cable connections should be high quality and sealed to prevent corrosion. Batteries- Provide six (6) Delco 1150 Series batteries, group 31, 12 volt, with threaded studs. Battery cables should be 3/0 gauge. Battery cable terminals should be color coded. Additional cables should be permanently labeled as to function. Provide a Negative (-) terminal stud and Positive (+) terminal stud connection in a location that is accessible without raising the cab should a jump-start be necessary. Two (2) batteries should be isolated for radios, MDT and other components which require consistent uninterrupted power while the engine is starting. Solid state battery isolators should be installed. Storage locations should be in the driver side running board stepwell and/or in the floor of the L1 compartment. Batteries should be easily accessible and protected from the elements. Alternator- Provide a Leece Neville model 4962 PA, 320 amp alternator with minimum idle of 210 amps. Charger and Charging Receptacle- Kussmaul Auto Charge Super Kit without pump Model # 52-03-4104 should be included. The kit includes a Kussmaul Auto Charge 1200 model #091-53-12-Remote, 40 amp rated battery charger should be vehicle mounted in a properly ventilated, accessible location. The remote bar graph charge indicator (also included) should be mounted near the shoreline connection. The charger should have the ability to monitor the condition of the batteries and adjust the charge rate as needed. The charger should be automatically switched on when the shoreline plug is connected to an external 115 VAC source. Installation should be in accordance with the part manufacturer recommendations. The new Kussmaul Auto charge LPC 40 PLC kit should be provided in the place of the Auto Charge 1200 when made available in late 2017. The kit also includes Kussmaul battery auto eject charging receptacle. This 120 Volt, 20 amp male power inlet receptacle is for those installations in which power is brought to the vehicle. Receptacle should be recess mounted near the driver’s door. A matching polarized plug should be shipped loose. Provisions should be made to externally flush mount the receptacle to the rear of the driver’s door. The exact mounting location will be determined prior to construction. High Idle- The automatic high idle speed control should be designed so that it will be activated should the electrical load exceed the alternator output and is causing the batteries to be discharged. The auto throttle system should be activated by the aftermarket Class I Es-Key Multiplex system (or equivalent multiplex system as approved by Gwinnett County).The high idle should also have a rocker switch in the switch panel to allow manual activation by the operator when desired. The auto throttle should be interfaced with the electronic engine. When activated, the auto throttle will automatically increase the engine speed to the lowest speed at which the charging system can sustain 13.8 to 14.2 volts with all on scene operating loads and visible warning devices activated. The RPM for the fast idle should be adjustable through the engine ECM programming. The automatic high idle speed control should be designed to operate automatically whenever the system voltage is reduced to 12.8 volts for a least one minute. This feature is required to prevent the automatic high idle system from activating needlessly if a brief high demand electrical load is applied. The automatic and manual high idle speed control should be designed so that it can be activated only when the transmission is in neutral and the parking brake is applied. It should automatically disengage when the transmission is placed into gear or the parking brake is released. It should automatically re-engage when the transmission is returned to neutral and the parking brake is applied. Voltage Alarm- A low and high DC voltage alarm with visible and audible indicators should be provided. The low voltage alarm should activate whenever the system voltage drops below 11.9 volts. The high voltage alarm should be programmed to activate at 15.0 volts. The Class I Es-Key Multiplex system (or equivalent multiplex system as approved by Gwinnett County) should provide the appropriate alarm. Load Management- All Load Management and Sequence functions are integrated into the Class1 Es-Key Multiplexing system. The OEM will work with Class 1 and Gwinnett County prior to construction to determine sequence intervals and shed points for each load. The load manager should not shed warning light loads when vehicle is in forward or reverse gear. This will prevent operational problems when the apparatus is in response mode and attempting to clear traffic at an intersection. Load shedding is desired during stationary operations with parking brake applied.

Page 28: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 28 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Switches- The appropriate Class1 Es-Key 1Touch switch modules should control electrical loads and should include dimmable back lighted function legends. Thus of the UltraView Display be considered in some circumstances. Exact layout of switches, switch colors and their functions as well as the use of the UltraView Display and 1 Touch Panels will be determined prior to construction. The switch panel should be mounted within close proximity to include being clearly visible and ergonomic for the driver. The switch panel should wrap around the operator’s space to provide maximum safe ergonomics. All switches should be ground activated. Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception # 3.2 DASH PANEL AND INTEGRATED ELECTRICAL COMPONENTS

Components List

Configuration Ignition- Vehicle should operate with a keyless ignition. Indicator Lights- Dash panel indicator lights should include as a minimum: Battery on, parking brake engaged, low air with buzzer, turn signals, high beam, engine temperature with buzzer, low coolant light with buzzer, engine oil pressure with buzzer, transmission temperature with buzzer, air filter restriction, Do not shift transmission, Check transmission, Stop engine, Check engine, cab door open flasher with buzzer, compartment door open flasher with buzzer, ABS, ATC and DEF/ Regen. Cab Mounted Controls- Cab mounted controls should include as a minimum: Battery disconnect switch, ignition switch, headlight switch, windshield wiper / washer switch, lighting dimmer switch (All instrument panel lights and rocker switches should be dimmable by a single dimming switch.), parking brake valve, transmission touch pad, pump shift control with indicator lights, heater / defroster / air conditioning control, and warning light switches. Dash Panel Instruments- Dash panel instruments should include as a minimum: Tachometer, engine hour meter, speedometer, odometer, ammeter, voltmeter, fuel gauge, engine oil pressure, engine temperature, transmission temperature, primary air pressure, secondary air pressure and a DEF level gauge. Brigade Backeye 360- The apparatus should be equipped with the Brigade Backeye 360 system. The system should be fully integrated with the ES Key multiplex system and use the Ultraview Display on the Driver Side through the video input. The driver side should be automatically displayed on the Ultraview screen at speeds less than 15 miles per hour. The back-up camera should activate when the unit is in reverse. The left and right cameras should activate with the corresponding signals. The top down view should always be visible. System Brigade should include the four cameras, the Backeye 360 Select (or appropriate), all cables and adapters as required (should not be a wireless system), and one (1) MDR-408xx-1000/8 Channel Mobile Digital Recorder with1TB HDD, GPS, 64GB SD CARD, 3G AND Wi-Fi capabilities. System should be installed to the system manufacturer’s specifications and be fully functional at final inspection. Proposer should include any other necessary components including but not limited to antennas, cables and adapters as to have a complete functional and integrated system. Proposers should also provide options for audible perimeter alarms by means of radar systems from or other methods from Brigade. Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception #

Section 3.2- Dash Panel & Integrated Components Dash Panel Instruments and gauges as specified Yes NoBrigade Backeye 360 Yes No

Page 29: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 29 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL. 3.3 EXTERIOR LIGHTING

Components List

Configuration General Exterior Lighting and Visible Warning General Specifications- All Lighting should be as specified and operate through the Es-Key multiplex system unless otherwise stipulated. The exact lighting, control switch layout, and load management system layout will be determined by Gwinnett County prior to construction. Proposer will work with Gwinnett County and Class 1 Representative(s) to integrate lighting with the Es-Key system as desired. Each warning device should have a dedicated “on”/ “off” switch accessible from the drivers position. Should the electrical voltage drop to 11.9 volts or less for one minute, a Class One Total System Manager (as integrated into the Class I Es-Key multiplex system) should switch off any visible warning devices that exceed the minimum NFPA lighting standard. If the engine is at idle, this action should coincide with an increase in idle speed. Visible warning devices should operate in a “Clearing right of way” (or “responding mode”) and “blocking the right of way mode”. The “blocking the right of way mode” should be activated or deactivated by the parking brake control. NFPA 1901 should be strictly adhered to in this circumstance which clearly defines what “Clearing right of way” and “Blocking right of way” modes are, and what color lights are allowed. Any clear warning lights and wig-wags MUST be de-activated when in the “Blocking right of way” mode (parking brake activated). A certificate should be supplied by the warning light manufacturer to verify compliance with NFPA 1901, 2003 edition standards for lighting performance and current draw. LED Marker Lights- The apparatus should be equipped with Truck-Lite, light emitting diode technology (LED) amber and red marker and cab clearance lights. The apparatus builder should select the model light that is most suitable for their design and mounting location. Marker lights should be recessed where possible or installed in protective guards to prevent breakage. If the body builder does not have a preference due to body or cab design, Truck-Lite amber light kit #35080Y and red light kit #35080R with #35720 armored mounting brackets should be provided for the marker lights. Britax (or equivalent) rubber stalk mounted marker lights should be mounted at the rear of the apparatus body at the tailboard area. The lights should be mounted with the stalk at a 45 degree angle downward with red to rear, and amber to front. An LED version of this light is preferred. Exact mounting location will be determined prior to construction. Ground Lighting- At a minimum, ten (10) clear 4” Federal 607141-05 grommet mounted LED’s should be provided. The lights should be positioned to provide effective lighting around the perimeter of the vehicle. Proposer should provide for additional lighting if needed to adequately light all areas as specified in the NFPA standards. Lights should be controlled by a switch mounted on the cab switch panel. Lights should not operate unless the parking brake is applied. Step Lighting- Federal Signal Part Number COMFFL 110 or COMSTR-9 LED surface mount compartment lights (or approved alternative), clear step lights with clear lens should be provided under the formed or cast aluminum steps. The lights should be controlled with the ground illumination lights. License Plate Lighting- A license plate bracket with Truck-Lite #15040 LED light should be installed at the rear of the vehicle. Additional Lighting- Additional lighting should be installed by the OEM where necessary to adequately illuminate the steps and walkway areas to an intensity level that will insure safe operations at night. After a thorough review of the construction drawing, the purchaser will identify additional locations that need lighting at the preconstruction conference. Proposer is responsible for anticipating additional lighting as necessary for safety and should be included in the overall price of the vehicle. To eliminate difficulty in parts supply, the proposer should anticipate the use of proposed model numbers where possible and applicable.

Page 30: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 30 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

CAB LIGHTING Components List

Configuration Light Bar- There should be one (1) VSLR3S-GWCO 1 3-pod light bar mounted on the center forward portion of the cab. One (1) VSLR8S-GWCO split 4-pod light bar should be mounted (This part number contains both the left and right 4 pod bars). One (1) on each side of the 3-pod. The three light bars should be configured as pictured below. These lights are specifically programmed for Gwinnett County and should be ordered with the Gwinnett County Part number.

Picture for Reference Purposes Only

Warning lights should function as follows:

• Master Warning with Parking Brake Set- All Lights Flash Red • Emergency Response Mode- Master Warning (All lights flash) Clear Lenses Flash White, Red Lenses Flash Red • Front Flood Rocker Switch- All clear lenses orient to resting position and illuminate white. Rocker switch overrides

all other functions in emergency and non-emergency mode. Turn Signals- Front turn signals should be integrated into the chassis. Headlights- The headlights should be LED. Headlight should be set within a chrome bezel (or standard Kenworth bezel). Wig Wag headlights should be provided and powered by a Federal Signal FHL2-SC 100% electronic flasher through the Es-Key multiplex system. Wig Wags should be automatically switched off when the parking brake is applied. LED bulbs should carry a lifetime manufacturer’s warranty. Red Warning- There should be Six (6) Federal QL64XF-R warning lights provided for perimeter warning lighting. These lights will be provided with QL64MC chrome flanges. These lights will be operable in “both the clearing right of way” and “blocking right of way” modes. Four (4) Lights should be mounted in the grill. One (1) light should me mounted on each side of the engine hood or on the 45 degree sections of the bumper. Federal QL73XF-R with a QL73MC chrome flange may be used if space requires. Exact locations to be decided at the preconstruction conference. White/Red Warning- Four (4) Federal Signal IPX620B-RW Red/White Clear Off-axis Horizontal lights should be provided and inset into the running boards (two on each side of the vehicle). White lights should turn off when the parking brake is set. 9X7 Scene Lights- There should be Two (2) Federal QL97 LED SCENE lights (or approved alternative) with QL97 MC FLANGE. One (1) should be mounted on each side of the cab behind the doors and as high as possible. These lights should

Cab LightingLight Bar- (Three pieces- Two Model #'s)

One (1)- 4 POD VSLR Splits Gwinnett Co Program (Model # VSLR8S-GWCO) One (1)- 3 POD VSLR Gwinnett Co Program (Model # VSLR3S-GWCO) Yes No

LED Headlights Wigwag Federal Signal FHL2-SC 100% electronic flasher

Six (6) Total- 6X4 RED LEDs Warning Light (Model # QL64XF-R) with 6X4 Chrome Flange (Model # QL64MC) [Note in spaces provided if optional QL73XF-R's are used.] Yes NoFour (4) Total- Federal Signal IPX620B-RW Red/White Clear Off-axis Horizontal lights installed as specified Yes NoStandard LED Marker Lights Yes NoGround lighting as needed Yes NoTwo (2) Total- One (1) each side- Federal QL97LEDSCENE lights with QL97 MC FLANGE Yes No

NoYes

Page 31: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 31 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

have a switch labeled coinciding with the “LEFT FLOOD” and “RIGHT FLOOD”. Side floodlights should be operable while the vehicle is in motion. If available space in the proposed cab design prevents placement in this location, lights may be mounted to the upper and forward corners of the body.

SIDE LIGHTING-BODY Component List

Configuration Red Warning- Four (4) Federal QL97XF-R Red LED warning lights with Federal QL97MC chrome flanges should be mounted on the forward outside upper areas of the body. Two (2) mounted on each side. These lights will be synchronized with other emergency lighting. These lights are in addition to the standard NFPA lighting requirement and the exact mounting locations will be approved prior to construction. There should be four (4) Federal QL64XF-R warning lights provided for perimeter warning lighting. These lights will be provided with QL64MC chrome flanges. These lights will be operable in “both the clearing right of way” and “blocking right of way” modes. Two (2) on each side should be mounted below the Bottle holders in the wheel well. Exact mounting location will be determined prior to construction. Should the DEF or Fuel fill interfere with these lights; appropriate provisions should be made in the proposal. Federal QL73XF-R may be used if required for available space. If space is not available in the area requested, proposal should include other options for emergency lighting in the wheel well area. Six (6) Federal VPX802-R red LEDs with red lenses with Federal VPXM-1 Black or Chrome flanges in Rub Rail (matching rub rail design), three (3) on each side Two (2) forward and one (1) behind the rear axle. Flange color, exact location and activation to be discussed at preconstruction conference. 9X7 Scene Lights- There should be Two (2) Federal QL97 LED SCENE lights (or approved alternative) with QL97 MC FLANGE. One (1) should be mounted on each side of the body just below the roofline drip rail at the rear of the body. These lights should have a separate switch coinciding with the Federal QL97 LED SCENE lights on the cab labeled “LEFT FLOOD” and “RIGHT FLOOD”. Side floodlights should be operable while the vehicle is in motion. Midpoint Turn Signal- The side midpoint mounted amber turn signal should be Truck-Lite LEDs (or approved alternative) and mounted above the rear wheel, one (1) on each side. REAR LIGHTING

Picture for Reference Purposes Only

Body- Driver & Officer SidesFour (4) Total- Two (2) each side- Federal 9X7 RED LED (Model # QL97XF-R) with 9X7 Chrome Flange (Model # QL97MC) Yes NoFour (4) Total- Two (2) each side Federal Signal COM120 LED Commander lights Yes NoApproved Mid-ship Amber Turn Yes NoFour (4) Total- Two (2) each side- 6X4 RED LEDs Warning Light (Model # QL64XF-R) with 6X4 Chrome Flange (Model # QL64MC) Yes NoSix (6) total- Three (3) each side- Federal VPX RED LED, RED LENS (Model # VPX802-R) with black or chrome flange Yes NoTwo (2) Total- One (1) each side- Federal QL97LEDSCENE lights with QL97 MC FLANGE Yes NoStandard LED Marker Lights Yes NoGround lighting as needed Yes No

Rear BodyFour (4) total- Federal 9X7 RED LED (Model # QL97XF-R) with 9X7 Chrome Flange (Model # QL97MC) Yes NoTwo (2) Total-Federal QL97LEDSCENE lights with QL97 MC FLANGE Yes NoOne (1)- 3 Positioned Vertical Casting (Model # QL64Z3V-LEFT) Yes NoOne (1)- 3 Positioned Vertical Casting (Model # QL64Z3V-RIGHT) Yes NoOne (1)- Federal Signal Master and controller Yes NoOne (1) Total- Federal Signal Commander Series Model #COM240-530SW and deployable tripod mounted as specified Yes NoStandard LED Marker Lights Yes NoGround lighting as needed Yes No

Page 32: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 32 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Red Warning- Four (4) Federal QL97XF-R Red LED warning lights with Federal QL97MC chrome flanges should be mounted on the upper areas and lower area on the rear of the body. Two (2) mounted on each side. These lights will be synchronized with other emergency lighting. These lights are in addition to the standard NFPA lighting requirement and the exact mounting locations will be approved prior to construction. 9X7 Scene Lights- There should be two (2) Federal QL97 LED SCENE lights (or approved alternative) with QL97 MC FLANGE. One should be mounted on each side rear body just above the upper 9X7 red warning lights. These lights should have a separate switch labeled “Rear Flood”. Rear floodlights automatically turn on when the vehicle is in reverse. Rear Brake/Reverse/ Turn Combination Lights- One (1) Three Positioned Federal Signal Vertical Casting (Model # QL64Z3V-LEFT) and One (1) Federal Signal Three Positioned Vertical Casting (Model # QL64Z3V-RIGHT) should be provided for the brake light, reverse light and turn signals. Federal Commander Scene Light (Not pictured) - One (1) Federal Signal Commander Series Model # COMX-120-530SW should be mounted on the appropriate Federal Signal or FRC recommended manually extending tripod FRC SPA600 tripod mounts. The deployable mount should be mounted on the rear of the body in such a way as to not block rear vehicle lighting. These lights should be activated by a self-contained switch. Exact mounting locations should be discussed at preconstruction conference. Mounting brackets should be recommended by Federal Signal and suitable for painting. The 240 volt light should be capable of running from the generator mounted or deployed. Federal Signal SignalMasterTM- One (1) Federal Signal Amber 8-LED Module (Model # 320786) should be mounted to the center rear of the vehicle above the rear compartment door. The light should function automatically with the left & right turn, brake and hazard signals. The master control unit model # Z8573157 should be provided and mounted the driver’s area of the cab. Exact location will be determined and the preconstruction conference.

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception # 3.4 AUDIBLE WARNING

Components List

Page 33: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 33 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Configuration Federal Signal Q2B Siren- One (1) Federal Signal Q2B electro mechanical siren should be recess mounted into the bumper. The Q should be activated by the dedicated foot switches in the cab. One (1) momentary rocker switches should be provided in the rocker switch panel to operate the siren brake. One should be located near the Driver. Air Horns- Two (2) Grover 24” long Stuttertone chrome plated air horns should be mounted to the fenders on each side of the cab. The horns should be wired to activate with the dedicated foot switch in the cab. The air horns should be wired to heavy duty Skinner brand or equal 12 volt electronic solenoid air valves with a direct flow operation. The air horns should be piped to the additional dedicated air reservoir to allow extended use. Each air horn should be equipped with a quarter turn shut off valve. The valve should shut off the airflow to the horns in case of air horn malfunction. Location will be determined at preconstruction conference. Electronic Siren and Speakers- One (1) Federal Signal 200W PA-4000 should be provide and easily accessible from the driver’s position. Two (2) Federal Signal BP100 EF electronic siren speakers with trim ring and polished finish should be recess mounted, one (1) on each side of the bumper. Speaker location should be finished with Federal Signal chrome plate mounted to the bumper surface. Back-up Warning Device- A Federal Signal Reactor Auto Adjusting Alarm (Model # 210504) should be installed and provide an adequate alarm to the perimeter of the vehicle while in reverse. The alarm should be programmed to automatically activate when the transmission is shifted into reverse.

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception # 3.5 RADIO AND MODEM

Components List

Configuration General Specifications: The radio and modem will be provided and installed by a certified Gwinnett County vendor after vehicle delivery and acceptance at a cost not to be included in this proposal. However, the OEM will work with Gwinnett County and the certified vendors as necessary to designate places for the installation of radios by providing conduit and power points for components as well as providing radio head cut out spaces or storage space for components where necessary. Gwinnett County will supply the OEM with up to three (3) antennas to be installed during construction. OEM should include the cost of installation and routing of the antennas in the proposal. Antennas will be mounted on the cab roof in a location agreed upon at the preconstruction conference. The exact mounting location of components will be determined prior to construction. Backing plates will be installed as necessary to provide a secure mounting surface for the intercom, radio and modem components. The components should be mounted in a manner where they will be removable for service without removing the headliner or other surfaces that the component is mounted upon. There should be provisions made for the mounting and connection of one Motorola Radio speaker in the R-4 air fill Station compartment. This should be integrated into the apparatus radio and should include an on/off toggle switch.

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception #

Page 34: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 34 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL. 3.6 DAVID CLARK SYSTEM

Components List

Configuration General Specifications: A David Clark series 3800 Vehicle Intercom System with two (2) two-way radio access points, stereo input and monitoring should be provided and installed. The system should be a two (2) position system with push to talk capabilities at the Driver and air fill station (compartment R-5) positions. All components and cabling required for the installation will be provided by David Clark Company Incorporated. Connectors from the headsets to the access points are a single quarter inch plug provided by David Clark. All cabling should be routed in a manner that will protect it from chaffing and damage. In as many areas as possible, cables should be hidden from view. All interface boxes should be mounted in locations that will not interfere with the operation of other vehicle accessories. Head set interfaces should be mounted to provide cable routing that will not entangle the user. All installation workmanship should be in accordance with David Clark’s guidelines and recommendations. Questions regarding installation should be directed to:

David Clark Company, Inc. 360 Franklin Street, Box 15054 Worcester, MA 01615-0054 Phone – (770) 331-0558

[email protected] The David Clark System must interface with a Motorola APX6500 7/800 MHZ MID POWER two-way radio. All interface cables must be routed as determined at preconstruction conference. The David Clark system will be free from alternator noise or other outside interference. The apparatus builder should install noise suppression filters if necessary. The body builder should provide and install hooks inside the cab for hanging the head sets when not in use. The exact mounting location will be determined prior to construction. The David Clark System should also include one (1) wireless headset with full incoming and outgoing communications capabilities.

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception #

Section 3.6- Dave Clark SystemDavid Clark series 3800 Vehicle Intercom System Yes NoRadio Interface Yes NoPush to talk for Driver and Air Fill Operator Yes NoTwo (2)- two-way access points (Driver, Operator(Compartment R-5)) Yes NoTwo (2)- Headset access points (Driver, Operator(Compartment R-5)) Yes NoTwo (2)- Headsets (Position appropriate) Yes NoTwo (2) Total- Headset Stow Hooks (Officer and Driver) Yes NoOne (1) Cordless Remote Headset and necessary components for operation Yes No

Page 35: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 35 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL. SECTION 4– REQUIRED COMPONENTS OF BUMPERS AND BODY DESIGN

4.0 FRONT BUMPER, REAR BUMPER/TAILBOARD, REAR WHEEL WELLS AND RUB RAILS Components List

Configuration Front Bumper- The bumper should be in front of the cab and 10”-12” high with 2 reinforcing ribs. A minimum ¼” thick x 10”-12” high x 70” wide reinforcing steel plate should be provided behind the bumper to provide additional strength. The front bumper will be a severe duty “Chicago” or “FDNY” style painted steel channel. Each end of the bumper should be angled at 45 degrees. Exact configuration of the bumper will be determined prior to construction. All forward and side painted surfaces should utilize Chevron markings. The bumper top should be fabricated with non-slip aluminum tread plate. The bumper shall have holes cut as required for the flush and recess mounting of the Federal Q Siren and Federal BP 100 siren speakers. The speakers should not extend past the bumper. Rub Rails- Body rub rails should be installed on the full length of the apparatus body on both sides. The rub rails should be constructed of 3” X 1.5” X 11-gauge stainless steel tubing with a brushed finish (An approved alternative may be considered: Check “no” below and submit an explanation of the benefits of the alternative solution). The rub rails should also provide protection for any marker lights that are mounted on the lower side of the body. The rails should be bolted to the lower exterior edge of the apparatus body, with nylon spacers and should extend 1” from the compartment doors, to provide a 3” vertical scuff surface. Rear Wheel Wells- Bolt in, full circular fender liners should be provided for the rear wheel housings. The liners should be designed to prevent pockets that can collect road spray, dirt and mud. The wheel wells should allow easy cleaning and be free of sharp edges that may cause personal injury while cleaning. Adequate clearance should be provided to allow the use of conventional tire chains. Black hard rubber mud flaps should be provided at the rear body wheel wells. Wheel Well Compartments-

Forward Compartments- There should be one compartment with a single swing hinged door forward of the rear wheel well on both sides of the vehicle. Storage should be configured to accommodate six (6) secured “D” size oxygen cylinders. A drain hole should be provided in the lower rear section of the tube. If the OEM body design does not allow for a compartment in this location, the proposer should provide a viable option without removing space from the other requested storage areas. Oxygen Bottle Storage- There should be oxygen bottle storage assemblies each accommodating six (6) spare Oxygen D cylinders. The tubes shall be constructed of minimum .125" 5052-H32 aluminum tube with continuously welded seams. The tubes shall be fully enclosed. The tubes shall be welded to an exterior face plate for mounting in the wheel housing skirt from the exterior. On the face of the wheel housing skirt shall be a polished stainless steel door with a polished stainless steel piano hinge and Southco lever style latch with chrome finish. The tubes shall be pitched at a downward angle. The tubes should be configured with a positive stop for the detour of bottles escaping while in road travel.

Section 4.0- Wheel Wells, Front Bumper, Rear Bumper and Rub RailsFront Bumper- Severe Duty “Chicago” or “FDNY” steel painted channel 12” high Yes No

2 reinforcing ribs Yes No¼” thick X 10”-12" High X 70” wide reinforcing plate Yes NoTop side- Aluminum tread plate (grip type) Yes No

Rub rails as specified Yes NoRear wheel wells as specified Yes NoMud flaps Yes NoFuel and/or DEF fill locations do not interfere with oxygen storage or a solution is provided Yes No (Circle one) Does not interfere or solution providedRear step/ tailboard as specified Yes No

Driver's Forward wheel well Compartment- Storage for 6 O2 D-cylinders Yes NoProposed O.D. Measurements Width ___" , Height___" , Depth ___"

Driver's Rear wheel well Compartment- Option if available Yes NoProposed O.D. Measurements Width ___" , Height___" , Depth ___"

Officer's Forward wheel well Compartment- Storage for 6 O2 D-Cylinders Yes NoProposed O.D. Measurements Width ___" , Height___" , Depth ___"

Officer's Rear wheel well Compartment- Storage for Honda flood light Slide out if space is available. Yes No

Proposed O.D. Measurements Width ___" , Height___" , Depth ___"

Page 36: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 36 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Rear Compartments- The officer’s side should include a storage compartment behind the rear axle in the wheel well area. The compartment should be large enough to store a 1000w Honda portable flood light/generator (Gwinnett County Supplied) on a slide out shelf. If the OEM body design does not allow for a compartment in this location, the proposer should provide a viable option without removing space from the other requested storage areas. Should there be any usable space between the rear wheel and the rear compartment on the driver side; the proposer should provide a compartment as large as possible. Proposer should provide a drawing and compartment measurements. The fuel fill, should also be included in this area on the driver’s side.

Officer Side Picture for Reference Purposes Only

Driver Side

Picture for Reference Purposes Only

Tailboard- An 11” deep rear step/tailboard constructed of NFPA approved anti-slip, perforated material should be provided at the rear of the apparatus. Both corners of the tailboard should be cut at a 45 degree angle. The assembly should be one piece construction and a bolt on design to provide ease of replacement. Maximum tailboard height shall not exceed 22” from the ground to the top of the tailboard with the truck unloaded. No fold down steps will be accepted.

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception # 4.1 BODY DESIGN Components List

Section 4.1- Body DesignPremium quality with ≥10 year structural warranty Yes No State years of warranty _______Aluminum construction Yes No (Circle one) Welded or BoltedMounted to frame as specified Yes NoSteps and Handrails as needed and requested Yes No

Page 37: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 37 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Configuration General Specifications- Body design should be fully proven to provide trouble free service in a severe service environment. Body designs offered by all suppliers should be the manufacturer’s premium quality design. Apparatus manufacturers should demonstrate their confidence in the design and construction by providing a ten (10) year minimum structural warranty. The body design should provide a low profile stance to provide easy reach access to equipment to provide a low center of gravity for good vehicle handling. The body design, construction materials and construction methods proposed should provide maximum available compartment space. Structural Warranty- The structural warranty for the body should be a minimum of 10 years against manufacturing defects. This should be a full warranty covering all OEM engineered components of the body and not be prorated. Warranty should cover full parts and labor for all damage and/defects caused by manufacture defects in materials and/or engineering. Coverage should include but not be limited to metal quality, welded seems, extrusions, body mounts and any other components included within the body structure. A complete structural warranty statement for the body should be included in the response. Aluminum Construction- The preferred body construction material is aluminum with a bolt together modular style design that would reduce and simplify the time required for accident repairs. A welded aluminum construction will also be considered. Any and all dissimilar metals should be fully separated to prevent electrolysis and corrosion. Body Mounts- The body should be properly attached to the chassis in a proven manner that will allow for twist and flexing without damage. An isolator should be provided between the body and the chassis to serve as a cushion. Protected Surfaces- To protect areas of the apparatus that are subject to intensive wear; aluminum tread plate and/or polished stainless steel protection panels should be installed where needed. The top of compartments on the left and right side should be covered with aluminum tread plate. Areas considered as walking surfaces should be provided with NFPA approved anti-slip material. Steps- NFPA compliant steps should be provided as necessary to provide safe access to the body interior and exterior mounted equipment. Spacing and weight rating for steps should meet NFPA requirements. Formed or cast aluminum steps should be provided in all locations possible. Folding steps or slide-out steps may be used in areas where formed or cast steps cannot be utilized. Handrails- 1 ¼” knurled aluminum grab rails should be provided where necessary to safely access the body interior and exterior mounted equipment and accessing the light tower as well as other roof mounted equipment.

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception #

4.2 EXTERIOR COMPARTMENTS GENERAL SPECIFICATIONS Components List

Section 4.2- Exterior Compartments General SpecificationsDriver Side Storage Compartments (Four (4) total excluding wheel wells) Yes No Other Quantity ______Rear Compartment (One total) Yes No Other Quantity ______Officer Side Storage Compartments (Four total excluding wheel wells) Yes No Other Quantity ______ROM or OEM Doors as specified (Provide explanation if OEM is selected)Adequate Sealant with permanent pliable silicone solution or better and adequate ventilation method provided as specified Yes NoProtective finishes around door openings Yes NoROM Doors- door protectors and drains Yes NoDoor activated LED Rope lighting Yes No500 lbs. minimum capacity floors, trays and slide outs as specified Yes NoPAC TRAC boards where specified Yes NoTool Mounts and equipment mounts included in proposal Yes No

Circle One- ROM OEM Other_________

Page 38: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 38 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Configuration Storage General Requirements- There should be four (4) external storage compartments on the Driver Side body (excluding wheel wells), One (1) storage Space in the Rear and four (4) on the officer side. For clarification purposes, L1-L4 will refer to the Driver’s side front to rear respectively. “Rear” refers to the rear compartment. “R1-R4” is the Officer’s side front to Rear respectively. Wheel well compartments are addressed in the wheel well section (5.0). All interior compartment seams should be sealed by using a permanent pliable silicone caulking or better. Each compartment should have adequate ventilation to prevent the formation of gas fumes, condensation or mildew. All dissimilar metals should be fully separated to prevent electrolysis and corrosion. Compartment Doors- (Option 1) Compartment doors should be Robinson rollup doors with brushed finish aluminum slats and full width L channel lift rails. The Robinson doors should be provided with locking key cylinders to match key code #J236. Rollup doors should be provided with nylon web grab straps or better to aid in pulling down a fully raised door if deemed necessary by Gwinnett County. Doors should be equipped with pre-tension devices to allow easy opening and closing. Compartment doors should be designed and installed to provide smooth operation and be weather tight. A corrugated aluminum shield should be installed to protect the door from interior items and should include a drain tube to the exterior of the cab. Drip rail protection should be provided over compartment doors. Each door should be wired with an alarm switch wired to the Es-Key multiplex system. (Option 2) OEM brands will be considered should they provide more adequate or larger storage areas as well as improved door and equipment protection. Details should be provided in the lines provided. OEM doors should be painted to match the exterior Red Paint. Adequate justification will result in a better score overall. Compartment Lighting- Each compartment should have a minimum of two (2) Federal LED Strip Lights (or approved equivalent). Light should span the full height of each compartment. The lights should be rubber grommet mounted on the side compartment walls with one positioned on both sides to allow maximum visibility in all levels in the compartment. A single moisture and corrosion resistant switch should individually control the lights in each compartment. The switch should activate only the lights in the compartment that is open. Door switches and wiring should be located and mounted in a manner that will eliminate the potential for any damage from equipment being placed in or removed from compartments. Do not provide On/ Off switch on dash. A protective cover should be installed inside all compartments to protect any lights and exposed wiring. Note: Additional lengths to be determine, for sizes and part numbers contact Federal Signal Representative. Federal Signal Strip Lighting comes in increments of 9 inches, Examples COMSTR-9,-18,-27,-36,-45,-54,-63 Compartment Shelving- Compartment floors, shelves and slide out trays should be designed to support the weight of 500 pounds (minimum) of equipment without sagging or deflection. Should the equipment or tools specified in the compartment require a stronger mounting surface, the OEM should make provisions to do so. This should be noted in the spaces provided within the specific compartment section below. Compartment floors should be a sweep out design. All horizontal storage spaces should be covered with black “Turtle Tiles” flooring with beveled edges at compartment door openings. All storage compartments should be equipped with four (4) aluminum Uni-Strut vertically mounted adjustable tracks, two (2) each side, that are bolted in place for adjustable shelving and equipment mounting. The front Uni-Struts should be mounted to allow the installation of a narrow shelf in the shoulder portion in the upper compartment area. Shelving should be constructed of 3/16” thick smooth aluminum plate and mounted with cast aluminum shelf brackets. Each shelf should have a 3” broken front edge (2” up and 1” back), and a 3” broken rear edge (2” down and 1” forward), for added strength and reinforcement. Slide-out Trays- 500 pound (minimum) rated full width and full depth sliding horizontal trays should be provided where requested. The trays should be constructed of aluminum or stainless steel and equipped with heavy duty slide tracks. The tracks should have stainless steel ball bearings and will travel full depth. The mounting design for the slides should allow the tray to be mounted at or near flush with the compartment floor to allow for maximum utilization of compartment height. The tray edges should be broken with a minimum 3” flange on each side, with welded corners to form a box type tray surface. The trays should be as large as possible for maximum storage capacity. The trays should slide fully out of the compartment with a positive lock hold tray both “in” and “out” positions (a heavy duty gas strut may be considered). All mounting

Page 39: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 39 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

hardware must be in accordance with the 500 lb. rating (minimum). Self-tapping screws will not be accepted. Exact mounting locations will be determined prior to construction. Should the equipment or tools specified in the compartment require a stronger mounting surface, the OEM should make provisions to do so. This should be noted in the spaces provided within the specific compartment section. Tool Board- PakTrac mounting boards should be installed where specified. They should be mounted as to provide the maximum mounting surface. Tool & Equipment Mounts - All equipment mounting hardware are to be PAC Tool mounts where applicable and all tools mounts are to be priced as such, specifying the model numbers of each mount proposed. Should the manufacture or dealer have a “better” alternative or a PAC mount is not available for the specific application, it should be offered and priced as an alternative with each piece of equipment and discussed at the pre-construction conference. SCBA Storage- There should be storage for a minimum of 50 SCBA bottles. The spare SCBA bottle storage racks specified in the compartment layout schedule shall be constructed of minimum .125 inch 5000 series unpainted aluminum. This rack shall be designed to maximize the storage space by using the least amount of cabin space possible. They shall be designed with a slant to the rear to aid in the retention of the cylinders in the rack. A minimum of four ½” holes; one in each rear corner of the back wall shall be provided for ventilation. A rubber bumper shall be provided in the center of the rear wall of each storage space. Each storage space shall be fitted with a 1/16” ribbed rubber sheet that covers each side wall and the floor of the storage space. The rubber sheet should be glued firmly in place. There should be a rubber or plastic coping fastened with glue over sharp edges to prevent bottle damage. Meets Specification Exactly YES __________ NO __________

Explanation if “NO”:

Continue to exception #

4.3 EXTERIOR COMPARTMENT DESIGN Compartment L-1 Components List

Configuration Location- This compartment is the first compartment behind the cab on the driver side. Measurements- This compartment should be a minimum of 49” wide 79” high and 42” deep. Door opening should be 49" wide x 79" high. Battery Storage- One (1) full width and full depth slide-out tray should be secured to the compartment floor. The slide out may be used for battery storage. Any additional available space should be designed for additional storage. Fixed Shelf- One (1) fixed shelf should be installed at the bottom of the full depth portion of the compartment. Shelf should be as deep and wide as space will allow. Slide-Out Shelf- One (1) full depth slide-out tray should be provided next to the M cylinder storage. The shelf should be as wide as available space will allow. Oxygen Storage- Storage provisions for two (2) “M” size oxygen tanks on the fixed shelf. There should be oxygen bottle storage assemblies each accommodating two (2) spare Oxygen M cylinders. The tubes should be constructed of minimum .125" 5052-H32 aluminum tube with continuously welded seams. They should be designed with a slant to the rear to aid in the retention of the cylinders in the rack. A rubber bumper should be provided in the center of the rear wall of each storage

Compartment L-1 as specified (+/- 1" Allowable)Not less than 49" wide x 79" high x 42" deep Full Depth- Width ____" , Height____" , Depth ____" Total area (≥ 94 cubic feet)Door Opening- 49" wide X 79" high (Maximum allowable for compartment)Shelving provided as specified Yes NoElectric rewind cord reel as specified Yes NoDrop-down step platform Yes No

Door Opening- Width ___" , Height ___"_______ Cubic Feet

Page 40: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 40 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

space. Each storage space should be fitted with a 1/16” ribbed rubber sheet that covers each side wall and the floor of the storage space. The rubber sheet should be glued. There should be a rubber or plastic coping fastened with glue over sharp edges to prevent bottle damage. Slide-Out/Tilt Down Shelf- One (1) adjustable slide-out and tilt down tray directly the O2 cylinder storage. Tray to have not less than 3" high side walls around perimeter for miscellaneous storage. Tray should be as deep and wide as space will allow. Cord Reel- One (1) 300-ft 10/4 cable electric rewind cord reel should be installed on the upper right side (Not pictured). Step- A drop-down step platform providing full access to upper storage areas should be mounted in a manner as to not impede drive angles or ride height.

L-1

Picture for Reference Purposes Only

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception # Compartment L-2 Components List

Configuration Location- This compartment is located between L1 and the wheel housing compartment. Measurements- This compartment should be a minimum of 49" wide x 79" high x 42" deep. Door opening should be 49" wide x 79" high. Slide-Out Shelf- One (1) full width and full depth slide-out tray designed for mounting a toolbox should be secured to the compartment floor (the toolbox will be customer provided).

Compartment L-2 as specified (+/- 1" Allowable)Not less than 49" wide x 79" high x 42" deep Full Depth- Width ____" , Height____" , Depth ____" Total area (≥ 94 cubic feet)Door Opening- 49" wide X 79" high (Maximum allowable for compartment)Shelves and Trays as Specified Yes NoDrop-down step platform Yes No

Door Opening- Width ___" , Height ___"_______ Cubic Feet

Page 41: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 41 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Slide-Out/Tilt Down Shelf- One (1) adjustable slide-out and tilt down tray directly above tool chest. Tray to have not less than 6" high side walls around perimeter for storage of SCBA repair parts. Tray should be as deep and wide as space will allow. Adjustable Shelves- Two (2) adjustable shelves should be installed above the slide-out/ tilt down shelf. Shelf should be as deep and wide as space will allow. A portion of this space should be designed to accommodate a folding table and not less than six (6) folding chairs. A seat belt style strap will secure the table and chairs in the compartment during transit. Shelf should be as deep and wide as necessary for storage and as space will allow. Step- a drop-down step platform providing full access to upper storage areas should be mounted in a manner as to not impede drive angles or ride height.

L-2 Picture for Reference Purposes Only

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception # Compartments L-3 & R-3 Transverse Components List

Configuration Location- This compartment is located over the wheel well. Measurements- This should be a transverse compartment minimum of 62" wide x 54" high. Door opening should be 62" wide x 54" high. Breathing Air Compressor- There should be a Bauer 30-hp breathing air compressor mounted in this location. The compressor should have slide-out filter cartridges for ease of service. (See specifications in section 6)

Compartment L-3 & R-3 Transverse as specified (+/- 1" Allowable)Not less than 62" wide x 54" high transverse Full Depth- Width ____" , Height____" , Depth ____" Total area (≥ 180 cubic feet)Door Openings- 62" wide X 54" high (Maximum allowable for compartment)Four (4) LED lights as specified Yes NoBauer 30 HP compressor Yes NoRoof Hatch Yes No If no, proposed interior height above compressor ___"Step Access provided Yes No

Door Opening- Width ___" , Height ___"_______ Cubic Feet

Page 42: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 42 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Compressor Ventilation Safety Switch- Provisions should be made to prevent the compressor from running without the L3 and R3 doors in the fully open position. Head Room/ Roof Hatch- There must be enough space above the compressor to adequately access all components for service (Approximately 44” from the tallest component depending on body design). Proposer should give a detailed description of space available. A roof hatch is desirable to allow for adequate work space. Additional Lighting- A minimum of Four (4) Federal Signal 6” Round or rope interior LED lighting should be provided. Lights should be mounted as to provide optimum lighting for providing maintaining the Air Compressor components. Light should operate with the L-3 or R-3 doors open. There should be an override shut off and dimmer switch located in the R3 compartment. Step- Proposers should give options for accessing the Air Compressor for maintenance.

L3/R3 Transverse L-3 R-3

Picture for Reference Purposes Only Picture for Reference Purposes Only

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception # Compartment L-4 Components List

Configuration Location- This compartment is located between the wheel housing and the rear of the apparatus on the Driver Side.

Compartment L-4 Not less than 60" wide x 77" x maximum depth available Full Depth- Width ____" , Height____" , Total area (≥117 cubic feet)Door Openings- 60" wide X 77" highForwardNot less than 30" wide x 77" to back wall of R4 Full Depth- Width ____" , Height____" , Depth ____" Total area (≥ 82 cubic feet)Six (6) 6000 psi ASME receivers Yes NoOne (1) Slide Out Tray Yes NoOne (1) Slide Out/ Tilt-down Tray Yes NoOne (1) Adjustable Shelf Yes NoAdditional SCBA bottle storage in this location? Yes NoDrop-down step platform Yes NoAccess Door Yes NoRearNot less than 30" wide x 77" to side wall of the rear compartment Full Depth- Width ____" , Height____" , Depth ____" Total area (≥ 35 cubic feet)One (1) Slide Out Tray Yes NoOne (1) Adjustable Shelf Yes NoSCBA Cart as specified Yes NoSCBA Bottle storage for fifteen (15) bottles Yes No

_______ Cubic Feet

_______ Cubic FeetDoor Openings- Width ___" , Height ___"

_______ Cubic Feet

Page 43: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 43 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Measurements- This compartment should be a minimum of 60" wide x 77" high. Door opening should be 60" wide x 77" high. L4 should be split into two sections forward and rear 30” wide. Both sections should be as deep as possible while keeping the measurements of the rear compartment. Slide-Out – Two (2) Total- One (1) on each side of L-4 and L-5 500 lbs. (minimum) slide-out tray on floor. The L-4 Rear section slide-out will be for storage of a SCBA spare bottle wheel cart and traffic cones. Slide-outs should be as deep and as wide as possible. Slide-Out/Tilt-down Shelf- One (1) adjustable slide-out and tilt down tray should be installed above the adjustable shelf. Tray to have not less than 3" high side walls around perimeter. Tray should be as deep and wide as space will allow. Adjustable Shelf- Two (2) - One (1) adjustable shelf should be installed between the cart storage and SCBA bottle storage in the L4 rear section and One (1) should be installed in the L4 forward section. Shelves should be as deep and as wide as possible. SCBA Cart- A wheeled module will be constructed and installed that will accommodate Six (6) SCBA bottles. The rack shall be constructed of aluminum and angled toward the rear to secure the bottles during transport. This rack should weigh no more than 60 lbs. and be designed for easy loading and unloading. L-4 Forward Section Air Tanks- There should be six (6) 6000 psi ASME receivers. Compartment configuration for air tank storage may vary considerably depending on construction techniques. The proposer should present options that increase usable storage and provides easy access for tank maintenance. The exact mounting location and configuration will be discussed at the preconstruction conference. Proposer may provide a solution in the L3/R3 Transverse compartment. Tanks should be easily accessible for maintenance. SCBA Storage- Space in the top section of the compartment should be used for SCBA bottle storage. Storage tubes should be designed in a manner as to provide safe storage for 4500 psi bottles without scuffing or scratching the bottle storage. There should be a restraint in place to prevent each bottle from sliding. Final design will be discussed at preconstruction conference. SCBA storage should meet the specifications outlined in Section 5.2. A slide out bottle storage solution may be provided to maximize compartment space. An additional storage solution may be provided in the L4 forward section. Access Door- There should be a removable access door inside compartment to access rear of Bauer CFSII-3M three-bottle fill enclosure for compressor component service access. Exact size and location will be determined at the preconstruction conference. Step- A drop-down step platform providing full access to upper storage areas should be mounted in a manner as to not impede drive angles or ride height.

L-4 Rear Picture for Reference Purposes Only

Additional SCBA Storage solution for L4 Forward Compartment Pictures for Reference Purposes Only

Page 44: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 44 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Meets Specification Exactly YES __________ NO __________

Explanation if “NO”:

Continue to exception #

Rear Compartment Components List

Configuration Location- This compartment is located in the rear of the apparatus. Measurements- This compartment should be a minimum of 48" wide x 77" high and as deep as space will allow. Door opening should be 42" wide x 77" high. Adjustable Shelf- There should be one (1) adjustable shelf installed above oxygen tanks. Cord Reel- One (1) 300-ft 10/4 cable electric rewind cord reel should be installed on the upper right side. Hose Reel- Electric rewind high pressure breathing air hose reel in upper right side with not less than 300-ft of 6,000 psi breathing air hose. Roll N Rack Power Roller and Dropdown Ramp- One (1) Roll N Rack should be provided and mounted in the rear compartment. A fold-down ramp assembly should be installed in the rear compartment that allows the Roll N Rack to be rolled into and out of the compartment by a single person. It should be a minimum of 78" long x 34" wide, extended. The ramp should store vertically just inside the compartment and be secured in the stored position with spring-loaded pin assemblies into the left and right sides of the compartment wall. A spring-loaded self-assist mechanism shall be incorporated to facilitate stowing and deployment. It should be capable of supporting not less than 800 lbs. in the horizontal plane position. A minimum of 50% of the ground level surface should be covered with expanded metal type anti-slip surface material. The left and right outer edges shall be raised not less than 4" to act as a guide. The ramp at ground should be tapered to allow easy

Rear Compartment as specified (+/- 1" Allowable)Not less than 48" wide x 77" high x maximum allowable Full Depth- Width ____" , Height____" , Depth ____" Total area ((≥ 78.8 cubic feet)Door Opening- 42" wide X 81" high (Maximum allowable for compartment)Oxygen tank provisions Yes NoAdjustable Shelf provided as specified Yes NoCord Reel as specified Yes NoBreathing Air hose as specified Yes No120 Volt & 12 Volt Receptacles Yes NoRoll N Rack Power Roller & Drop-down Ramp as specified Yes NoAccess Door Yes No

_______ Cubic FeetDoor Opening- Width ___" , Height ___"

Page 45: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 45 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

roll on and roll off capability. One additional battery and a battery charger should be supplied and mounted through a BC-1224-10 charger/converter into a compartment to be decided at the preconstruction conference. Battery should charge with shoreline and vehicle ignition on switch. Information for the Roll N Rack Power Roller can be found at http://rollnrack.com/products/powerroller. Information for the BC-1224-10 charger/converter can be found at http://www.neuron.com.hk/pdf/catalogue/BC%20catalogue%20(english).pdf . 120 Volt & 12 Volt Receptacles- One (1) 120 volt and one (1) 12 volt receptacle should be provided in this compartment. 120 Volt should function from both the shoreline and the generator. Proposer should supply a connector compatible with the connector on the Federal Commander LED mounted to the rear of the vehicle. The 12 Volt receptacle should be a standard cigarette lighter type receptacle. Exact location will be discussed at the preconstruction conference. Access Door- There should be a removable access door inside compartment to access rear of Bauer CFSII-3M three-bottle fill enclosure for compressor component service access. Exact size and location will be determined at the preconstruction conference.

Rear Picture for Reference Purposes Only

Meets Specification Exactly YES __________ NO __________

Explanation if “NO”:

Continue to exception # Compartment R-4 Components List

Configuration Location- This compartment is located between the wheel housing and the rear of the apparatus on the Officer Side. Measurements- This compartment should be a minimum of 60" wide x 77" high and 26” deep. Door opening should be 60" wide x 77" high. Bottle Fill Station- A Bauer CFSII-3M three-bottle fill enclosure and SCBA fill control panel should be bolted to floor with blow-out diaphragm beneath. This system should include an Auto Cascade & Manual Cascade back up filling capabilities.

Compartment R-4 as specified (+/- 1" Allowable)Not less than 60" wide x 77" high x 26" deep with painted, roll-up aluminum door. Full Depth- Width ____" , Height____" , Depth ____" Total area (≥ 51.6 cubic feet)Door Opening- 60" wide X 77" high (Maximum allowable for compartment)Bauer CFSII-3M three-bottle fill enclosure as specified Yes No Minimum 36" hoses Yes No All Stainless steel components Yes No Dave Clark and Radio integration (See Sections 3.5 & 3.6) Yes NoFifteen (15) spare SCBA bottle storage as specified Yes NoAdditional Bottle Storage space available? Yes NoSlide-out step platform to reach upper storage areas. Yes No

_______ Cubic FeetDoor Opening- Width ___" , Height ___"

Page 46: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 46 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

All hoses connected to fill control panel should be long enough (minimum length of 36") to allow for easy removal of the fill control panel for service. All fill adaptor and bleeder components must be made of stainless steel. Adequate lighting should be provided for night time operations. Federal Signal rope lighting should be used and mounted in such a way as to not blind the operator. The light should automatically turn on when the R-4 door is opened. An on/off switch should be provided within the compartment. Radio and David Clark Connection- See Sections 3.5 and 3.6 SCBA Storage- Space in the top section of the compartment should be used for SCBA bottle storage. Storage tubes should be designed in a manner as to provide safe storage for 4500 psi bottle. Each cylinder holder shall be lined to prevent scuffing the outer surface of the cylinders. There should be a restraint in place to prevent each bottle from sliding. Final design will be discussed at preconstruction conference. SCBA storage should meet the specifications outlined in Section 4.2. Additional available space in this compartment should include additional bottle storage. Step- A drop-down step platform providing full access to upper storage areas should be mounted in a manner as to not impede drive angles or ride height. This step is a Gwinnett County option and should not hinder access to the fill system. The necessity of this step will be discussed at the preconstruction conference.

R-4 Picture for Reference Purposes Only

Meets Specification Exactly YES __________ NO __________

Explanation if “NO”:

Continue to exception # Compartment R-2 Components List (correct component list)

Configuration Location- This compartment is located between R-1 and the wheel housing compartment. Measurements- This compartment should be a minimum of 49” wide 79” high and 42” deep. Door opening should be 49" wide x 79" high.

Compartment R-4 as specified (+/- 1" Allowable)Not less than 60" wide x 77" high x 26" deep with painted, roll-up aluminum door. Full Depth- Width ____" , Height____" , Depth ____" Total area (≥ 51.6 cubic feet)Door Opening- 60" wide X 77" high (Maximum allowable for compartment)Bauer CFSII-3M three-bottle fill enclosure as specified Yes No Minimum 36" hoses Yes No All Stainless steel components Yes No Dave Clark and Radio integration (See Sections 3.5 & 3.6) Yes NoFifteen (15) spare SCBA bottle storage as specified Yes NoAdditional Bottle Storage space available? Yes NoSlide-out step platform to reach upper storage areas. Yes No

_______ Cubic FeetDoor Opening- Width ___" , Height ___"

Page 47: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 47 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Slide-Out- One (1) slide-out tray should be mounted on the floor. Tray will accommodate one (1) 21” wide x 19’ high x 22” deep and one (1) 28’ wide x 20” high x 22” deep coolers. Tray should be as deep and wide as space will allow. Slide-Out/Tilt-down Shelf- One (1) adjustable slide-out and tilt down tray above coolers should be provided. Tray should be as deep and wide as space will allow. Adjustable Shelves- Three (3) adjustable shelves should be installed above the slide-out/ tilt down shelf. Shelves should be as deep and wide as space will allow. Step- A drop-down step platform providing full access to upper storage areas should be mounted in a manner as to not impede drive angles or ride height.

R-2 Picture for Reference Purposes Only

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception # Compartment R-1 Components List

Configuration Location- This compartment is the first compartment behind the cab on the officer side. Measurements- This compartment should be a minimum of 49” wide 79” high and 42” deep. Door opening should be 42" wide x 79" high. Slide-Out- One (1) slide-out tray should be mounted on the floor. Tray should be as deep and wide as space will allow.

Compartment R-1 as specified (+/- 1" Allowable)Not less than 49" wide x 79" high x 42" deep Full Depth- Width ____" , Height____" , Depth ____" Total area (≥ 94 cubic feet)Door Opening- 49" wide X 79" high (Maximum allowable for compartment)Slide-out designed as specified Yes No Width ______ Depth ________One (1) slide out and tilt down tray as specified Yes No Width ______ Depth ________One (1) adjustable shelf as specified Yes No Width ______ Depth ________Three (3) fixed shelves as specified Yes No Width ______ Depth ________Drop-down step platform Yes No

_______ Cubic FeetDoor Opening- Width ___" , Height ___"

Page 48: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 48 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Slide-Out/Tilt Down Shelf- One (1) adjustable slide-out and tilt down tray mounted approximately 18”-24” above the floor. Tray should be as deep and wide as space will allow. Adjustable Shelf- Three (3) adjustable shelves should be installed above the slide-out/ tilt down shelf. Tray should be as deep and wide as space will allow. Step- A drop-down step platform providing full access to upper storage areas should be mounted in a manner as to not impede drive angles or ride height.

R-1 Picture for Reference Purposes Only

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception #

SECTION 5 BREATHING AIR SYSTEM REQUIREMENTS 5.0 MOBILE BREATHING AIR COMPRESSOR AND CYLINDER CHARGE SYSTEM

Components List

Configuration Intent- It is the intent of this specification to require Bauer components for the Compressor, Air Cylinder Fill Stations, and Filtration System. This system is crucial to the life and safety of firefighters and the Air and Light Operator; therefore, NO EXCEPTION may be taken to this specification without a clearly written and signed document from the air compressor OEM stating the necessity for the exception. The document should also include the new specification. Any proposer that chooses to take exception to this specification must check “no” in the components list and provide the proper documentation. Failure to do so could result in a non-responsive RFP and Gwinnett County could choose therefore to remove the proposer from the respondent list. Connections- The use of a modular mobile breathing air system design allows for the greatest flexibility when installing the system in a truck body. All modules shall interconnect by means of a factory built and tested wiring harness for ease of electrical installation. All pneumatic interconnections shall be clearly marked and coded for high-pressure hose interconnection. Compressor Specifications- The unit shall be designed and built specifically for truck installations. The use of a standard stationary unit shall not be acceptable. The main compressor frame shall contain the compressor, electric motor, electric

Section 5.0Breathing Air System provided and installed exactly as specified (NO EXCEPTIONS) Yes No

Page 49: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 49 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

controls, gauges and monitors pertaining to the compressor operation. This skid must be designed for mounting across the body, with all gauges and shutdown lights facing the curbside of the truck. The total skid must not exceed 56” L X 58” W X 44” H. The system shall consist of a Bauer Model K-22.42-6K-30 air compressor system constructed to the K-22.42 specification. Compressor Requirements General- The compressors shall be an air cooled, oil lubricated, four stage, three cylinder, reciprocating piston compressor. The three cylinders shall be arranged in a "W" configuration. The 1st and 2nd stages shall be housed in one common, stepped cylinder, which shall be the center of the "W". The 3rd and 4th stages shall be opposite each other, and form the outer legs of the "W". The first, second and third stages shall be equipped with piston rings. The fourth stage piston shall be a floating piston with light chromium-plated quad piston rings running in a cylinder liner. The floating piston shall be guided by a retainer, which, in turn, shall be connected, to the guide piston. Standard Features-

• 5-micron inlet particulate filter • Air cooled intercoolers between each stage • Air cooled aftercooler • Safety relief valve for each stage of compression • Final oil and moisture separator • V-belt driven fan wheel for cooling air • Oil filler and sight glass • Oil filter (Full flow/spin on type) • Automatic condensation drain (A.C.D.) complete with combination separator-muffler, drain solenoid, and timer.

The compressor module shall have the ability to compress ambient air to a final pressure of 6,000 PSI. The system shall be designed, built and tested by a recognized breathing air compressor manufacturer, not a compressor packager or distributor. Compressor Data Maximum operating pressure 6,000 PSIG Charging rate 35.9 SCFM Free Air 29.8 SCFM Running speed 1250 RPM Number of stages 4 Number of cylinders 3 Cylinder Bore; 1st stage 130 MM 2nd stage 130/110 MM 3rd stage 36 MM 4th stage 16 MM Length of stroke 80 MM Crankcase material Aluminum alloy Crankcase oil capacity 1.5 Quarts Lubrication Pressure/Splash Ambient operating range 32o F to 105o F Primary Motor and Controls- The electric motor shall be of open drip-proof design (ODP), 30 Hp, 208 VAC, three (3) phase, 60 hertz, code G or better. The electric motor shall be mounted on a common vibration isolated inner frame. All electric controls and automatic shutdowns shall be controlled and monitored by a solid state PLC control unit. The entire electrical control panel shall be UL approved. The electric motor shall get its power from the trucks on-board generator system. The compressor shall be equipped with a Solid State “Soft Start” motor controller to act as a (Soft Start Feature). Compressor shall be supplied with an automatic condensation drain system, which will automatically drain the interstage and final oil \ moisture separators at 15-minute intervals. All condensation shall be plumbed to a collection system for safe disposal. Compressor unloading at shutdown shall be provided by the automatic drain system. Compressor intercoolers and aftercooler shall be of such a size that a cool down cycle will not be necessary.

Page 50: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 50 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Standard supply shall include: • Open drip proof electric motor • Solid State “Soft Start” motor controller in NEMA 122 enclosure • Inlet particulate filter • High temp shutdown • Low oil pressure shutdown • Final pressure switch • Gauge panel • Pressure maintaining valve • Discharge check valve • Final oil/moisture separator

Mounting- The compressor system shall be base mounted, frame enclosed, complete with belt guard in strict accordance with manufacturer’s instructions and should be mounted as to limit cab and body vibrations. Proposer should give a detailed description on how this unit will be mounted and serviced. Purification General specifications- Installed after the compressor and the final oil and water separator shall be a Bauer air purification system with the patented Securus electronic purification monitor. The system shall be capable of processing 230,000 (cubic feet) of breathing air between cartridge changes, based on a 70-degree inlet temperature. The purification system shall utilize, aluminum, replaceable filter elements with a minimum 3-year shelf life, No Exceptions. The high-pressure cartridge chambers shall have a working pressure of 6,000 PSIG with a 4 to 1 safety factor. They shall be designed to ASME code, tested and certified. A nametag shall be attached to each chamber giving the serial number, year of manufacture, volume of cylinder and test date. The design of the cartridge pressure chamber shall eliminate the possibility of operating the system without purification cartridges installed or with improperly installed cartridges. Thus, there shall be no means of filling the SCBA or storage vessels with impure air. Electronic Monitor- The Securus electronic purification monitor shall constantly monitor the quality of the air and visually indicate to the operator the status of the Securus cartridge. The Securus electronic sensor shall be built into the purification cartridge itself. Securus shall warn the operator, in advance of the impending expiration of the Securus purification cartridge. Securus shall automatically shut down the compressor if the operator fails to change the cartridge within the warning period. The electronic display monitor shall indicate compressor shut down by the Securus. The compressor shall not be able to restart until the used cartridge is replaced with a new one. Securus shall also discern an electrical contact failure or a printed circuit board failure and advise the operator of the type failure (Cartridge saturation or electrical failure). For absolute safety, no manual override shall be provided for the Securus electronic purification monitor. Check Valve- A check valve shall be installed after the oil and moisture separator and before the purification system and a pressure-maintaining valve (PMV) shall be installed after the purification system. The pressure-maintaining valve, set to open at 3500 PSIG, shall serve two functions. One function of the PMV, in conjunction with the check valve, shall be to maintain a positive pressure in the purification system when the compressor shuts down. This shall prevent the leakage of unprocessed air into the purification system which, in turn, shall assist in maintaining purification efficiency. The second function of the PMV shall be to provide a means to quickly build system pressure. A bleed valve shall be provided to facilitate venting the purification system for cartridge maintenance. Air Quality- The final processed air delivered by the purification system shall meet or surpass the standards for grade E as detailed in Compressed Gas Association, Inc. pamphlets G-7-1976 compressed air for human respiration and G-7.1-1989 commodity specification for air. Mounting Location- The purification system shall be mounted directly on the compressor skid and in the path of the compressor cooling air. The purification shall be attached to the compressor skid and be able to swing, pull or tilt out of compartment to allow for change out of cartridges when installed with limited overhead space. Carbon Monoxide Monitor General Specifications- The CO monitor shall be a Bauer Auto Cal CO Monitor with a microprocessor based controller coupled to an electrochemical sensor module. The monitor shall have an operating range of 0 to 2000 ppm CO and shall display the results as well as provide a voltage or current output as well as an adjustable alarm contact and audible alarm.

Page 51: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 51 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Specifications- Range 0-2000 ppm CO in air or inert gas Operating Life In Air (Cell Only) Two years at 30 degrees C or lower Response Time 90% in 30 seconds or less Linearity +/- 1% CO over entire range Operating temperature range, continuous -50 C to +400 C Operating temperature range, intermittent -50 C to +550 C Operating Humidity 0-99% RH non-condensing Operating Pressure Ambient +/- 10% Effect of Pressure on Accuracy -0.05% signal per mm Hg Position Sensitivity None Long Term Accuracy Drift Less than 2% of full signal/month Power Consumption Less than 3 watts Sample Flow 100 to 1000 cc/min

Breathing Air Storage System General Specifications- Breathing air system shall be provided with an air storage module consisting of:

• Six (6) 6,000 psi, ASME air storage cylinders shall be provided which comply with ASME code section VIII appendix 22 with a 3:1 safety factor. Each receiver shall be permanently stamped or identified in accordance with DOT or ASME regulations.

• Each cylinder shall have a working pressure of 6,000 psi with a nominal capacity of 491 cubic feet at 6,000 psi. • Air cylinders shall be inter-piped with a shut-off valve. There shall be a label, which reads, "HIGH PRESSURE -

6,000 psi BREATHING AIR". • All cylinders shall be securely mounted in the vehicle. The mounting system shall be designed to withstand the

severe service to be expected of this type of apparatus. • Storage cylinders must have Kunkle relief valves mounted in such a way as to provide easy access for removal,

testing and repairs. • Storage cylinders should have protective covers or shields on exposed valves, relief valves, tubing and connections.

Cover or shield should have openings that allow easy access for repairs, maintenance or operations of valves, relief valves or connections.

• If the air storage is cascaded, the system shall be capable of filling approximately fifty one (51) 45 cubic feet 4500 psi or thirty seven (37) 66 cubic feet 4500 psi SCBA bottles (based on residual pressure of 1000 psig).

• The system should be capable of filling up to 5500 psi SCBA cylinders • If the air cylinder storage is proposed on a skid beneath the compressor, the air cylinders shall be securely braced to

the compressor skid to comply with all DOT regulations. The mounting system shall be designed to withstand severe service to be expected of this type of apparatus.

Containment Fill Station General Specifications- The fill station shall be built and tested to conform to NFPA 1901, 1999 Edition. The front-loading three position fill station shall totally enclose the SCBA or SCUBA cylinders during the refilling process. The fill stations outer enclosure and door assemblies shall be constructed of formed ¼” thick plate steel. Venting shall be provided in the bottom of the fill station to allow the rapidly expanding air from a cylinder rupture to escape from the filling station. The fill station shall be ergonomically designed for maximum operator convenience and safety during the refilling of cylinders. The fill station door and cylinder holder assembly shall tilt out towards the operator at an 89-degree angle, providing unobstructed access to the cylinder holder to load and unload cylinders. A handle and heavy-duty gas spring shall be incorporated into the design of the filling station to assist the operator in opening and closing the fill station door. It shall take approximately no more than eighteen pounds of effort to open or close the fill station door, thereby eliminating operator fatigue. Each cylinder holder shall be lined to prevent scuffing the outer surface of the cylinders being filled. For complete operator protection, the filling station shall include a safety interlock system that will prevent the refilling of cylinders unless the door is closed and secured in the lock position. The automatic interlock will require no actuation of secondary latching mechanism on the outside of the filling station.

Page 52: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 52 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Three (3) 7,000-PSI fill hoses shall be located inside each filling station. Each fill hose shall be equipped with a stainless steel bleed valve and fill adapter. Fill hose retainers shall be provided to anchor the fill hose when not in use. Installation General Specifications- Installation of the fill station shall require six (6) high pressure connections ports.

• One (1) from compressor to inlet • One (1) to storage outlet • Three (3) ports for cascade controls • One (1) port for high pressure hose reel.

A blowout patch must be installed in the floor of the fill station compartment to allow expanding air to escape from the fill station in the event of an SCBA cylinder rupture. Mounting- Fill Station must be securely mounted to the compartment floor. Compartment reinforcements or bracing may be required for proper mounting. Access- Access panels should be provided in compartment wall behind fill station to allow access to high pressure hoses, fittings and connections. Panels must be secured with common hardware and should not be obstructed by shelf uni-strut or other walls. Panels should allow easy access for common repairs and maintenance to back side of fill stations and control panel. Filling Control Panel General Specifications- The fill control panel shall be top mounted. The control panel shall be factory piped and designed to fill SCBA or SCUBA air cylinders either independently or simultaneously. The fill control panel shall include the following features:

• Inlet pressure gauge • Adjustable pressure regulator • Regulated pressure gauge • Three (3) fill control valves • Three (3) fill pressure gauges • One (1) relief valve for regulated fill pressure • Provisions for factory or field modification to allow a different fill pressure at each fill position

Cascade system must be auto cascade with manual back-up in case of auto cascade system malfunction Plumbing- All piping and tubing shall be properly supported and protected to prevent damage from vibration in a mobile application, operation or maintenance. Piping and tubing shall be installed in a neat and orderly arrangement, adapting to the contours of the station. All instrument tubing shall be 300 series stainless steel. Gauges- All control panel mounted pressure gauges shall be 2 ½” diameter and be liquid filled. All valves shall be soft seated metering valves for the safety of the operator. All panel mounted components shall be labeled with an engraved nameplate. High Pressure Hose Reel Controls General Specifications- Provisions will be made for (1) one high pressure hose reel control mounted on top of the fill station. The hose reel control will include (1) high pressure regulator, (1) regulated pressure gauge, and (1) line valve to control flow of air to truck mounted high pressure hose reels. Compressor Control Panel General Specifications- The panel shall be side mounted and not add more than 6” to the overall width of the assembly. The control panel shall include the following standard features:

• PLC Controller • Remote CO monitor display • Four (4) ASME storage bank gauges • Four (4) ASME storage bank line valves • Compressor master fault light • A NEMA 4 enclosure • Emergency stop switch • Storage inlet CGA fitting with check valve

Page 53: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 53 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

• Selector valve to fill from compressor or fill from storage Standard features controlled / monitored by the PLC interface include:

• Compressor on / off • Compressor final pressure • Compressor oil pressure • Compressor temperature • Automatic condensate drain system • High CO • Securus shutdown and warning • Condensate reservoir full alarm • Inlet filter status • Control panel illumination • Motor overload alarm

Testing and Preparation for Shipment General Requirements- Prior to shipment, the manufacture shall test the complete system including the filling station as an assembled unit. A copy of the manufactures test report and an air quality test report shall accompany the unit’s shipment. An operator’s instruction and maintenance manual shall be supplied with the unit. The manuals shall be as detailed as possible, outlining all operation and maintenance instructions. The manual shall include detailed illustrated drawings along with a complete part listing for all illustrated components. Warning and safety precautions shall be included in the manual. A manufactures nameplate shall be securely affixed to all major modules in a conspicuous location. All equipment shall be new and of current tested design and manufacture. Used and/or refurbished equipment is unacceptable. The manufacturer of the high-pressure compressor shall also be the manufacturer of the breathing air purification system and the cartridge monitoring system. All standard features shall be factory installed and tested as a complete unit, and a copy of the factory test report shall accompany the unit at shipment. The compressor, purification system and storage system shall be rated for 7,000-PSI service. Air system shall be supplied with interconnecting wiring harness, manufactured by Bauer Compressors for ease of operation by truck builder. All interconnecting lines from one module to the other shall be clearly marked and tagged for ease of installation by the truck builder. Piping and Installation Requirements General Requirements- The air system shall be installed to the highest of standards as they apply to this vehicle. All fittings and hoses shall be rated for the maximum allowable pressure that could be encountered, with a 3 to 1 safety factor. All fittings, tubing and hoses shall be corrosion resistant or treated to resist corrosion. No threaded close nipples shall be used. Plugs shall be par stock type hex heads. All piping and tubing shall be blown out with clean, dry air before it is installed. When making up threaded piping joint, the sealant shall be applied to the thread in a manner that will prohibit entry of sealant into the piping system. Pipes or tubes installed, but not connected, shall have the ends enclosed with threaded caps or plugs to prevent the entry of foreign material. All rigid piping compressed air lines shall be secured to a rigid body or chassis component at a minimum of every 16" and within 4" on each side of a coupling or elbow. Rigid piping shall run in an orderly manner with a minimum of bends and elbows. The piping installation shall provide room for maintenance and repairs with easy access panels provided where applicable. Flexible hoses shall be installed in such a manner as to prevent cuts, abrasion, exposure to damage, excessive temperatures, damage from loose equipment, and excessive bending. The hose shall be installed in a manner that permits removal of the hose without removal of major vehicle components or vehicle mounted equipment.

Page 54: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 54 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Surfaces capable of reaching temperatures over 142 degrees F shall be covered with a thermal insulating material or suitable guard to protect the operator, unless such protections affects the operation of component. In those cases a label shall be provided that states "Caution: Hot Surface When Operating". The system shall be designed and constructed to withstand the stresses, vibrations, and other conditions incident to being mounted on a fire apparatus and being used in mobile service. All screws, pins, bolts, or other fasteners whose failure would create a hazardous condition for personnel or equipment shall be equipped with locking devices. Safety wire, self-locking nuts, cotter pins, lock-washers, and liquid locking components shall be acceptable. The entire system shall meet all requirements established by the Occupational Safety and Health Act (OSHA), Department of Transportation (DOT), Compressed Gas Association (CGA), American Society of Mechanical Engineers (ASME), and National Fire Protection Association (NFPA) specifically Pamphlet 1901, Chapter 21. High Pressure Hose Reel- A Hannay model EFH1520-17-18-H6M high pressure hose reel complete with hose and fittings shall be installed, as described in the compartment layout schedule. The hose reel shall be rated for up to 7000 psig working pressure and shall be capable of holding up to 300 feet of high pressure 1/4" I.D. Synflex hose. The hose reel shall have the following features:

• Side disc shall have rolled edges and concentric reinforcing ribs. • Bearing shall support the axle at each end of the reel to provide smooth rotation and eliminate weight on the swivel

joint. • The reel axle shall be full length of the reel. • The swivel joint inlet shall permit the reel to rotate freely while connected.

The reel shall be equipped with a 12-volt DC electric rewind motor with a SDLM-40 circuit breaker and operated by a push-button control located on the compartment adjacent to the reel, easily reached by standing on the ground. A Topwind assembly "C" roller shall be provided to help guide the hose on and off the reel. A HS-3 hose stop shall be provided to prevent the end of the hose from being wound onto the reel. To monitor pressure in the supply line, a gauge and valve shall be furnished at the air control panel. The reel shall be equipped with 300 feet of 1/4" I.D. Parker 520N (Synflex) fill hose rated at 7,000 psi with 20,000 psi maximum burst pressure. The fill hose shall be continuous with no unions, except where coupled with MxM NPT in 316 stainless steel. Synflex hose shall be routed from the reel location to the air source location. The hose end shall have a CGA 347 stainless steel swivel connector and line valve with a bleed-off valve. An orange plastic ball shall be installed on the end of the hose to prevent the hose from retracting past the captive roller device. The hose reel shall be equipped with a flow "fuse" at the inlet of the high pressure flex hose to restrict and/or stop the air flow to prevent hose "whip" in the event of a hose or adapter failure. A bleed valve shall be provided on the supply side next to the reel rewind button to bleed off pressure after each use.

Meets Specification Exactly YES __________ NO __________ If “NO” State location of the signed written Document from the Air System OEM and give a brief explanation below:

Continue to exception # SECTION 6 ROOF DESIGN & COMPONENTS

6.0 ROOF DESIGN Components List

Section 6.0 Roof DesignAdequately Supported for mounted equipment & personnel Yes NoNon-slip Tread plate finish Yes NoNFPA Safety equipment for elevated walking surfaces Yes NoRoof Mounted Equipment Limb Guard Yes NoRoof Access Ladder as specified Yes NoRoof HatchElectric Awnings Yes No

Door Opening- ___" by ___"

Page 55: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 55 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Configuration General Specifications- Roof should be designed to adequately support all required equipment without flexing or indentation. The entire roof shall have a minimum .125" bright aluminum tread plate welded to the perimeter. All seams shall be continuously welded. The tread plate shall be aggressive pattern type meeting NFPA 1901 minimum requirements for a walking surface as required for maintaining roof mounted equipment. Roof should have any necessary safety mechanisms required by NFPA for elevated walking surfaces. Roof Mounted Equipment Limb Guard- The perimeter of the body roof shall be provided with a limb guard that extends above the highest point of the nested light tower or other roof mounted equipment and provide a means for limbs or other overhangs to slide down the length of the tower, minimizing damage potential. The assembly shall be constructed of a minimum .125 aluminum painted to match the body. Roof Access Ladder- A ZICO model RL-2-6 Quic-Ladder shall be installed on the left rear of the body providing access to the roof of the apparatus body. The ladder shall, when deployed, swing out and down providing an angled ascent and descent to the roof. The rungs shall be flat, non-skid cast aluminum type 3" deep x 15-1/2" wide. The handrails shall be 1-1/4" heavy-walled aluminum tubing, covered between rungs by ribbed black neoprene tubing that provides a firm gripping surface. Roof Hatch- A two door roof hatch is desired to provide adequate access to the air compressor components. The roof hatch should be large enough to access the entire compressor and to remove the compressor if necessary. It should include hydraulic hinges and maintain a water tight seal when closed. The hatch should include a manual locking brace to hold the hatch open when in use. An automatic “open door” alarm should activate the interior cab audible and visible “door ajar” alarm when the hatch is open and the parking brake is disengaged. The outward portion of the roof hatch should be constructed of non-slip tread plate and each door should be able to withstand up to 500lbs of weight without flexing or bending when closed. The Exact size and design of the roof hatch will be discussed at the preconstruction conference. Electric Awnings- Provide two (2) Girard 2000, 110 Volt AC powered, Lateral Arm Acrylic Patio Awnings with Direct Response. The electronics shall be recessed into the side of the body. All items requiring maintenance must be accessible. These shall be mounted on both sides covering the maximum length of the body without blocking the flood lighting when deployed. The awning must be protected by a metal cover when fully retracted to protect it from the weather and elements. The color should match the body paint. The Direct Response Electronics system includes easy-to-use controls and a Motion Detection System. The awning controls shall be located in an accessible location to be determined at the preconstruction conference. The awning shall have a system to detect canopy motion, which will be able to prevent wind/weather damage. The awning shall automatically retract when the canopy reaches a certain level of movement. Movement level of the canopy will be visible on the control panel. The 110V motor shall be completely sealed and UL approved. The pitch should be adjusted from 5-degrees to 35-degrees. The Girard awning with direct response should be covered by a limited lifetime warranty. The awning fabric should be Firesist HUV, Ivory (88054). A five (5) year warranty on the fabric and electrical components as well as a lifetime warranty on all other parts should be provided. Awnings should be wired through the Es-Key multiplex system and sound an audible and visual alarm in the cab when the parking brake is released and the awning is not fully stowed. Meets Specification Exactly YES __________ NO __________

If “NO” State location of the signed written Document from the Air System OEM and give a brief explanation below:

Continue to exception # 6.1 MECHANICAL ELEVATING LED LIGHT TOWER

Components List

Configuration General Specifications- A Command Light, part number CL602A-FS, light tower shall be provided for installation on the apparatus. It shall have Six (6) FRC Spectra LED lamp heads. The location of the light tower shall be installed on the rear of the apparatus body roof. The controls shall be installed on the left front compartment on the face of the generator housing

Section 6.1 LED Light TowerCommand Light CL602A-FS designed and installed as specified Yes No

Page 56: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 56 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

panel. The light tower shall extend not less than 130” above the mounting surface and shall extend to full upright position in less than 15 seconds. Nested light tower shall be approximately 44” wide x 74” long x 12” high and weigh approximately 305 pounds. The light provided should be a minimum of 1320 Watts and 120,000 Lumens. Light Tower Construction and Design- The light tower assembly shall be of aluminum construction, with stainless steel shafts and bronze bushings for long life and low maintenance. The electrically controlled unit shall not require usage of the vehicle’s air supply for operation, thereby eliminating the chance for air leaks in the vehicle braking system. Hydraulic or pneumatic type floodlights are not acceptable alternatives to the specified all electric light tower. The light tower shall be tested in wind conditions of 90 mph minimum. Other type floodlights that have not been tested to these conditions are not acceptable. The light tower shall be capable of overhanging the side or back of the vehicle to provide maximum illumination to the vicinity adjacent to the vehicle for the safety of emergency personnel in high traffic conditions. Any tower that is only capable of rotations at the top of a pole is not an acceptable alternative to the specified tower. Light Tower Electrical System- The light tower shall be a two-stage articulating device with a lighting bank on top of the second stage capable of continuous 360 degree rotation. The light shall be elevated by electric linear actuators, one (1) actuator shall elevate the lower stage and one (1) actuator shall adjust the light bank angle from 0 to 110 degrees. Power for the light bank shall be supplied through power collecting rings thus allowing continuous 360 degree rotation in either direction. The lamp bank shall be capable of rotating the bottom two lamps separately from the upper four lamps providing backlighting capability at the discretion of the operator. The tower base shall have a light that illuminates the envelope of motion during any movement of the light tower mast as required by NFPA1901. Warning System- A textual message reading "TOWER UP" shall appear scrolling across the bottom of UltraView display screen warning that the tower is not fully nested. The Tower up should also trigger the interior audible and an amber visual warning in the cab. Light Tower Control- The light tower shall be controlled with a hand-held 15 foot umbilical line remote control. The storage station for the remote control unit shall be equipped with a button to activate the “Auto-Park” automatic nesting feature. The controls on the remote box shall be:

• Three (3) switches, one (1) for each light bank. • One (1) light bank rotation switch. • One (1) switch for elevating lower and upper stage. • One (1) indicator light to indicate when light bank is out of roof nest position. • One (1) indicator light to indicate when light bank is rotated to proper nest position. • One (1) back light rotation switch.

Configuration – Light should be configured as pictured with the specified light heads (See general specifications above). The exact configuration will be discussed at the preconstruction conference.

Picture for Reference Purposes Only

Meets Specification Exactly YES __________ NO __________ If “NO” State location of the signed written Document from the Air System OEM and give a brief explanation below:

Continue to exception #

Page 57: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 57 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL. SECTION 7 PAINT AND DECALS 7.0 PAINT

Components List

Configuration Painted Components- All exposed metal surfaces; not being chrome plated, aluminum tread plate, or stainless steel trim should be thoroughly sanded, cleaned and prepared to meet the paint manufacturer’s recommendations prior to painting. Robinson rollup doors should not be painted. All removable items such as handrails, brackets, compartment doors, door hinges, trim, etc. should be removed and painted separately to insure finish paint behind all mounted items. Body assemblies that cannot be finish painted after assembly should be finish painted before assembly. Chassis frame and under carriage components should also be finish painted black prior to the installation of wiring and air lines. Colors- Paint colors will be two-tone black over red and match the most current GCFES apparatus. Red and black paint colors will be selected at the preconstruction conference. Paint samples should be provided. Both cab and body should be painted to allow for an identical color match finish. The cab should be painted black from the bottom of the window line up and including the cab roof. The body exterior should be painted red with black on the portion above the compartment doors (exact paint scheme to be determined at preconstruction conference). The interior of stainless steel and aluminum bodies should have a natural finish. Warranty- All red and black paint should be Dupont series #6000 or equal for good chemical and solvent resistance together with exceptional toughness that resists marring and stone chipping plus lower maintenance costs. Gwinnett County will only consider the highest quality paints available and should carry no less than a full 10 year warranty against chipping, flaking, fading or any other issues that may arise from poor quality paint or application. The proposer will take full responsibility for problems resulting from poor quality paint and/or decals including the application thereof. Finish- All body and cab painted surfaces should be buffed to a deep mirror finish. All paint and finish work should be fire apparatus quality and should meet the approval of the Fire Chief or his representative at the final inspection. Proposal should include a detailed description of the OEM’s paint process, product quality and warranty.

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception # 7.1 DECALS

Components List

Section 7.0 PaintAll Exposed Metal Painted as specified Yes NoAll paintable attached items painted separately Yes NoChassis frame and undercarriage painted black Yes NoColors will match current GCFES paint scheme Yes NoPaint Brand Name Offered __________________ Yes No

Warranty Period __________________ Yes NoIs this a prorated warranty? Yes No

Guaranteed mirror finish Yes No

Section 7.1 DecalsDecals as specified Yes NoDescription of Paint Process, Quality and Warranty Included in Proposal Yes No

Page 58: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 58 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Configuration Dealer Information- For any information regarding the decals used by Gwinnett County contact AKO Signs at:

AKO Signs Kris Middleton [email protected] Office: (706) 548-5389 Mobile: (706) 614-1131 1625 Oconee Street Athens, Georgia 30605

Decals General- All decals should match the most current GCFES units unless otherwise approved by a GCFES representative. All lettering should be gold 3M #680-64 or #580-64 Scotchlite reflective with black shadowed stick-on-vinyl unless otherwise specified. All black vinyl material should be 3M 180-12 ControltacTM. All red material used should be 3M Scotchlite #680-72 or #580-72. Silk screen or thermal printing processes to place the black shadow onto the gold Scotchlite may be considered but must be approved by Gwinnett County at preconstruction conference. If possible, proposer may provide a sample with proposal. 3M Scotchlite striping should be provided 360 degrees around the vehicle as indicated. Striping on sides of body (with Robinson rollup doors or hinged doors) should consist of ¼” wide black stripe, one slat width of gold, one slat width of black, three slats widths of gold, one slat width of black, one slat width of gold, and ¼” wide black stripe. Exact striping layout should match existing Gwinnett County apparatus and will be finalized at the preconstruction conference. A ¾” wide gold Scotchlite stripe should be applied to the cab and body to separate the red / black paint break. All apparatus should be identified by fire station assignment with 17” high gold Scotchlite numbers with ¼” black outline. These numbers should be applied to the rear compartment on the driver and officer sides as well as the rear Robinson roll-up doors. The numbers should also be applied to the front of the cab and rear of the body. An additional 20” high number with the Letters “A&L” should be installed on the cab roof. The station assignment numbers should be provided prior to construction. Assignment numbers will not exceed two characters per position. Front Bumper- Provide 3M Scotchlite retro-reflective material on the face of the front severe duty bumper in six inch wide strips alternating lime – yellow and red in an inverted “V” pattern chevron. The reflective material should be mounted to a smooth surface that has been prepared per the reflective material manufacturer’s guideline. The specifications for the barricade pattern are:

• Lime-yellow background material: #M Scotchlite Diamond Grade Fluorescent LDP Reflective Sheeting #3963 or (updated #3983) Yellow Green.

• Red 6-inch diagonal stripes: Scotchlite Electronic Cuttable Film #1172 Red. • 1160 Protective Overlay Film. (This is like putting Teflon over the reflective film, making it easier to clean. • 880i (ink) clear edge seal. (This should keep the dirt out of the first row of cells at the edge of the sheeting.)

Cab Front- Space permitting, the front of cab between the windshield and the grill should be lettered in 3” inch high or larger helvetica style to match existing vehicles. This item may be discussed at preconstruction conference. “GWINNETT” Doors- The front cab doors should be lettered in 3” inch high helvetica style to match existing vehicles. “GWINNETT FIRE” A set of 1” black numbers will be supplied with up to 8 digits that will be placed on the driver’s door and the rear of the unit near the license plate. The exact numbers will be identified prior to delivery. These numbers will identify the Gwinnett Fleet Management ID number. A set of 3” gold on black numbers should be supplied with up to 5 digits that will be installed on each side of the rear cab doors (exact location to be determined at preconstruction conference). The exact numbers will be identified prior to delivery. These numbers will identify the Georgia Medical First Response Unit number The lower portion of all cab interior door panels should have a minimum of 245 square inches of red and white reflective material on each door. There should be a reflective red stop sign with white lettering. The sign should measure at least 18” by 18”.

Page 59: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 59 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Body- “GWINNETT AIR & LIGHT” in gold reflective lettering approximately 8” high or larger as space will allow with red outline shadow should be installed on the body sides above the exterior compartments. Two (2) Star of Life decals should be installed in this area. These decals must adhere to a flat surface. The exact size and placement of these decals will be approved prior to construction. Body Rear- The rear of the body should be chevron matching the front bumper and meeting NFPA reflective requirements. A “KEEP BACK 500 FEET” sign in approximately 3” letters should be provided on the rear of the vehicle. Use a white Scotchlite back ground with Red Scotchlite letters.

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception

SECTION 8 MANUALS & LOOSE EQUIPMENT 8.0 MANUALS

Components List

Configuration All manuals furnished will be fully comprehensive shop type overhaul and troubleshooting service manuals. All manuals must be current for the model and series of components that are installed in the vehicle. Three (3) sets will be provided per purchase order and one (1) per vehicle produced unless otherwise stated. OEM will also provide two (2) electronic copies on CD per P.O. OEM Manuals must be provided and include all essential and relevant information concerning the chassis, body, and other OEM specific components. OEM created manuals provided must contain all of the following information:

• Trouble Shooting Manuals • Service Manuals including Mechanic Tips • Operation Manuals • Parts Manuals • Warranty Papers

The following manuals must be provided for the specified Allison EVS transmission, Cummins Engine, Hale Pump, Paint, Decal and any other components as available through the component manufacture:

• Trouble Shooting Manuals • Mechanic Tips Manuals • Operator Manuals • Warranty Papers

Two (2) sets total of EXACT (AS INSTALLED) wiring diagrams in 11” X 17” format and two digital CD copies per purchase order for the apparatus builders DC system. Note: Each purchase order for multiple units should produce identical wiring layouts and thus identical diagrams for each individual unit produced. Any additional units provided from the same annual contract should also produce similar or identical schematics unless changes were approved by Gwinnett County.

Section 8.0 ManualsPaper Manuals in Binders (Three per P.O plus One (1) per unit produced) Yes NoOEM manuals and Warranties Yes NoAll component manuals provided by third parties (i.e. Cummins Engine, Allison Transmission, Bauer compressor, Fill Station, etc…) Yes NoElectronic copy of provided paper manuals on CD (Two per P.O.) Yes No

Page 60: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 60 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

Any other pertinent and necessary manuals requested by Gwinnett County should be provided. Meets Specification Exactly YES __________ NO __________

Explanation if “NO”:

Continue to exception # 8.1 LOOSE EQUIPMENT Components List

Configuration Wheel Chocks- Two (2) Ziamatic #SAC-44-E wheel blocks and two (2) SQCH-44-H wheel block holders should be provided. The holder should be mounted securely in the driver’s rear wheel area underneath the body as instructed by Ziamatic in a location to be decided at preconstruction conference.

Meets Specification Exactly YES __________ NO __________ Explanation if “NO”:

Continue to exception #

Section 8.1 Loose EquipmentTwo (2) wheel chocks (Model # Ziamatic #SAC-44-E) Yes No

Page 61: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 61 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL. SECTION 9 QUESTIONNAIRE, WARRANTY AND PARTS 9.0 QUESTIONNAIRE

This questionnaire must be answered COMPLETELY-for each proposal submitted and will be used to assist in evaluating the proposals. Proposals that do not include this questionnaire may be considered as incomplete and are subject to rejection. This questionnaire should be completed in black ink, hand printed or typed. 1) Earliest delivery date for vehicle?

2) Chassis and Body OEM?

3) Number of years this OEM has been in business under its current ownership?

4) Location of apparatus construction?

5) Number of years that the OEM has been in continuous operation under the current business name?

6) List the number of full time licensed engineers employed by the OEM that are dedicated solely to fire apparatus.

7) Proposed chassis model?

8) Year that this chassis design was initially marketed?

9) Total number of this type of apparatus manufactured since the design was initially marketed?

10) Total number of this type and model of apparatus delivered in 2013? ____ 2014? ____ 2015? ____

11) Cab construction material?

12) Cab: Construction material gauge thickness?

13) Cab: Type of construction?

14) Cab: Substructure material?

15) Body: Construction material?

16) Body construction material gauge thickness?

17) Body: Type of construction?

18) Body: Substructure material?

19) State the total cubic feet of exterior compartment storage space as proposed and indicate the mathematical formula that

you used to calculate the stated cubic feet of space of compartments.

20) Tread plate over lay gauge thickness?

21) Are any composite or plastic materials used in cab construction, either inside or outside? _____ If so, where and why?

22) List any accessories or features that are standard on apparatus or that are being provided in addition to those requested in specifications:

23) Does the apparatus you are bidding fully comply with the latest NFPA requirements? _____ If not, how and why not?

Page 62: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 62 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

24) Does the OEM have a Local Dealer or Representative? ______ If so, who?

Name: Address: Number of Years’ Experience:____ State the number of years continuously representing this OEM? ___

25) Who will provide warranty repairs for this vehicle?

Name: Address: Number of Years’ Experience:

26) Location of OEM's or dealer's service facility?

27) If not at the OEM’s or dealer’s facility, where will warranty repairs be performed when not by Gwinnett County Fleet Management?

28) Will the OEM and Dealer authorize Gwinnett County Fleet Management to provide warranty work?

29) If so, is there any warranty work that Gwinnett County Fleet Management will not be authorized to perform?

30) How many square feet of floor space is dedicated to apparatus service at the dealer’s service facility?

31) Does the service facility provide a secure storage area for apparatus if it is not stored in the service building? Describe:

32) Do you agree to provide adequate insurance coverage and assume all responsibilities for the apparatus while it is at your

facility or at any time your employees or sub-contractors are operating or repairing the vehicle? YES or NO (Circle One)

33) Number of full time EVT certified service technicians? _______ List and additional qualifications or certifications the

technician(s) may hold:

34) Number of road service vehicles?

35) Type of road service vehicles? 36) Dollar value of replacement and repair parts stocked on service truck? 37) List any other services or capabilities that your company may offer?

38) State amount of time in hours before OEM or dealer will dispatch service personnel to any requests for warranty repairs?

39) State amount of time in hours before OEM or dealer will dispatch service personnel to any requests for service?

Page 63: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 63 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL. 9.1 WARRANTY AND PARTS

Basic Bumper to Bumper Warranty- The basic bumper to bumper vehicle warranty should be two (2) years and unlimited miles. The warranty should begin when the delivery and training of Fire Apparatus, Fire Academy and Fleet Personnel has been completed. A sample of the warranty should be provided with the proposal. During the warranty period, the successful proposer should agree to provide all parts for repairs to these vehicles locally or by overnight express delivery. The intent of this requirement is to assure that all necessary parts are available without delay and prevent vehicle down time. Warranty Exclusions- The dealer, vehicle OEM, and/or any other authorized OEM representative shall not limit any expressed or implied warranties of merchantability or fitness for a particular purpose. Frame Rails- The chassis frame rails and cross members should be warranted from cracks and failure for lifetime. A sample of the warranty should be provided with the proposal. Engine- As stated in section 2.0 Transmission- The Allison transmission should be warranted for five (5) years, unlimited mileage, 100% parts and labor through either standard coverage or by extended warranties purchased from the engine manufacturer. A sample of the warranty should be provided with the proposal. Cab- The cab should be warranted against structural defects for ten (10) years minimum, with unlimited mileage. A sample of the warranty should be provided with the proposal. Body- The body should be free of structural failures caused by defective design, materials or workmanship for a warranty period of ten (10) years, unlimited mileage. Defective parts under the warranty should be repaired or replaced without charge to the original purchaser. A sample of the warranty should be provided with the proposal. Paint- Paint warranty should be full 10 year warranty against chipping, flaking, fading or any other issues that may arise from poor quality paint or application. Decals- Standard OEM warranty. Air Compressor- A minimum two (2) year and unlimited hour warranty should be provided for the breathing air compressor system, fill station and related components. The warranty should cover all costs for parts and labor for mechanical issues and failures resulting from product installation, component failure and/or manufacturing defects at a minimum. A full warranty description should be provided. Other Provided Warranties- The warranties listed above are a minimum standard and other warranties may apply. OEMS should provide all warranty statements for all applicable OEM, dealer, and third party component manufacturer warranties. All provided warranties should be listed in the spaces provided in the lines below. Parts Availability- Gwinnett County requires dependable and readily available parts on all vehicles. It is understood that parts supplied by third party component manufactures are subject to a supply chain delay that may not be within the control of the vehicle OEM. However, Gwinnett County requests a guaranteed lead time on all proprietary OEM parts. The requested lead time for all custom parts is no more than 15 days. The requested lead time for all non-proprietary parts is no more than 3 days (subject to the third party supply chain). FILL OUT THE FOLLOWING STATEMENT: The average lead time currently for proprietary OEM parts is _____ days from the date of customer request. The guaranteed lead time for OEM proprietary parts is _______days from the date of customer request. If these part(s) are delayed for any reason, the dealer agrees to provide the part(s) for a discounted price. The part(s) will be discounted 1% per day following the last day of the guaranteed lead time stated above up to a maximum of ____% or _____ days unless otherwise agreed upon by Gwinnett County Fleet Services and Gwinnett County Fire and Emergency Services. The average lead time currently for non-proprietary parts is _____ days from the date of customer request. The guaranteed lead time for non-proprietary parts is _______days from the date of customer request. If these part(s) are delayed for any reason, the dealer agrees to provide the part(s) for a discounted price. The part(s) will be discounted 1% per day following the last day of the guaranteed lead time stated above up to a maximum of ____% or _____ days unless otherwise agreed upon by Gwinnett County Fleet Services and Gwinnett County Fire and Emergency Services.

Page 64: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 64 FAILURE TO RETURN THIS PAGE AS PART OF YOUR PROPOSAL DOCUMENT MAY RESULT IN REJECTION OF PROPOSAL.

The OEM and dealer must provide an official written document upon vehicle delivery which includes the information stated above. A draft of the document should be included within the response to this RFP. Any unforeseen break in the supply chain that may cause delays in third party components should be communicated as soon as the OEM and/or dealer is made aware. Exceptions to the penalty stated above will be considered on a case by case base basis and be at the sole discretion of Gwinnett County Fleet Services and/or Gwinnett County Fire and Emergency Services.

Section 9.1 Warranty and Parts

A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)A warranty covering ___________________________________ is provided for ___ Years ___ Miles ___ Hours or Lifetime (Circle if lifetime)OEM/Dealer/ Authorized Representative agrees that they will not limit any expressed or implied warranties of merchantability or fitness for a particular purpose. Yes No

Authorized Representative Signature ____________________________________

A sample of the Parts Availability Statement is included in RFP and an identical official agreement will be included in the final agreement. Yes No

Authorized Representative Signature ____________________________________

List all warranties provided below and provide warranty statements within the response notebook

Page 65: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

Page 65

FAILURE TO RETURN THIS AND THE NEXT PAGE IN A SEPARATELY SEALED ENVELOPE MAY RESULT IN THE REJECTION OF THE PROPOSAL. PROPOSAL FEE SCHEDULE

Note: If service provider is submitting pricing for both units, the scoring methodology will be based on the lowest unit price of the item #1 or #2. If the service provider is only submitting one price, then the scoring methodology will be based on the unit price submitted.

Certification of Non-Collusion in Bid Preparation Signature Date

Gwinnett County requires pricing to remain firm for the duration of the initial term of the contract. Failure to hold firm pricing for the initial term of the contract will be sufficient cause for Gwinnett County to declare quote non-responsive. Contract to begin upon award.

If an annual percentage increase will be a part of this proposal, please note this in the space provided together with an explanation. Option 1: _________________________________________________________________________________________________________________________

Termination for Cause: The County may terminate this agreement for cause upon ten days prior written notice to the contractor of the contractor’s default in the performance of any term of this agreement. Such termination shall be without prejudice to any of the County’s rights or remedies by law. Termination for Convenience: The County may terminate this agreement for its convenience at any time upon 30 days written notice to the contractor. In the event of the County’s termination of this agreement for convenience, the contractor will be paid for those services actually performed. Partially completed performance of the agreement will be compensated based upon a signed statement of completion to be submitted by the contractor, which shall itemize each element of performance. In compliance with the attached specifications, the undersigned offers and agrees, if this quote is accepted by the Board of Commissioners within one hundred twenty (120)

days of the date of proposal opening, to furnish any or all of the items upon which prices are quoted, at the price set opposite each item, delivered to the designated point(s) within the time specified in the fee schedule. Legal Business Name (If your company is an LLC, you must identify all principals to include addresses and phone numbers in your submittal) Federal Tax ID Address

Does your company currently have a location within Gwinnett County? Yes No Representative Signature Printed Name Telephone Number Fax Number E-mail address

Item # Quantity Description Days to Delivery ARO Unit Price Total Price

1. 1 Custom Air & Light Unit With Kenworth Chassis as specified $ $

2. 1 Custom Air & Light Unit With Other Proposed Chassis $ $

Page 66: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 66

Failure to return this page as part of the proposal document may result in the rejection of proposal.

REFERENCES 1. Company Name Brief Description of Project Completion Date Contact Person Telephone Facsimile E-Mail Address 2. Company Name Brief Description of Project Completion Date Contact Person Telephone Facsimile E-Mail Address 3. Company Name Brief Description of Project Completion Date Contact Person Telephone Facsimile E-Mail Address

COMPANY NAME ___________________________________________________________________

Page 67: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 67

PROFESSIONAL SERVICES INSURANCE REQUIREMENTS (For projects more than $5,000,000 but less than $10,000,000)

Any contracts over $10,000,000 must be submitted to the Insurance Manager for insurance requirements. 1. Statutory Workers' Compensation Insurance

(a) Employers Liability: Bodily Injury by Accident - $100,000 each accident Bodily Injury by Disease - $500,000 policy limit Bodily Injury by Disease - $100,000 each employee

2. Commercial General Liability Insurance

(a) $1,000,000 limit of liability per occurrence for bodily injury and property damage (b) The following additional coverage must apply:

1986 (or later) ISO Commercial General Liability Form Dedicated Limits per Project Site or Location (CG 25 03 or CG 25 04) Additional Insured Endorsement (Form B CG 20 10 with a modification for completed operations or a separate

endorsement covering Completed Operations) Blanket Contractual Liability Broad Form Property Damage Severability of Interest Underground, explosion, and collapse coverage Personal Injury (deleting both contractual and employee exclusions) Incidental Medical Malpractice Hostile Fire Pollution Wording

3. Auto Liability Insurance

(a) $500,000 limit of liability per occurrence for bodily injury and property damage (b) Comprehensive form covering all owned, non-owned, leased, hired, and borrowed vehicles (c) Additional Insured Endorsement (d) Contractual Liability

4. Professional Liability Insurance - $5,000,000 (project specific for the Gwinnett county project) limit of liability per claim/aggregate or a limit of $1,000,000 per occurrence and $2,000,000 aggregate.

Insurance company must be authorized to do business in the State of Georgia. Dedicated Limits per Project Site or Location (CG 25 03 or CG 25 04 or some other form)

Coverage which meets or exceeds the minimum requirements shall be maintained, purchased annually, in full force and effect until three (3) years past completion of the entire construction phase unless such coverage becomes unavailable in the market on a commercially reasonable basis, in which case the ENGINEER shall notify the Insurance Manager. If the Director of the Department for which the ENGINEER is doing the work and the Insurance Manager both agree that such coverage is not commercially reasonably available (such agreement not to be unreasonable upheld, the ENGINEER may for the period such coverage is not commercially reasonably available, elect not to provide such coverage.

5. Gwinnett County Board of Commissioners (and any applicable Authority) should be shown as an additional insured on General Liability and Auto Liability policies.

6. The cancellation should provide 10 days notice for nonpayment and 30 days notice of cancellation. 7. Certificate Holder should read:

Gwinnett County Board of Commissioners 75 Langley Drive Lawrenceville, GA 30046-6935

8. Insurance Company, except Worker' Compensation carrier, must have an A.M. Best Rating of A-10 or higher. Certain Workers'

Comp funds may be acceptable by the approval of the Insurance Unit. European markets including those based in London and

Page 68: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 68

domestic surplus lines markets that operate on a non-admitted basis are exempt from this requirement provided that the contractor’s broker/agent can provide financial data to establish that a market is equal to or exceeds the financial strengths associated with the A.M. Best’s rating of A-10 or better.

9. Insurance Company should be licensed to do business by the Georgia Department of Insurance.

*See above note regarding Professional Liability 10. Certificates of Insurance, and any subsequent renewals, must reference specific bid/contract by project name and project/bid number. 11. The Contractor shall agree to provide complete certified copies of current insurance policy (ies) or a certified letter from the insurance

company (ies) if requested by the County to verify the compliance with these insurance requirements. 12. All insurance coverage required to be provided by the Contractor will be primary over any insurance program carried by the County. 13. Contractor shall incorporate a copy of the insurance requirements as herein provided in each and every subcontract with each and

every Subcontractor in any tier, and shall require each and every Subcontractor of any tier to comply with all such requirements. Contractor agrees that if for any reason Subcontractor fails to procure and maintain insurance as required, all such required Insurance shall be procured and maintained by Contractor at Contractor's expense.

14. No Contractor or Subcontractor shall commence any work of any kind under this Contract until all insurance requirements contained

in this Contract have been complied with and until evidence of such compliance satisfactory to Gwinnett County as to form and content has been filed with Gwinnett County. The Acord Certificate of Insurance or a preapproved substitute is the required form in all cases where reference is made to a Certificate of Insurance or an approved substitute.

15. The Contractor shall agree to waive all rights of subrogation against the County, the Board of Commissioners, its officers, officials,

employees, and volunteers from losses arising from work performed by the contractor for the County. 16. Special Form Contractors’ Equipment and Contents Insurance covering owned, used, and leased equipment, tools, supplies, and

contents required to perform the services called for in the Contract. The coverage must be on a replacement cost basis. The County will be included as a Loss Payee in this coverage for County owned equipment, tools, supplies, and contents.

17. The Contractor shall make available to the County, through its records or records of their insurer, information regarding a specific

claim related to any County project. Any loss run information available from the contractor or their insurer relating to a County project will be made available to the County upon their request.

18. Compliance by the Contractor and all subcontractors with the foregoing requirements as to carrying insurance shall not relieve the

Contractor and all Subcontractors of their liability provisions of the Contract. 19. The Contractor and all Subcontractors are to comply with the Occupational Safety and Health Act of 1970, Public Law 91-956, and any

other laws that may apply to this Contract. 20. The Contractor shall at a minimum apply risk management practices accepted by the contractors’ industry. Surety Bonds (If Required) All of the surety requirements will stay the same except the Surety Company must have the same rating as item 8 above.

Rev 06/11

Page 69: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 69

GENERAL CONDITIONS

To Service Provider AGREEMENT

Article 1 Definitions 2 Contract Documents 3 Changes and Extra Work 4 Personnel and Equipment 5 Accuracy of Work 6 Findings Confidential 7 Termination of Agreement for Cause 8 Termination for Convenience of the COUNTY 9 SERVICE PROVIDER to Cooperate with other SERVICE PROVIDERS

10 Indemnification 11 Covenant Against Contingent Fees 12 Insurance 13 Prohibited Interests 14 Subcontracting 15 Assignability 16 Equal Employment Opportunity 17 Anti-Kickback Clause 18 Audits and Inspectors 19 Ownership, Publication, Reproduction and Use 20 Verbal Agreement or Conversation 21 Independent Service provider 22 Notices

Page 70: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 70

1 DEFINITIONS Wherever used in this Agreement, whether in the singular or in the plural, the following terms shall have the following meanings:

1.1 COUNTY-means Gwinnett County, Georgia, a political subdivision of the State of Georgia.

1.2 SUPPLEMENTAL AGREEMENT-means a written order to SERVICE PROVIDER signed by COUNTY and accepted by SERVICE PROVIDER, effecting an addition, deletion or revision in the Work, or an adjustment in the Agreement Price or the Contract Time, issued after execution of this Agreement.

1.3 CONTRACT-means the Agreement Documents specifically identified and incorporated herein by reference in

Section 2, CONTRACT DOCUMENTS.

1.4 AGREEMENT EXECUTION-means the date on which SERVICE PROVIDER executes and enters into an Agreement with the COUNTY to perform the Work.

1.5 AGREEMENT PRICE-means the total monies, adjusted in accordance with any provision herein, payable to the

SERVICE PROVIDER under this Agreement.

1.6 CONTRACT TIME-means the period of time stated in this Agreement for the completion of the Work.

1.7 SERVICE PROVIDER-means the party or parties contracting directly with the COUNTY to perform Work pursuant to this Agreement.

1.8 DEPARTMENT- means the Director or designee of requesting department(s) named in this solicitation.

1.9 DRAWINGS-means collectively, all the drawings, receipt of which is acknowledged by the COUNTY, listed in

this Agreement, and also such supplementary drawings as the SERVICE PROVIDER may issue from time to time in order to clarify or explain such drawing or to show details which are not shown thereon.

1.10 SPECIFICATIONS-means the written technical provisions including all appendices thereto, both general and

specific, which form a part of the Agreement Documents.

1.11 SUBSERVICE PROVIDER-means any person, firm, partnership, joint venture, company, corporation, or entity having a contractual agreement with SERVICE PROVIDER or with any of its subservice providers at any tier to provide a part of the Work called for by this Agreement.

1.12 WORK-means any and all obligations, duties and responsibilities, including furnishing equipment, engineering,

design, workmanship, labor and any other services or things necessary to the successful completion of the Project, assigned to or undertaken by SERVICE PROVIDER under this Agreement.

1.13 LIAISON-Representative of the COUNTY who shall act as Liaison between the County and the SERVICE

PROVIDER for all matters pertaining to this Agreement, including review of SERVICE PROVIDER'S plans and work.

2 CONTRACT DOCUMENTS

2.1 LIST OF DOCUMENTS

The Agreement, any required bonds, the General Conditions, the Appendices, the Detailed Scope of Work, the Specifications, the Drawings, the Exhibits, and all Agreement Supplemental Agreements shall constitute the Agreement Documents.

Page 71: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 71

2.2 CONFLICT AND PRECEDENCE

2.2.1 The Agreement Documents are complementary, and what is called for by one is as binding as if called for by all. In the event there are any conflicting provisions or requirements in the component parts of this Agreement, the several Agreement Documents shall take precedence in the following order:

1. Supplemental Agreements 2. Agreement 3. General Conditions 4. Detailed Scope of Work 5. Specifications 6. Drawings

3 CHANGES AND EXTRA WORK The COUNTY may, at any time, request changes in the work to be performed hereunder. All such changes, including any increase or decrease in the amount of the SERVICE PROVIDER'S compensation, which are mutually agreed upon by and between the COUNTY and the SERVICE PROVIDER, shall be incorporated in written Supplemental Agreements to the Agreement. 4 PERSONNEL AND EQUIPMENT The SERVICE PROVIDER represents that it has secured or will secure, at its own expense, all personnel necessary to complete this Agreement; none of whom shall be employees of, or have any contractual relationship with, the COUNTY. Primary liaison with the COUNTY will be through its designee. All of the services required hereunder will be performed by the SERVICE PROVIDER under its supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under law to perform such services. The SERVICE PROVIDER shall employ only persons duly registered in the appropriate category in responsible charge of supervision and design of the work; and further shall employ only qualified surveyors in responsible charge of any survey work. The SERVICE PROVIDER shall endorse all reports, contract plans, and survey data. Such endorsements shall be made by a person duly registered in the appropriate category by the Georgia State Board of Registration, being in the full employ of the SERVICE PROVIDER and responsible for the work prescribed by this Agreement. 5 ACCURACY OF WORK The SERVICE PROVIDER shall be responsible for the accuracy of the work and shall promptly correct errors and omissions in its plans and specifications without additional compensations. Acceptance of the work by the COUNTY will not relieve the SERVICE PROVIDER of the responsibility for subsequent correction of any errors and the clarification of any ambiguities. 6 FINDINGS CONFIDENTIAL The SERVICE PROVIDER agrees that its conclusions and any reports are for the confidential information of the COUNTY and that it will not disclose its conclusions in whole or in part to any persons whatsoever, other than to submit its written documentation to the COUNTY, and will only discuss the same with it or its authorized representatives. Upon completion of this Agreement term, all documents, reports, maps, data and studies prepared by the SERVICE PROVIDER pursuant thereto shall become the property of the COUNTY and be delivered to the DEPARTMENT. Articles, papers, bulletins, reports, or other materials reporting the plans, progress, analyses, or results and findings of the work conducted under this Agreement shall not be presented publicly or published without prior approval in writing of the COUNTY.

Page 72: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 72

It is further agreed that if any information concerning the PROJECT, its conduct, results, or data gathered or processed should be released by the SERVICE PROVIDER without prior approval from the COUNTY, the release of same shall constitute grounds for termination of this Agreement without indemnity to the SERVICE PROVIDER, but should any such information be released by the COUNTY or by the SERVICE PROVIDER with such prior written approval, the same shall be regarded as public information and no longer subject to the restrictions of this Agreement. 7 TERMINATION OF AGREEMENT FOR CAUSE If through any cause the SERVICE PROVIDER shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the SERVICE PROVIDER shall violate any of the covenants, agreements or stipulations of this Agreement, the COUNTY shall thereupon have the right to terminate this Agreement by giving written notice to the SERVICE PROVIDER of such termination, and specifying the effective date thereof, at least ten (10) days before the effective date of such termination. Failure to maintain the scheduled level of effort as proposed and prescribed, or deviation from the aforesaid scheduler without prior approval of the COUNTY shall constitute cause for termination. In such event, all finished or unfinished documents, maps, data, studies, work papers and reports prepared by the SERVICE PROVIDER under this Agreement shall become the property of the COUNTY, and the SERVICE PROVIDER shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents, as determined by the COUNTY.

8 TERMINATION FOR CONVENIENCE OF THE COUNTY

The COUNTY may terminate this Agreement for its convenience at any time upon 30 days notice in writing to the SERVICE PROVIDER. If the Agreement is terminated by the COUNTY as provided in this Article 8, the SERVICE PROVIDER will be paid compensation for those services actually performed. Partially completed tasks will be compensated for based on a signed statement of completion to be submitted by the SERVICE PROVIDER which shall itemize each task element and briefly state what work has been completed and what work remains to be done. All such expenses shall be properly documented and submitted to the COUNTY for processing and payment. The County shall be the final authority in the event of any disputes over authorized costs between the COUNTY and the Service Provider. 9 SERVICE PROVIDERS TO COOPERATE WITH OTHER SERVICE PROVIDERS If the COUNTY undertakes or awards other contracts for additional related work, the SERVICE PROVIDER shall fully cooperate with such other SERVICE PROVIDERS and the COUNTY employees or appointed committee(s), and carefully fit its own work to such additional work as may be directed by the COUNTY. The SERVICE PROVIDER shall not commit or permit any act which will interfere with the performance of work by any other SERVICE PROVIDER or COUNTY employees. 10 INDEMNIFICATION SERVICE PROVIDER agrees to protect, defend, indemnify, and hold harmless the COUNTY, its commissioners, officers, agents and employees from and against any and all liability, damages, claims, suits, liens, and judgments, for whatever nature, including claims for contribution and/or indemnification, for injuries to or death of any person or persons, or damage to the property or other rights of any person or persons to the extent arising out of and attributed to the negligent acts, errors or omissions of the SERVICE PROVIDER. SERVICE PROVIDER'S obligation to protect, defend, indemnify, and hold harmless, as set forth herein above shall include any matter arising out of any patent, trademark, copyright, or service mark, or any actual or alleged unfair competition disparagement of product or service, or other business tort of any type whatsoever, or any actual or alleged violation of trade regulations. SERVICE PROVIDER further agrees to protect, defend, indemnify, and hold harmless the COUNTY, its commissioners, officers, agents, and employees from and against any and all claims or liability for compensation under the Worker's Compensation Act arising out of injuries sustained by any employee of the SERVICE PROVIDER. 11 COVENANT AGAINST CONTINGENT FEES The SERVICE PROVIDER warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide

Page 73: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 73

employees or bona fide established commercial or selling agencies maintained by SERVICE PROVIDER for the purpose of securing business and that the SERVICE PROVIDER has not received any non-COUNTY fee related to this Agreement without the prior written consent of the COUNTY. For breach or violation of this warranty, the COUNTY shall have the right to annul this Agreement without liability or at its discretion to deduct from the Agreement Price of consideration the full amount of such commission, percentage, brokerage or contingent fee. 12 INSURANCE The SERVICE PROVIDER shall, at all times that this Agreement is in effect, cause to be maintained in force and effect an insurance policy (s) that will ensure and indemnify both GWINNETT COUNTY and SERVICE PROVIDER against liability or financial loss resulting from injuries occurring to persons or property or occurring as a result of any negligent error, act, or omission of the SERVICE PROVIDER during the term of this Agreement. The liability under such insurance policy shall be not less than as stated in the Bid Proposal. The SERVICE PROVIDER shall provide, at all times that this Agreement is in effect, Worker's Compensation insurance in accordance with the laws of the State of Georgia. The SERVICE PROVIDER shall provide, at all times that this Agreement is in effect, Professional Liability Insurance with a limit of not less than that as stated in the Bid Proposal. Additionally, SERVICE PROVIDER shall provide, at all times that this Agreement is in effect, automobile liability insurance with a limit of not less than that as stated in the Bid Proposal. The policies shall be written by a responsible company(s), to be approved by the COUNTY, and shall be non-cancelable except on thirty-(30) days' written notice to the COUNTY. Such policies shall name the COUNTY as additional insured, except for worker's compensation and professional liability policies, and a copy of such policy or a certificate of insurance shall be filed with the Director at the time of the execution of this Agreement. 13 PROHIBITED INTERESTS

13.1 Conflict of Interest: The SERVICE PROVIDER agrees that it presently has no interest and shall acquire no interest, direct or indirect, that would conflict in any manner or degree with the performance of its services hereunder.

13.2 Interest of Public Officials: No member, officer, or employee of the COUNTY during his tenure or for one year

thereafter, shall have any interest, direct or indirect, in this Agreement or the proceeds thereof. 14 SUBCONTRACTING The SERVICE PROVIDER shall not subcontract any part of the work covered by this Agreement or permit subcontracted work to be further subcontracted without the DEPARTMENT's prior written approval of the subservice provider, except as may have been specifically stated in the SERVICE PROVIDER'S response to proposal per Exhibit A. The DEPARTMENT will not approve any subservice provider for work covered by this Agreement that has not been recommended for approval by the Department Director. All subcontracts in the amount of $5,000 or more shall include the provisions set forth in this Agreement. 15 ASSIGNABILITY The SERVICE PROVIDER shall not assign or transfer whether by an assignment or novation, any of its rights, obligations, benefits, liabilities or other interest under this Agreement without the written consent of the COUNTY. 16 EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Agreement, the SERVICE PROVIDER agrees as follows: (1) the SERVICE PROVIDER will not discriminate against any employee or applicant for employment because of race, creed, color, sex or national origin; (2) the

Page 74: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 74

SERVICE PROVIDER will, in all solicitations or advertisements for employees placed by qualified applicants, receive consideration for employment without regard to race, creed, color, sex or national origin; (3) the SERVICE PROVIDER will cause the foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so that such provision will be binding upon each subservice provider, provided that the foregoing provision shall not apply to contracts or subcontracts for standard commercial supplies of raw materials. 17 ANTI-KICKBACK CLAUSE Salaries of architects, draftsmen, technical engineers and engineers, and technicians performing work under this Agreement shall be paid unconditionally and not less often than once a month without deduction or rebate on any account except only such payroll deductions as are mandatory by law. The SERVICE PROVIDER hereby promises to comply with all applicable "Anti-kickback" laws, and shall insert appropriate provisions in all subcontracts covering work under this Agreement. 18 AUDITS AND INSPECTORS At any time during normal business hours and as often as the COUNTY may deem necessary, the CONSULTANT shall make available to the COUNTY for examination all of its records with respect to all matters covered by this Agreement. It shall also permit the COUNTY to audit, examine and make copies, excerpts or transcripts from such records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. The SERVICE PROVIDER shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred on the Project and used in support of its proposal and shall make such material available at all reasonable times during the period of the Agreement, and for three years from the date of final payment under the Agreement, for inspection by the COUNTY or any reviewing agencies, and copies thereof shall be furnished upon request. The SERVICE PROVIDER agrees that the provisions of this Article shall be included in any Agreements it may make with any subservice provider, assignee, or transferee. 19 OWNERSHIP, PUBLICATION, REPRODUCTION AND USE All documents and materials prepared pursuant to this Agreement are the property of the COUNTY. The COUNTY shall have the unrestricted authority to publish, disclose, distribute, and otherwise use, in whole or in part, any reports, data, maps, or other materials prepared under this Agreement without according credit of authorship. The COUNTY shall hold harmless and indemnify the SERVICE PROVIDER against all claims arising out of such use of documents and materials without the SERVICE PROVIDER'S knowledge and consent. 20 VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the COUNTY, either before, during, or after the execution of this Agreement, shall affect or modify any of the terms or obligations herein contained, nor shall such verbal agreement or conversation entitle the SERVICE PROVIDER to any additional payment whatsoever under the terms for this Agreement. All changes to this Agreement shall be in writing and appended hereto as prescribed in Article 3 above. 21 INDEPENDENT SERVICE PROVIDER The SERVICE PROVIDER shall perform the services under this Agreement as an independent service provider and nothing contained herein shall be construed to be inconsistent with this relationship or status. Nothing in this Agreement shall be interpreted or construed to constitute the SERVICE PROVIDER or any of its agents or employees to be the agent, employee, or representative of the COUNTY. 22 NOTICES All notices shall be in writing and delivered in person or transmitted by certified mail, postage prepaid.

Page 75: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 75

ANNUALSERVICE PROVIDER CONTRACT RP003-18

New Air & Light Specialty Apparatus on an Annual Contract

This CONTRACT made and entered into this day of , 20__ by and between Gwinnett County, Georgia (Party of the First Part, hereinafter called the "County"), and, (Party of the Second Part, hereinafter called the "Service Provider"). NOW THEREFORE, for and in consideration of the mutual promises and obligations contained herein and under the conditions hereinafter set forth, the parties do hereby agree as follows: 1. TERM: This contract shall commence , for a one year period with one option to renew for an additional one year period for the Provision of New Light & Air Specialty Apparatus on an Annual contract. 2. ATTACHMENTS: Copies of the Service Provider's proposal, including all drawings, specifications, price lists, Instructions to Bidders, General Conditions, Special Provisions, and Detailed Specifications submitted to the County during the Bid process (hereinafter collectively referred to as the "Bid ") are attached hereto (Exhibit A) and are specifically incorporated herein by reference. In the event of a conflict between the County's contract documents and the Bid, the County's contract documents shall control. 3. PERFORMANCE: Service Provider agrees to furnish all skill and labor of every description necessary to carry out and complete in good, firm and substantial, workmanlike manner, the work specified, in strict conformity with the Bid. 4. PRICE: As full compensation for the performance of this Contract, the County shall pay the Service Provider for the actual quantity of work performed. Bid amount shown on Exhibit A is the total obligation of the County pursuant to OCGA section 36-60-13 (a) (3). The fees for the work to be performed under this Contract shall be charged to the County in accordance with the rate schedule referenced in the Bid (Exhibit A). The County agrees to pay the Service Provider following receipt by the County of a detailed invoice, reflecting the actual work performed by the Service Provider. 5. INDEMNIFICATION AND HOLD HARMLESS: Service Provider agrees to protect, defend, indemnify, and hold harmless the COUNTY, its commissioners, officers, agents and employees from and against any and all liability, damages, claims, suits, liens, and judgments, for whatever nature, including claims for contribution and/or indemnification, for injuries to or death of any person or persons, or damage to the property or other rights of any person or persons to the extent arising out of and attributed to the negligent acts, errors, or omissions of the Service Provider. Service Provider's obligation to protect, defend, indemnify, and hold harmless, as set forth hereinabove shall include any matter arising out of any patent, trademark, copyright, or service mark, or any actual or alleged unfair competition disparagement of product or service, or other business tort of any type whatsoever, or any actual or alleged violation of trade regulations. Service Provider further agrees to protect, defend, indemnify, and hold harmless the COUNTY, its commissioners, officers, agents, and employees from and against any and all claims or liability for compensation under the Worker's Compensation Act arising out of injuries sustained by any employee of the Service Provider. 6. TERMINATION FOR CAUSE: The County may terminate this Contract for cause upon ten (10) days prior written notice to the Service Provider of the Service Provider's default in the performance of any term of this Contract. Such termination shall be without prejudice to any of the County's rights or remedies provided by law. 7 TERMINATION FOR CONVENIENCE: The County may terminate this Contract for its convenience at any time upon 30 days written notice to the Service Provider. In the event of the County's termination of this Contract for convenience, the Service Provider will be paid for those services actually performed. Partially completed performance of the Contract will be compensated based upon a signed statement of completion to be submitted by the Service Provider who shall itemize each element of performance.

Page 76: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 76

8. CONTRACT NOT TO DISCRIMINATE: During the performance of this Contract, the Service Provider will not discriminate against any employee or applicant for employment because of race, creed, color, sex, national origin, age, or disability which does not preclude the applicant or employee from performing the essential functions of the position. The Service Provider will also, in all solicitations or advertisements for employees placed by qualified applicants, consider the same without regard to race, creed, color, sex, national origin, age, or disability which does not preclude the applicant from performing the essential functions of the job. The Service Provider will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this Contract so that such provision will be binding upon each subservice provider, providing that the foregoing provisions shall not apply to contracts or subservice providers for standard commercial supplies of raw materials.

9. ASSIGNMENT: The Service Provider shall not sublet, assign, transfer, pledge, convey, sell or otherwise dispose of the whole or any part of this Contract or his right, title, or interest therein to any person, firm, or corporation without the previous consent of the County in writing. 10. WAIVER: A waiver by either party of any breach of any provision, term, covenant, or condition of this Contract shall not be deemed a waiver of any subsequent breach of the same or any other provision, term, covenant, or condition. 11 SEVERABILITY: The parties agree that each of the provisions included in this Contract is separate, distinct and severable from the other and remaining provisions of this Contract, and that the invalidity of any Contract provision shall not affect the validity of any other provision or provisions of this Contract. 12. GOVERNING LAW: The parties agree that this Contract shall be governed and construed in accordance with the laws of the State of Georgia. This Contract has been signed in Gwinnett County, Georgia. 13. MERGER CLAUSE: The parties agree that the terms of this Contract include the entire Contract between the parties, and as such, shall exclusively bind the parties. No other representations, either oral or written, may be used to contradict the terms of this Contract.

(Signatures Next Page)

Page 77: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18 Page 77

IN WITNESS WHEREOF, the parties hereto, acting through their duly authorized agents, have caused this CONTRACT to be signed, sealed and delivered.

GWINNETT COUNTY, GEORGIA By:

Charlotte J. Nash, Chairman Gwinnett County Board of Commissioners

ATTEST:

Signature

Diane Kemp, County Clerk Board of Commissioners APPROVED AS TO FORM: Signature Gwinnett County Staff Attorney SERVICE PROVIDER: BY:

Signature Print Name Title ATTEST: Signature Print Name Corporate Secretary (Seal)

Page 78: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18; New Air & Light Specialty Apparatus on an Annual Contract Page 78

CODE OF ETHICS AFFIDAVIT (THIS FORM SHOULD BE FULLY COMPLETED AND RETURNED WITH

YOUR SUBMITTAL AND WILL BE REQUIRED PRIOR TO EVALUATION) In accordance with Section 54-33 of the Gwinnett County Code of Ordinances the undersigned bidder/proposer makes the following full and complete disclosure under oath, to the best of his/her knowledge, of the name(s) of all elected officials whom it employs or who have a direct or indirect pecuniary interest in or with the bidder/proposer, its affiliates or its subcontractors:

1. (Company Submitting Bid/Proposal)

2. (Please check one box below) No information to disclose (complete only section 4 below) Disclosed information below (complete section 3 & section 4 below)

3. (if additional space is required, please attach list)

Gwinnett County Elected Official Name Gwinnett County Elected Official Name Gwinnett County Elected Official Name Gwinnett County Elected Official Name

4. Sworn to and subscribed before me this BY: day of , 20

Authorized Officer or Agent Signature Printed Name of Authorized Officer or Agent Notary Public Title of Authorized Officer or Agent of Contractor (seal)

Note: See Gwinnett County Code of Ethics Ordinance EO2011, Sec. 54-33. The ordinance will be available to view in its’ entirety at www.gwinnettcounty.com

7.14.17

Page 79: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

RP003-18; New Air & Light Specialty Apparatus on an Annual Contract Page 79 CONTRACTOR AFFIDAVIT AND AGREEMENT

(THIS FORM SHOULD BE FULLY COMPLETED AND RETURNED WITH YOUR SUBMITTAL) By executing this affidavit, the undersigned contractor verifies its compliance with The Illegal Reform Enhancements for 2013, stating affirmatively that the individual, firm, or corporation which is contracting with the Gwinnett County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act, in accordance with the applicability provisions and deadlines established therein. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services or the performance of labor pursuant to this contract with the Gwinnett County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with the Illegal Immigration Reform and Enforcement Act on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Gwinnett County Board of Commissioners at the time the subcontractor(s) is retained to perform such service. _________________________________________ _____________________ E-Verify * User Identification Number Date Registered _________________________________________ Legal Company Name _________________________________________ Street Address _________________________________________ City/State/Zip Code _____________________________________ ______________________ BY: Authorized Officer or Agent Date (Contractor Signature) __________________________________________ Title of Authorized Officer or Agent of Contractor ___________________________________________ Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _______ DAY OF ______________________, 201__ ____________________________________________ Notary Public My Commission Expires: ____________________ * As of the effective date of O.C.G.A. 13-10-91, the applicable federal work authorization program is “E-Verify” operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). Rev. 6.20.13

For Gwinnett County Use Only: Document ID #___________________ Issue Date: ______________________ Initials: _________________________

Page 80: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

FAILURE TO RETURN THIS PAGE MAY RESULT IN REMOVAL OF YOUR COMPANY FROM COMMODITY LISTING. RP003-18 Buyer Initials: TS

IF YOU DESIRE TO SUBMIT A "NO BID" IN RESPONSE TO THIS PACKAGE, PLEASE INDICATE BY CHECKING ONE OR MORE OF THE REASONS LISTED BELOW AND EXPLAIN. Do not offer this product or service; remove us from your bidder's list for this item only Specifications too "tight"; geared toward one brand or manufacturer only Specifications are unclear Unable to meet specifications Unable to meet bond requirements Unable to meet insurance requirements Our schedule would not permit us to perform Insufficient time to respond. Other

COMPANY NAME AUTHORIZED REPRESENTATIVE SIGNATURE

Page 81: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

GWINNETT COUNTY

DEPARTMENT OF FINANCIAL SERVICES – PURCHASING DIVISION GENERAL INSTRUCTIONS FOR PROPOSERS, TERMS AND CONDITIONS

I. PREPARATION OF PROPOSALS

II. Each proposer shall examine the drawings, specifications, schedule and all instructions. Failure to do so will be at the proposer’s risk.

III. Each proposer shall furnish all information required by the proposal form or document. Each proposer shall sign the proposal and print or type his or her name on the schedule. The person signing the proposal must initial erasures or other changes. An authorized agent of the company must sign proposals.

IV. With the exception of solicitations for the sale of real property, individuals, firms and businesses seeking an

award of a Gwinnett County contract may not initiate or continue any verbal or written communications regarding a solicitation with any County officer, elected official, employee or other County representative other than the Purchasing Associate named in the solicitation between the date of the issuance of the solicitation and the date of the final contract award by the Board of Commissioners. The Purchasing Director will review violations. If determined that such communication has compromised the competitive process, the offer submitted by the individual, firm or business may be disqualified from consideration for award. Solicitations for the sale of real property may allow for verbal or written communications with the appropriate Gwinnett County representative.

V. Sample contracts (if pertinent) are attached. These do NOT have to be filled out with the bid/proposal submittal,

but are contained for informational purposes only. If awarded, the successful proposer(s) will be required to complete them prior to contract execution.

VI. Effective, July 1, 2013 and in accordance with the Georgia Illegal Reform and Enforcement Act, an original signed, notarized and fully completed Contractor Affidavit and Agreement should be included with your bid/proposal submittal, if the solicitation is for the physical performance of services for all labor or service contract(s) that exceed $2,499.99 (except for services performed by an individual who is licensed pursuant to Title 26, Title 43, or the State Bar of Georgia). Failure to provide the Contractor Affidavit and Agreement with your bid/proposal submittal may result in bid/proposal being deemed non-responsive and automatic rejection.

VII. DELIVERY

VIII. Each proposer should state time of proposed delivery of goods or services. IX. Words such as “immediate,” “as soon as possible,” etc. shall not be used. The known earliest date or the

minimum number of calendar days required after receipt of order (delivery A.R.O.) shall be stated (if calendar days are used, include Saturday, Sunday and holidays in the number).

X. EXPLANATION TO PROPOSERS

a. Any explanation desired by a proposer regarding the meaning or interpretation of the request for proposals, drawings, specifications, etc. must be requested by the question cutoff deadline stated in the solicitation in order for a reply to reach all proposers before the close of the proposal. Any information given to a prospective proposer concerning a request for proposal will be furnished to all prospective proposers as an addendum to the invitation if such information is necessary or if the lack of such information would be prejudicial to uninformed proposers. The written proposal document supersedes any verbal or written communication between the parties. Receipt of addenda should be acknowledged in the proposal. It is the proposer’s responsibility to ensure that they have all applicable addenda prior to proposal submittal. This may be accomplished via contact with the assigned Procurement Agent prior to proposal submittal.

XI. SUBMISSION OF PROPOSALS

XII. Proposals shall be enclosed in a sealed package, addressed to the Gwinnett County Purchasing Office with the name and address of the proposer, the date and hour of opening, and the request for proposal number on the face of the package. Telegraphic/faxed proposals will not be considered. Any addenda should be enclosed in the sealed envelopes as well.

Page 82: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

XIII. ADD/DEDUCT: Add or deduct amounts indicated on the outside of the envelope are allowed and will be applied to the lump sum amount. Amount shall be clearly stated and should be initialed by an authorized company representative.

XIV. Samples of items, when required, must be submitted within the time specified and, unless otherwise specified by

the County, at no expense to the County. Unless otherwise specified, samples will be returned at the proposer’s request and expense if testing does not destroy items.

XV. Items offered must meet required specifications and must be of a quality that will adequately serve the use and

purpose for which intended.

XVI. Full identifications of each item proposed, including brand name, model, catalog number, etc. must be furnished to identify exactly what the proposer is offering. Manufacturer’s literature may be furnished.

XVII. The proposer must certify that items to be furnished are new and that the quality has not deteriorated so as to

impair its usefulness.

XVIII. Unsigned proposals will not be considered except in cases where proposal is enclosed with other documents that have been signed. The County will determine this.

XIX. Gwinnett County is exempt from federal excise tax and Georgia sales tax with regard to goods and services

purchased directly by Gwinnett County. Suppliers and contractors are responsible for federal excise tax and sales tax, including taxes for materials incorporated in county construction projects. Suppliers and contractors should contact the State of Georgia Sales Tax Division for additional information.

XX. Information submitted by a proposer in the proposal process shall be subject to disclosure after proposal award in

accordance with the Georgia Open Records Act.

XXI. WITHDRAWAL OF PROPOSAL DUE TO ERRORS a. No proposer who is permitted to withdraw a proposal shall, for compensation, supply any material or

labor or perform any subcontract or other work agreement for the person or firm to whom the contract is awarded or otherwise benefit, directly or indirectly, from the performance of the project for which the withdrawn proposal was submitted.

b. To withdraw a proposal after proposal opening, the supplier has up to forty-eight (48) hours to notify the

Gwinnett County Purchasing Office of an obvious clerical error made in calculation of proposal. Withdrawal of bid bond for this reason must be done in writing. Suppliers who fail to request withdrawal of proposal by the required forty-eight (48) hours shall automatically forfeit bid bond. Bid bond may not be withdrawn otherwise.

c. Proposal withdrawal is not automatically granted and will be allowed solely at Gwinnett County’s

discretion.

XXII. TESTING AND INSPECTION a. Since tests may require several days for completion, the County reserves the right to use a portion of any

supplies before the results of the tests are determined. Cost of inspections and tests of any item that fails to meet the specifications shall be borne by the proposer.

XXIII. F.O.B. POINT

a. Unless otherwise stated in the request for proposal and any resulting contract, or unless qualified by the proposer, items shall be shipped F.O.B. Destination. The seller shall retain title for the risk of transportation, including the filing for loss or damages. The invoice covering the items is not payable until items are delivered and the contract of carriage has been completed. Unless the F.O.B. clause states otherwise, the seller assumes transportation and related charges either by payment or allowance.

Page 83: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

XXIV. PATENT INDEMNITY

a. The contractor guarantees to hold the County, its agents, officers or employees harmless from liability of any nature or kind for use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, articles or appliances furnished or used in the performance of the contract, for which the contractor is not the patentee, assignee or licensee.

b.

XXV. BID BONDS AND PAYMENT AND PERFORMANCE BONDS a. (IF REQUIRED, FORMS WILL BE PROVIDED IN THIS DOCUMENT) b. A five percent (5%) bid bond, a one hundred percent (100%) performance bond, and a one hundred

percent (100%) payment bond must be furnished to Gwinnett County for any proposal as required in the proposal package or document. Failure to submit a bid bond with the proper rating will result in the proposal being deemed non-responsive. Bonding company must be authorized to do business in Georgia by the Georgia Insurance Commission, listed in the Department of the Treasury’s publication of companies holding certificates of authority as acceptable surety on Federal bonds and as acceptable reinsuring companies, and have an A.M. Best rating as stated in the insurance requirement of the solicitation. The bid bond, payment bond, and performance bond must have the proper an A.M. Best rating as stated in the proposal when required in the proposal package or document.

XXVI. DISCOUNTS

XXVII. Time payment discounts will be considered in arriving at net prices and in award of proposal. Offers of discounts for payment within ten (10) days following the end of the month are preferred.

XXVIII. In connection with any discount offered, time will be computed from the date of delivery and acceptance at destination or from the date correct invoice or voucher is received, whichever is the later date. Payment is deemed to be made for the purpose of earning the discount, on the date of the County check.

XXIX. AWARD XXX. Award will be made to the highest scoring responsive and responsible proposer according to the criteria stated in

the proposal documents. The County may make such investigations as it deems necessary to determine the ability of the proposer to perform, and the proposer shall furnish to the County all such information and data for this purpose as the County may request. The County reserves the right to reject any proposal if the evidence submitted by, or investigation of, such proposer fails to satisfy the County that such proposer is properly qualified to carry out the obligations of the contract.

XXXI. The County reserves the right to reject or accept any or all proposals and to waive technicalities, informalities and minor irregularities in the proposals received.

XXXII. The County reserves the right to make an award as deemed in its best interest, which may include awarding a

proposal to a single proposer or multiple proposers; or to award the whole proposal, only part of the proposal, or none of the proposal to single or multiple proposers, based on its sole discretion of its best interest.

XXXIII. In the event scores rounded to the nearest whole number result in a tie score, the award will be based on lowest

cost.

XXXIV. In the event that negotiations with the highest ranked firm are unsuccessful the County may then negotiate with the second ranked firm and so on until a satisfactory agreement has been reached.

XXXV. DELIVERY FAILURES

a. Failure of a contractor to deliver within the time specified or within reasonable time as interpreted by the Purchasing Director, or failure to make replacements of rejected articles/ services when so requested, immediately or as directed by the Purchasing Director, shall constitute authority for the Purchasing Director to purchase in the open market articles/services of comparable grade to replace the articles/services rejected or not delivered. On all such purchases, the contractor shall reimburse the County within a reasonable time specified by the Purchasing Director for any expense incurred in excess of contract prices, or the County shall have the right to deduct such amount from monies owed the

Page 84: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

defaulting contractor. Alternatively, the County may penalize the contractor one percent (1%) per day for a period of up to ten (10) days for each day that delivery or replacement is late. Should public necessity demand it, the County reserves the right to use or consume articles/services delivered which are substandard in quality, subject to an adjustment in price to be determined by the Purchasing Director.

XXXVI. COUNTY FURNISHED PROPERTY

a. The County will furnish no material, labor or facilities unless so provided in the RFP.

XXXVII. REJECTION OF PROPOSALS a. Failure to observe any of the instructions or conditions in this request for proposal shall constitute

grounds for rejection of proposal.

XXXVIII. CONTRACT a. Each proposal is received with the understanding that the acceptance in writing by the County of the offer

to furnish any or all of the commodities or services described therein shall constitute a contract between the proposer and the County which shall bind the proposer on his part to furnish and deliver the articles quoted at the prices stated in accordance with the conditions of said accepted proposal. The County, on its part, may order from such contractor, except for cause beyond reasonable control, and to pay for, at the agreed prices, all articles specified and delivered.

b. Upon receipt of a proposal containing a Gwinnett County “Sample Contract” as part of the requirements,

it is understood that the proposer has reviewed the documents with the understanding that Gwinnett County requires that all agreements between the parties must be entered into via these documents. If any exceptions are taken to any part, each exception must be stated in detail and submitted as part of the proposal document. If no exceptions are stated, it is assumed that the proposer fully agrees to the “Sample Contract” in its entirety.

c. When the contractor has performed in accordance with the provisions of this agreement, Gwinnett County

shall pay to the contractor, within thirty (30) days of receipt of any department approved payment request and based upon work completed or service provided pursuant to the contract, the sum so requested, less the retainage stated in this agreement, if any. In the event that Gwinnett County fails to pay the contractor within sixty (60) days of receipt of a pay request based upon work completed or service provided pursuant to the contract, the County shall pay the contractor interest at the rate of ½% per month or pro rata fraction thereof, beginning the sixty-first (61st) day following receipt of pay requests. The contractor’s acceptance of progress payments or final payment shall release all claims for interest on said payment.

XXXIX. NON-COLLUSION

a. Proposer declares that the proposal is not made in connection with any other proposer submitting a proposal for the same commodity or commodities, and that the proposal is bona fide and is in all respects fair and without collusion or fraud. Each proposer, if included in proposal documents, shall execute an affidavit of non-collusion. Collusion and fraud in bid preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department.

XL. DEFAULT

a. The contract may be canceled or annulled by the Purchasing Director in whole or in part by written notice of default to the contractor upon non-performance or violation of contract terms. An award may be made to the next highest rated responsive and responsible proposer, or articles specified may be purchased on the open market similar to those so terminated. In either event, the defaulting contractor (or his surety) shall be liable to the County for costs to the County in excess of the defaulted contract prices; provided, however, that the contractor shall continue the performance of this contract to the extent not terminated under the provisions of this clause. Failure of the contractor to deliver materials or services within the time stipulated on his proposal, unless extended in writing by the Purchasing Director, shall constitute contract default.

XLI. TERMINATION FOR CAUSE

Page 85: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

a. The County may terminate this agreement for cause upon ten days prior written notice to the contractor of

the contractor’s default in the performance of any term of this agreement. Such termination shall be without prejudice to any of the County’s rights or remedies by law.

XLII. TERMINATION FOR CONVENIENCE

a. The County may terminate this agreement for its convenience at any time upon 30 days written notice to the contractor. In the event of the County’s termination of this agreement for convenience, the contractor will be paid for those services actually performed. Partially completed performance of the agreement will be compensated based upon a signed statement of completion to be submitted by the contractor, which shall itemize each element of performance.

XLIII. DISPUTES

a. Except as otherwise provided in the contract documents, any dispute concerning a question of fact arising under the contract which is not disposed of shall be decided after a hearing by the Purchasing Director who shall reduce his/her decision to writing and mail or otherwise furnish a copy thereof to the contractor. The decision of the Purchasing Director shall be final and binding; however, the contractor shall have the right to appeal said decision to a court of competent jurisdiction.

XLIV. SUBSTITUTIONS:

a. Proposers offering and quoting on substitutions or who are deviating from the attached specifications shall list such deviations on a separate sheet to be submitted with their proposal. The absence of such a substitution list shall indicate that the proposer has taken no exception to the specifications contained therein.

XLV. INELIGIBLE PROPOSERS

a. The County may choose not to accept the proposal of one who is in default on the payment of taxes, licenses or other monies owed to the County. Failure to respond three (3) consecutive times for any given commodity may result in removal from the list under that commodity.

XLVI. OCCUPATION TAX CERTIFICATE a. Each successful proposer shall provide evidence of a valid Gwinnett County occupation tax certificate if

the proposer maintains an office within the unincorporated area of Gwinnett County. Incorporated, out of County and out of State proposers are required to provide evidence of a certificate to do business in any town, County or municipality in the State of Georgia, or as otherwise required by County ordinance or resolution.

XLVII. PURCHASING POLICY AND REVIEW COMMITTEE:

a. The Purchasing Policy and Review Committee has been established to review purchasing procedures and make recommendations for changes; resolve problems regarding the purchasing process; make recommendations for standardization of commodities, schedule buying, qualified products list, annual contracts, supplier performance (Ineligible Source List) and other problems or requirements related to Purchasing. The Purchasing Policy and Review Committee have authority to place suppliers and contractors on the Ineligible Source List for reasons listed in the Gwinnett County Purchasing Ordinance.

XLVIII. AMERICANS WITH DISABILITIES ACT:

a. All contractors for Gwinnett County are required to comply with all applicable sections of the Americans with Disabilities Act (ADA) as an equal opportunity employer. In compliance with the Americans with Disabilities Act (ADA), Gwinnett County provides reasonable accommodations to permit a qualified applicant with a disability to enjoy the privileges of employment equal to those employees without disabilities. Disabled individuals must satisfy job requirements for education background, employment experience, and must be able to perform those tasks that are essential to the job with or without reasonable accommodations. Any requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Gwinnett County should be directed to Susan Canon, Human Relations Coordinator, 75 Langley Drive, Lawrenceville, Georgia 30046, 770-822-8165.

Page 86: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

XLIX. ALTERATIONS OF SOLICITATION AND ASSOCIATED DOCUMENTS: a. Alterations of County documents are strictly prohibited and will result in automatic disqualification of the

firm’s solicitation response. If there are “exceptions” or comments to any of the solicitation requirements or other language, then the firm may make notes to those areas, but may not materially alter any document language.

L. TAX LIABILITY:

a. Local and state governmental entities must notify contractors of their use tax liability on public works projects. Under Georgia law, private contractors are responsible for paying a use tax equal to the sales tax rate on material and equipment purchased under a governmental exemption that is incorporated into a government construction project: excluding material and equipment provided for the installation, repair, or expansion of a public water, gas or sewer system when the property is installed for general distribution purposes. To the extent the tangible personal property maintains its character (for example the installation of a kitchen stove), it remains tax-exempt. However, if the installation incorporates the tangible personal property into realty, e.g., the installation of sheetrock, it becomes taxable to the private contractor. See O.C.G.A. 48-8-3(2) and O.C.G.A. 48-8-63

LI. STATE LAW REGARDING WORKER VERIFICATION

a. Effective July 1, 2013 State Law requires that all who enter into a contract for the physical performance of services for all labor or service contract(s) that exceed $2,499.99 (except for services performed by an individual who is licensed pursuant to Title 26, Title 43, or the State Bar of Georgia) for the County, must satisfy the Illegal Immigration Reform and Enforcement Act, in all manner, and such are conditions of the contract.

b. The Purchasing Division Director with the assistance of the Performance Analysis Division shall be

authorized to conduct random audits of a contractor’s or subcontractors’ compliance with the Illegal Immigration Reform and Enforcement Act and the rules and regulations of the Georgia Department of Labor. The contractor and subcontractors shall retain all documents and records of its compliance for a period of five (5) years following completion of the contract. This requirement shall apply to all contracts for all labor or service contracts that exceed $2,499.99 except for services performed by an individual who is licensed pursuant to Title 26, Title 43, or the State Bar of Georgia.

c. Whenever it appears that a contractor’s or subcontractor’s records are not sufficient to verify the work

eligibility of any individual in the employ of such contractor or subcontractor, the Purchasing Director shall report same to the Department of Homeland Security and may result in termination of the contract if it is determined at any time during the work that the contractor/or subcontractor is no longer in compliance with the Illegal Immigration Reform and Enforcement Act.

LII. SOLID WASTE ORDINANCE

a. No individual, partnership, corporation or other entity shall engage in solid waste handling except in such a manner as to conform to and comply with the current Gwinnett County Solid Waste Ordinance and all other applicable local, state and federal legislation, rules, regulation and orders.

LIII. GENERAL CONTRACTORS LICENSE

a. Effective July 1, 2008: All General Contractors must have a current valid license from the State Licensing Board for Residential and General Contractors, unless specifically exempted from holding such license pursuant to Georgia law (O.C.G.A. Section 43-41-17).

LIV. INDEMNIFICATION

a. To the fullest extent permitted by law, the Contractor shall, at his sole cost and expense, indemnify, defend, satisfy all judgments, and hold harmless the County, the engineer, and their agents and employees from and against all claims, damages, actions, judgments, costs, penalties, liabilities, losses and expenses, including, but not limited to, attorney's fees arising out of or resulting from the performance of the work, provided that any such claim, damage, action, judgment, cost, penalty, liability, loss or expense (1) is

Page 87: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part by the negligent acts, errors or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless whether such claim is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge or otherwise reduce any of the rights or obligations of indemnity which would otherwise exist as to any party or person described in this agreement. In any and all claims against the County, the engineer, or any of their agents or employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation contained herein shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor or any subcontractor under Worker's Compensation Acts, disability benefit acts, or other employee benefit acts.

LV. CODE OF ETHICS:

a. “Proposer/Bidder” shall disclose under oath the name of all elected officials whom it employs or who have a direct or indirect pecuniary interest in the business entity, its affiliates, or its subcontractors. The “Proposer/Bidder” shall execute a Code of Ethics affidavit. Failure to submit the affidavit during the bid or proposal process shall render the bid or proposal non-responsive.

b. The act of submitting false information or omitting material information shall be referred to the

Purchasing Policy & Review Committee for action pursuant to the Purchasing Ordinance or to the District Attorney for possible criminal prosecution.

c. Any business entity holding a contract with Gwinnett County that subsequent to execution of the contract

or issuance of the purchase order employs, subcontracts with, or transfers a direct or indirect pecuniary interest in the business entity to an elected official shall within five (5) days disclose such fact in writing under oath to the Clerk of the Board of Commissioners. Failure to comply shall be referred to the Purchasing Policy & Review Committee for action pursuant to the Purchasing Ordinance or to the District Attorney for possible criminal prosecution.

d. Note: See Gwinnett County Code of Ethics Ordinance EO2011, Sec. 60-33. The ordinance will be

available to view in its entirety at www.gwinnettcounty.com LVI. PENDING LITIGATION:

a. A proposal submitted by an individual, firm or business who has litigation pending against the County, or anyone representing a firm or business in litigation against the County, not arising out of the procurement process, will be disqualified.

LVII. ELECTRONIC PAYMENT

a. Vendors accepting procurements should select one of Gwinnett County’s electronic payment options. A. A vendor may select ePayables payment process which allows acceptance of Gwinnett

County’s virtual credit card as payment for outstanding invoices. The authorized vendor representative must send an email to: [email protected] and indicate the desire to enroll in Gwinnett County’s virtual credit card payment process.

B. A vendor may select Direct Deposit payment process and the payment will be deposited directly into an account at their designated financial institution. To securely enroll in Direct Deposit, either access your online Vendor Login and Registration on the County’s web site and update the requested information on the Direct Deposit tab or mail a Direct Deposit Authorization Agreement form.

The County will send a Payment Advice notification via email for both payment types.

Page 88: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

For more information about Electronic Payments, please go to the Treasury Division page on the County’s Web Site or click here -> Gwinnett County Electronic Payments.

DIRECTIONS TO GJAC BUILDING FROM I-85

Take I-85 north to Georgia Highway 316 (Lawrenceville/Athens exit). Exit Highway 120 (Lawrenceville/Duluth exit) and turn right. At sixth traffic light, turn right onto Langley Drive. Cross Highway 29 through the traffic light to the 4-way stop sign. The public parking lot is on the left. The Purchasing Division is located in the Administrative Wing-2ND Floor.

Page 89: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

Appendix A- Kenworth T370

Appendix A- Kenworth T370 Continued

Page 90: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,
Page 91: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

Appendix A- Kenworth T370 Continued

Page 92: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

Appendix A- Kenworth T370 Continued

Page 93: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

Appendix A- Kenworth T370 Continued

Page 94: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,

Appendix A- Kenworth T370 Continued

Page 95: RP003-18 Page - Gwinnett County, Georgia Inv.pdf · RP003-18 Page | 1 . February 28, 2018 . REQUEST FOR PROPOSAL . ... A pre-proposal conference is scheduled for 10:00 A.M. on Wednesday,