85
**IMPORTANT NOTICE** STRATEGIC SOURCING CONTRACT Bid pricing must be completed online through Alameda County Strategic Sourcing Portal (Online Bid Process) . The following pages require signatures and must be scanned and uploaded to Alameda County Online Bid Process : 1. Exhibit A – Bid Response Packet, Bidder Information and Acceptance page a. Must be signed by Bidder 2. Exhibit A – Bid Response Packet, SLEB Partnering Information Sheet a. Must be signed by Bidder

901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Embed Size (px)

Citation preview

Page 1: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

**IMPORTANT NOTICE**STRATEGIC SOURCING CONTRACT

Bid pricing must be completed online through Alameda County Strategic Sourcing Portal (Online Bid Process).

The following pages require signatures and must be scanned and uploaded to Alameda County Online Bid Process:

1. Exhibit A – Bid Response Packet, Bidder Information and Acceptance pagea. Must be signed by Bidder

2. Exhibit A – Bid Response Packet, SLEB Partnering Information Sheeta. Must be signed by Bidder b. Must be signed by SLEB Partner if subcontracting

to a SLEB

Please read EXHIBIT A – Bid Response Packet carefully, INCOMPLETE BIDS WILL BE REJECTED. Alameda County will not accept submissions or documentation after the bid response due date. Successful uploading of a document does not equal acceptance of the document by Alameda County.

Page 2: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

COUNTY OF ALAMEDAREQUEST FOR QUOTATION No. 901146

for

Fire Equipment and Supplies

For complete information regarding this project, see RFQ posted at http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp or

contact the County representative listed below. Thank you for your interest!

Contact Person: Gina Temporal, Contracts Specialist I

Phone Number: (510) 208-9606

E-mail Address: [email protected]

RESPONSE DUEby

2:00 p.m.on

October 25, 2013through

Alameda County, GSA–PurchasingOnline Bid Process

https://ezsourcing.acgov.org/psp/SS/SUPPLIER/ERP/h/?tab=DEFAULT

Alameda County is committed to reducing environmental impacts across our entire supply chain. If printing this document, please print only what you need, print double-sided, and use recycled-content paper.

1401 Lakeside Drive, Suite 907 Oakland, CA 94612Phone: 510-208-9600 Website: http://www.acgov.org/gsa/departments/purchasing/

I:\PURCHASING\Contracting Opportunities\Purchasing\Fire Equipment/RFQ_FireEquipmentandSupplies.doc Revision 2013-6-27

Page 3: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

COUNTY OF ALAMEDAREQUEST FOR QUOTATION No. 901146 SPECIFICATIONS, TERMS & CONDITIONS

forFire Equipment and Supplies

TABLE OF CONTENTSPage

I. STATEMENT OF WORK 4A. INTENT 4B. SCOPE/BACKGROUND 4C. BIDDER QUALIFICATIONS 4D. SPECIFIC REQUIREMENTS 5E. REQUIREMENTS CHECKLIST GUIDELINES 7F. DELIVERABLES / REPORTS 7

II. CALENDAR OF EVENTS 8G. NETWORKING / BIDDERS CONFERENCES 8

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS 9H. NOTICE OF RECOMMENDATION TO AWARD 9I. TERM / TERMINATION / RENEWAL 10J. QUANTITIES 10K. PRICING 10L. AWARD 11M. METHOD OF ORDERING 12N. WARRANTY 13O. INVOICING 13P. ACCOUNT MANAGER / SUPPORT STAFF 14

IV. INSTRUCTIONS TO BIDDERS 14Q. COUNTY CONTACTS 14R. SUBMITTAL OF BIDS 15S. RESPONSE FORMAT 16

ATTACHMENTS

EXHIBIT A - BID RESPONSE PACKETEXHIBIT B - INSURANCE REQUIREMENTSEXHIBIT C - VENDOR BID LISTEXHIBIT D - REQUIREMENTS CHECKLIST

Page 4: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Specifications, Terms & Conditionsfor

Fire Equipment and Supplies<

I. STATEMENT OF WORK

A. INTENT

It is the intent of these specifications, terms and conditions to describe the fire equipment and supplies being requested by the Alameda County Fire Department (ACFD).

The County intends to award a 3-year contract (with option to renew) to the bidder selected as the lowest responsible bidder whose response meets the County’s requirements.

B. SCOPE/BACKGROUND

There are currently 26 fire stations operated by Alameda County with approximately 400 hundred firefighting personnel. The ACFD requires fire equipment, clothing, and supplies for all firefighting personnel.

The County requires specific manufacturers and part numbers for the fire equipment and supplies due to fire fighter safety. A considerable amount of time and money are spent each year training County firefighters on the use of specific equipment. Changing brands requires a very large training component and having several different types presents a safety concern. The County is standardizing inventories to remove this safety issue and requires specific brands for this reason; therefore, bidders may not propose equivalent products.

ACFD requires specific styles and fabrications of the protective clothing utilized by the firefighting personnel. Exhibit D, Requirements Checklist, contains the exact requirements of the ACFD with regard to the firefighting protective garments. The contractor(s) must be in complete compliance, as deemed solely by the County, with all stated product requirements outlined in Exhibit D.

C. BIDDER QUALIFICATIONS

1. BIDDER Minimum Qualifications

a. Bidder shall have a minimum of seven (7) years business experience in the provisioning of fire, rescue, safety, wild land, hazardous materials and confined space equipment and supplies. Experience shall have been gained within the last ten (10) years.

b. Contractor shall have a minimum of at least five (5) years’ service to one (1) or more large urban metropolitan city and/or county fire jurisdiction(s).

RFQ No. 901146Page 4

Page 5: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Specifications, Terms & Conditionsfor

Fire Equipment and Supplies<

c. Contractor shall have an East Bay warehouse/distribution facility that maintains inventory of commonly sold items as determined by the ACFD.

d. Contractor shall have a verifiable service history of satisfactory responsiveness to product repairs, warranties and/or product defects.

e. Throughout the term of the contract and any subsequent renewal terms, the vendor shall possess current and valid permits, licenses and professional credentials necessary to supply product and perform services as specified under this RFQ.

D. SPECIFIC REQUIREMENTS

1. All fire fighter equipment and supplies sold to the ACFD shall meet NFPA industry standards where applicable.

2. Contractor shall be able to provide delivery services of all fire fighter equipment and supplies to the County on an as needed basis.

3. Contractor shall have the ability to supply special or non-standard orders on products.

4. Protective Clothing for Structural Fire Fighting

a. The ACFD has very specific requirements concerning the style and fabrication of protective clothing for its firefighting personnel. Please refer to Exhibit D, Requirements Checklist, for exact ACFD requirements. The County, at its sole discretion, shall have the right to deem acceptable any exceptions stated by bidder.

b. The specification details design and materials criteria to afford protection to the upper and lower body, excluding head, hands, feet, against adverse environmental effects during structural fire fighting. All materials and construction will meet or exceed NFPA Standard #1971 and OSHA for structural fire fighters protective clothing.

c. Jackets and Pants shall be manufactured in the United States.

d. Sizing by Vendor

(1) Both male and female sizing samples shall be on hand for use when sizing. Measuring with a tape measure is not acceptable.

RFQ No. 901146Page 5

Page 6: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Specifications, Terms & Conditionsfor

Fire Equipment and Supplies<

(2) The vendor shall be available to perform all sizing requirements within 96 hours of written notice.

(3) Sizing errors by the vendor shall be corrected at no-charge to ACFD.

5. Garment Training and Support

a. OSHA requires employees be trained on the capabilities and limitations of their Personal Protective Equipment (PPE). The selected vendor shall provide the following:

(1) Onsite care and maintenance training shall be provided by the manufacturer. Training shall comply with NFPA 1851, 2008 edition, at the conclusion of which each participant shall receive a certificate of completion.

(2) Onsite OSHA mandated training on the Knowing the Limits of Your PPE shall be provided at no-charge. The training shall include structural firefighting helmet, hood, coat, trouser, gloves and boots.

(3) PPE Specialists as needed during the life of the contract to work with ACFD, training and safety staff to ensure that any ongoing training needed is provided for Alameda County Fire Department employees.

6. Inventory

a. Contractor shall stock 15 sets of protective clothing per ACFD specification at all times for emergency replacement for ACFD.

b. Contractor shall continually stock all products listed on the Online Bid Form.

7. Manufacturer Delivery

a. Manufacturer deliveries must be 45 – 60 days from the time of order being placed by the Department.

RFQ No. 901146Page 6

Page 7: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Specifications, Terms & Conditionsfor

Fire Equipment and Supplies<

E. REQUIREMENTS CHECKLIST GUIDELINES

Vendors must submit, with their response, a fully completed Exhibit D, Requirements Checklist. Responses submitted without the Requirements Checklist will be deemed non-responsive.

A “Yes” response to a specification sentence in the “Complies” column will mean that the vendor intends to comply with the exact specification, as described in the “Requirements Checklist.” If the vendor is able to comply with the specification stated, and states “yes” in the “Complies” column, no further action is required.

A “No” response to a specification sentence in the “Complies” column will mean that the vendor is unable to comply with the specification provided by the County. The vendor must then clearly state any and all exceptions to the specifications listed in the “Exceptions” column.

A response of “N/A” or no response to any specification column will mean that the vendor is unable to comply with the specification provided by the County and the vendor may be deemed non-responsive.

In the Exhibit D, Requirements Checklist, Exhibit D, the specifications are not meant to limit the vendor; they are guidelines to minimum qualifications. The vendor shall indicate their compliance or non-compliance for each line of the specification as described in the previous paragraphs of the Requirements Checklist section. An “equivalent or better” may be offered by the vendor, subject to evaluation and acceptance by the County. It is the vendor’s responsibility to provide, at vendor’s expense, samples, test data, or other documentation that the County may require to fully evaluate and determine acceptability of an offered substitute. The County reserves the sole right to reject or disqualify a substituted component that it determines does not or will not meet or exceed County standards.

F. DELIVERABLES / REPORTS

2. Delivery Report

a. A packing list or other suitable shipping document shall be contained within each shipment and include the following:

(1) Contractor’s Name, Address, Phone Number

RFQ No. 901146Page 7

Page 8: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Specifications, Terms & Conditionsfor

Fire Equipment and Supplies<

(2) A description of the product(s) shipped, including the item number, quantity, number of containers and package numbers, as applicable.

II. CALENDAR OF EVENTS

EVENT DATE/LOCATIONRequest Issued September 5, 2013 Written Questions Due by 5:00 p.m. on September 27, 2013*Networking/Bidders Conference #1

September 26, 2013 @ 10:00 a.m.

at: General Services AgencyRoom 1107, 11th Floor1401 Lakeside DriveOakland, CA 94612

*Networking/Bidders Conference #2

September 27, 2013 @ 2:00 p.m.

at: AC Fire Department Administration OfficeCity Manager’s Large Conference Room, 2nd Floor835 East 14th StreetSan Leandro, CA 94577

Addendum Issued October 11, 2013 Response Due October 25, 2013 by 2:00 p.m. Evaluation Period October 25 – November 22, 2013 GSA Letter Recommending Award Issued

December 6, 2013

GSA Consideration Award Date December 13, 2013

Contract Start Date February 1, 2014* Includes a tutorial of how to register and use Online Bid Process.

Note: Award and start dates are approximate.

A. NETWORKING / BIDDERS CONFERENCES

Networking/bidders conferences will be held to:

3. Provide an opportunity for Small Local Emerging Businesses (SLEBs) and large firms to network and develop subcontracting relationships in order to participate in the contract that may result from this RFQ.

RFQ No. 901146Page 8

Page 9: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Specifications, Terms & Conditionsfor

Fire Equipment and Supplies<

4. Provide an opportunity for bidders to ask specific questions about the project and request RFQ clarification.

5. Provide the County with an opportunity to receive feedback regarding the project and RFQ.

6. Provide the bidders with tutorials on how to register and use the Online Bid Process.

All questions will be addressed, and the list of attendees will be included, in an RFQ Addendum following the networking/bidders conferences.

Potential bidders are strongly encouraged to attend networking/bidders conference(s) in order to further facilitate subcontracting relationships. Vendors who attend a networking/bidders conference will be added to the Vendor Bid List. Failure to participate in a networking/bidders conference will in no way relieve the Contractor from furnishing goods and/or services required in accordance with these specifications, terms and conditions. Attendance at a networking/bidders conference is highly recommended but is not mandatory.

III. COUNTY PROCEDURES, TERMS, AND CONDITIONS

A. NOTICE OF RECOMMENDATION TO AWARD

7. At the conclusion of the RFQ response evaluation process (“Evaluation Process”), all bidders will be notified in writing by e-mail or fax, and certified mail, of the contract award recommendation, if any, by GSA – Purchasing. The document providing this notification is the Notice of Recommendation to Award.

The Notice of Recommendation to Award will provide the following information:

a. The name of the bidder being recommended for contract award; and

b. The names of all other parties that submitted proposals.

8. At the conclusion of the RFQ process, debriefings for unsuccessful bidders will be scheduled and provided upon written request and will be restricted to discussion of the unsuccessful offeror’s bid.

a. Under no circumstances will any discussion be conducted with regard to contract negotiations with the successful bidder.

RFQ No. 901146Page 9

Page 10: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Specifications, Terms & Conditionsfor

Fire Equipment and Supplies<

b. Debriefing may include review of successful bidder’s proposal with redactions as appropriate.

9. The submitted proposals shall be made available upon request no later than five (5) business days before approval of the award and contract by GSA.

B. TERM / TERMINATION / RENEWAL

10. The term of the contract, which may be awarded pursuant to this RFQ, will be 3-year.

11. By mutual agreement, any contract which may be awarded pursuant to this RFQ, may be extended for an additional two-year term at agreed prices with all other terms and conditions remaining the same.

C. QUANTITIES

Quantities listed herein are annual estimates based on past usage and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied.

D. PRICING

12. All pricing as quoted will remain firm for the term of any contract that may be awarded as a result of this RFQ.

13. Unless otherwise stated, Bidder agrees that, in the event of a price decline, the benefit of such lower price shall be extended to the County.

14. All prices are to be F.O.B. destination. Any freight/delivery charges are to be included.

15. Any price increases or decreases for subsequent contract terms may be negotiated between Contractor and County only after completion of the initial term.

16. All prices quoted shall be in United States dollars and "whole cent," no cent fractions shall be used. There are no exceptions.

17. Price quotes shall include any and all payment incentives available to the County.

18. Bidders are advised that in the evaluation of cost, if applicable, it will be assumed that the unit price quoted is correct in the case of a discrepancy between the unit price and an extension.

RFQ No. 901146Page 10

Page 11: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Specifications, Terms & Conditionsfor

Fire Equipment and Supplies<

19. Federal and State minimum wage laws apply. The County has no requirements for living wages. The County is not imposing any additional requirements regarding wages.

20. Prevailing Wages: Pursuant to Labor Code Sections 1770 et seq., Contractor shall pay to persons performing labor in and about work provided for in Contract not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work in said locality, which per diem wages shall not be less than the stipulated rates contained in a schedule thereof which has been ascertained and determined by the Director of the State Department of Industrial Relations to be the general prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this contract.

E. AWARD

21. The award will be made to the lowest responsible bidder who meets the requirements of these specifications, terms and conditions.

22. Awards may also be made to the subsequent lowest responsible bidders who will be considered the back-up Contractors and who will be called in ascending order of amount of their quotation.

23. Small and Emerging Locally Owned Business: The County is vitally interested in promoting the growth of small and emerging local businesses by means of increasing the participation of these businesses in the County’s purchase of goods and services.

As a result of the County’s commitment to advance the economic opportunities of these businesses, Bidders must meet the County’s Small and Emerging Locally Owned Business requirements in order to be considered for the contract award. These requirements can be found online at:

http://acgov.org/auditor/sleb/overview.htm

For purposes of this bid, applicable industries include, but are not limited to, the following NAICS Code(s): 313310 as having no more than 1,000 employees; 315210,315220, 315240, and 339113, as having no more than 500 employees; and 423850 as having no more than 100 employees, over the last three (3) years.

RFQ No. 901146Page 11

Page 12: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Specifications, Terms & Conditionsfor

Fire Equipment and Supplies<

An emerging business, as defined by the County, is one that has less than one-half (1/2) of the preceding amount and has been in business less than five (5) years.

24. The County reserves the right to reject any or all responses that materially differ from any terms contained in this RFQ or from any Exhibits attached hereto, to waive informalities and minor irregularities in responses received, and to provide an opportunity for bidders to correct minor and immaterial errors contained in their submissions. The decision as to what constitutes a minor irregularity shall be made solely at the discretion of the County.

25. The County reserves the right to award to a single or multiple Contractors.

26. The County has the right to decline to award this contract or any part thereof for any reason.

27. A contract must be negotiated, finalized, and signed by the recommended awardee prior to GSA approval.

28. Final Standard Agreement terms and conditions will be negotiated with the selected bidder. Bidder may access a copy of the Standard Services Agreement template can be found online at:

http://www.acgov.org/gsa/purchasing/standardServicesAgreement.pdf

The template contains minimal Agreement boilerplate language only.

29. The RFQ specifications, terms, conditions and Exhibits, RFQ Addenda and Bidder’s proposal, may be incorporated into and made a part of any contract that may be awarded as a result of this RFQ.

F. METHOD OF ORDERING

30. A written PO and signed Standard Agreement contract will be issued upon Board approval.

31. POs and Standard Agreements will be faxed, transmitted electronically or mailed and shall be the only authorization for the Contractor to place an order.

32. POs and payments for products and/or services will be issued only in the name of Contractor.

RFQ No. 901146Page 12

Page 13: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Specifications, Terms & Conditionsfor

Fire Equipment and Supplies<

33. Contractor shall adapt to changes to the method of ordering procedures as required by the County during the term of the contract.

34. Change orders shall be agreed upon by Contractor and County and issued as needed in writing by County.

G. WARRANTY

35. Bidder expressly warrants that all goods and services to be furnished pursuant to any contract awarded it arising from the Bid will conform to the descriptions and specifications contained herein and in supplier catalogs, product brochures and other representations, depictions or models, and will be free from defects, of merchantable quality, good material and workmanship. Bidder expressly warrants that all goods and services to be furnished pursuant to such award will be fit and sufficient for the purpose(s) intended. This warranty shall survive any inspections, delivery, acceptance or payment by the County. Bidder warrants that all work and services furnished hereunder shall be guaranteed for a period of 1-year from the date of acceptance by the County.

H. INVOICING

36. Contractor shall invoice the requesting department, unless otherwise advised, upon satisfactory receipt of product and/or performance of services.

37. Payment will be made within thirty (30) days following receipt of invoice and upon complete satisfactory receipt of product and performance of services.

38. County shall notify Contractor of any adjustments required to invoice.

39. Invoices shall contain County PO number, invoice number, remit to address and itemized products and/or services description and price as quoted and shall be accompanied by acceptable proof of delivery.

40. Contractor shall utilize standardized invoice upon request.

41. Invoices shall only be issued by the Contractor who is awarded a contract.

42. Payments will be issued to and invoices must be received from the same Contractor whose name is specified on the POs.

43. The County will pay Contractor monthly or as agreed upon, not to exceed the total quoted in the bid response.

RFQ No. 901146Page 13

Page 14: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Specifications, Terms & Conditionsfor

Fire Equipment and Supplies<

I. ACCOUNT MANAGER / SUPPORT STAFF

44. Contractor shall provide a dedicated competent account manager who shall be responsible for the County account/contract. The account manager shall receive all orders from the County and shall be the primary contact for all issues regarding Bidder’s response to this RFQ and any contract which may arise pursuant to this RFQ.

45. Contractor shall also provide adequate, competent support staff that shall be able to service the County during normal working hours, Monday through Friday. Such representative(s) shall be knowledgeable about the contract, products offered and able to identify and resolve quickly any issues including but not limited to order and invoicing problems.

46. Contractor account manager shall be familiar with County requirements and standards and work with the Alameda County Fire Department to ensure that established standards are adhered to.

47. Contractor account manager shall keep the County Specialist informed of requests from departments as required.

IV. INSTRUCTIONS TO BIDDERS

A. COUNTY CONTACTS

GSA–Purchasing is managing the competitive process for this project on behalf of the County. All contact during the competitive process is to be through the GSA–Purchasing Department only.

The evaluation phase of the competitive process shall begin upon receipt of sealed bids until a contract has been awarded.

All questions regarding these specifications, terms and conditions are to be submitted in writing, preferably via e-mail by 5:00 p.m. on September 27, 2013:

Gina Temporal, Contracts Specialist IAlameda County, GSA–Purchasing1401 Lakeside Drive, Suite 907Oakland, CA 94612E-Mail: [email protected] PHONE: (510) 208-9606

RFQ No. 901146Page 14

Page 15: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Specifications, Terms & Conditionsfor

Fire Equipment and Supplies<

The GSA Contracting Opportunities website will be the official notification posting place of all Requests for Interest, Proposals, Quotes and Addenda. Go to http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp to view current contracting opportunities.

B. SUBMITTAL OF BIDS

48. All bids must be must be completed and successfully downloaded through Alameda County Online Bid Process BY 2:00 p.m. on the due date specified in the Calendar of Events. Technical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due date and time.

49. Bidders must also submit an attached electronic copy of their proposal. The electronic copy must be in a single file (PDF with OCR preferred), and shall be an exact scanned image of the original hard copy Exhibit A – Bid Response Packet, including additional required documentation.

50. No email (electronic) or facsimile bids will be considered.

51. All costs required for the preparation and submission of a bid shall be borne by Bidder.

52. Only one bid response will be accepted from any one (1) person, partnership, corporation, or other entity; however, several alternatives may be included in one response. For purposes of this requirement, “partnership” shall mean, and is limited to, a legal partnership formed under one or more of the provisions of the California or other state’s Corporations Code or an equivalent statute.

53. All other information regarding the bid responses will be held as confidential until such time as the General Services Agency has completed its evaluation, a recommended award has been made by the General Services Agency, and the contract has been fully negotiated with the intended awardee named in the recommendation to award/non-award notification(s). The submitted proposals shall be made available upon request no later than five (5) business days before the recommendation to award and enter into a contract by the General Services Agency. All parties submitting proposals, either qualified or unqualified, will receive mailed recommend to award/non-award notification(s), which will include the name of the bidder to be recommended for award of this project. In addition, award information will be posted on the County’s “Contracting Opportunities” website, mentioned above.

RFQ No. 901146Page 15

Page 16: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Specifications, Terms & Conditionsfor

Fire Equipment and Supplies<

54. Each bid received, with the name of the bidder, shall be entered on a record, and each record with the successful bid indicated thereon shall, after the award of the order or contract, be open to public inspection.

55. California Government Code Section 4552: In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder.

56. Bidder expressly acknowledges that it is aware that if a false claim is knowingly submitted (as the terms “claim” and “knowingly” are defined in the California False Claims Act, Cal. Gov. Code, §12650 et seq.), County will be entitled to civil remedies set forth in the California False Claim Act. It may also be considered fraud and the Contractor may be subject to criminal prosecution.

57. The undersigned Bidder certifies that it is, at the time of bidding, and shall be throughout the period of the contract, licensed by the State of California to do the type of work required under the terms of the Contract Documents. Bidder further certifies that it is regularly engaged in the general class and type of work called for in the Bid Documents.

58. The undersigned Bidder certifies that it is not, at the time of bidding, on the California Department of General Services (DGS) list of persons determined to be engaged in investment activities in Iran or otherwise in violation of the Iran Contracting Act of 2010 (Public Contract Code Section 2200-2208).

59. It is understood that County reserves the right to reject this bid and that the bid shall remain open to acceptance and is irrevocable for a period of 180 days, unless otherwise specified in the Bid Documents.

C. RESPONSE FORMAT

60. Bid responses must be submitted online through Alameda County Online Bid Process.

61. Bid responses are to be straightforward, clear, concise and specific to the information requested.

RFQ No. 901146Page 16

Page 17: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Specifications, Terms & Conditionsfor

Fire Equipment and Supplies<

62. In order for bids to be considered complete, Bidder must provide responses to all information requested. See Exhibit A – Bid Response Packet.

63. Bid responses, in whole or in part, are NOT to be marked confidential or proprietary. County may refuse to consider any bid response or part thereof so marked. Bid responses submitted in response to this RFQ may be subject to public disclosure. County shall not be liable in any way for disclosure of any such records. Please refer to the County’s website at: http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm for more information regarding Proprietary and Confidential Information policies.

RFQ No. 901146Page 17

Page 18: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

EXHIBIT ABID RESPONSE PACKET

RFQ No. 901146 – <Fire Equipment and Supplies

To: The County of Alameda

From:       (Official Name of Bidder)

AS DESCRIBED IN THE SUBMITTAL OF BIDS SECTION OF THIS RFQ, BIDDERS ARE TO SUBMIT ONE (1) ELECTRONIC COPY OF THE BID IN PDF (with OCR preferred). THE ELECTRONIC COPY MUST HAVE ALL APPROPRIATE PAGES SIGNED

ALL PAGES OF THE BID RESPONSE PACKET (EXHIBIT A) MUST BE SUBMITTED THROUGH ONLINE BID PROCESS AS PDF ATTACHMENT(S) IN TOTAL WITH ALL REQUIRED DOCUMENTS ATTACHED THERETO; ALL INFORMATION REQUESTED MUST BE SUPPLIED; ANY PAGES OF EXHIBIT A (OR ITEMS THEREIN) NOT APPLICABLE TO THE BIDDER MUST STILL BE SUBMITTED AS PART OF A COMPLETE BID RESPONSE, WITH SUCH PAGES OR ITEMS CLEARLY MARKED “N/A”

BIDDERS SHALL NOT SUBMIT TO THE COUNTY A RE-TYPED, WORD-PROCESSED, OR OTHERWISE RECREATED VERSION OF EXHIBIT A – BID RESPONSE PACKET OR ANY OTHER COUNTY-PROVIDED DOCUMENT

ALL NOTATIONS MUST BE PRINTED IN INK OR TYPEWRITTEN; NO ERASURES ARE PERMITTED; ERRORS MAY BE CROSSED OUT AND CORRECTIONS PRINTED IN INK OR TYPEWRITTEN ADJACENT, AND MUST BE INITIALED IN INK BY PERSON SIGNING BID

BIDDER MUST QUOTE PRICE(S) AS SPECIFIED IN RFQ DOCUMENT AND AS SPECIFIED IN THE ONLINE BID PROCESS EVENT

BIDDERS THAT DO NOT COMPLY WITH THE REQUIREMENTS, AND/OR SUBMIT INCOMPLETE BID PACKAGES, SHALL BE SUBJECT TO DISQUALIFICATION AND THEIR BIDS REJECTED IN TOTAL

IF BIDDERS ARE MAKING ANY CLARIFICATIONS AND/OR AMENDMENTS, OR TAKING EXCEPTION TO POLICIES OR SPECIFICATIONS OF THIS RFQ, INCLUDING THOSE TO THE COUNTY SLEB POLICY, THESE MUST BE SUBMITTED IN THE EXCEPTIONS, CLARIFICATIONS, AMENDMENTS SECTION OF THIS EXHIBIT A – BID RESPONSE PACKET IN ORDER FOR THE BID RESPONSE TO BE CONSIDERED COMPLETE

Exhibit A – RFQ No. 901146Page 1

Page 19: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

BIDDER INFORMATION AND ACCEPTANCE

1. The undersigned declares that the Bid Documents, including, without limitation, the RFQ, Addenda, and Exhibits have been read.

2. The undersigned is authorized, offers, and agrees to furnish the articles and/or services specified in accordance with the Specifications, Terms & Conditions of the Bid Documents of RFQ No. 901146 – Fire Equipment and Supplies<.

3. The undersigned has reviewed the Bid Documents and fully understands the requirements in this Bid including, but not limited to, the requirements under the County Provisions, and that each Bidder who is awarded a contract shall be, in fact, a prime Contractor, not a subcontractor, to County, and agrees that its Bid, if accepted by County, will be the basis for the Bidder to enter into a contract with County in accordance with the intent of the Bid Documents.

4. The undersigned acknowledges receipt and acceptance of all addenda.

5. The undersigned agrees to the following terms, conditions, certifications, and requirements found on the County’s website:

Bid Protests / Appeals Process [http://www.acgov.org/gsa/departments/purchasing/policy/bidappeal.htm]

Debarment / Suspension Policy[http://www.acgov.org/gsa/departments/purchasing/policy/debar.htm]

Iran Contracting Act (ICA) of 2010[http://www.acgov.org/gsa/departments/purchasing/policy/ica.htm]

General Environmental Requirements[http://www.acgov.org/gsa/departments/purchasing/policy/environ.htm]

Small Local Emerging Business Program[http://acgov.org/auditor/sleb/overview.htm]

First Source [http://acgov.org/auditor/sleb/sourceprogram.htm]

Online Contract Compliance System[http://acgov.org/auditor/sleb/elation.htm]

General Requirements [http://www.acgov.org/gsa/departments/purchasing/policy/genreqs.htm]

Proprietary and Confidential Information[http://www.acgov.org/gsa/departments/purchasing/policy/proprietary.htm]

Exhibit A – RFQ No. 901146Page 2

Page 20: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

6. The undersigned acknowledges that Bidder will be in good standing in the State of California, with all the necessary licenses, permits, certifications, approvals, and authorizations necessary to perform all obligations in connection with this RFQ and associated Bid Documents.

7. It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions and, if applicable, the site condition. By the submission of a Bid, the Bidder certifies that if awarded a contract they will make no claim against the County based upon ignorance of conditions or misunderstanding of the specifications.

8. Patent indemnity: Vendors who do business with the County shall hold the County of Alameda, its officers, agents and employees, harmless from liability of an nature or kind, including cost and expenses, for infringement or use of any patent, copyright or other proprietary right, secret process, patented or unpatented invention, article or appliance furnished or used in connection with the contract or purchase order.

9. Insurance certificates are not required at the time of submission. However, by signing Exhibit A – Bid Response Packet, the Contractor agrees to meet the minimum insurance requirements stated in the RFQ. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in the RFQ.

10. The undersigned acknowledges ONE of the following (please check only one box):

Bidder is not local to Alameda County and is ineligible for any bid preference; OR

Bidder is a certified SLEB and is requesting 10% bid preference; (Bidder must check the first box and provide its SLEB Certification Number in the SLEB PARTNERING INFORMATION SHEET); OR

Bidder is LOCAL to Alameda County and is requesting 5% bid preference, and has attached the following documentation to this Exhibit:

Copy of a verifiable business license, issued by the County of Alameda or a City within the County; and

Proof of six (6) months business residency, identifying the name of the vendor and the local address. Utility bills, deed of trusts or lease agreements, etc., are acceptable verification documents to prove residency.

Exhibit A – RFQ No. 901146Page 3

Page 21: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Official Name of Bidder:      

Street Address Line 1:      

Street Address Line 2:      

City:       State:       Zip Code:      

Webpage:      

Type of Entity / Organizational Structure (check one):

Corporation Joint Venture

Limited Liability Partnership Partnership

Limited Liability Corporation Non-Profit / Church

Other:      

Jurisdiction of Organization Structure:      

Date of Organization Structure:      

Federal Tax Identification Number:      

Primary Contact Information:

Name / Title:      

Telephone Number:       Fax Number:      

E-mail Address:      

SIGNATURE:

Name and Title of Signer:      

Dated this       day of       20     

Exhibit A – RFQ No. 901146Page 4

Page 22: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

BID FORM

Online Bid Process https://ezsourcing.acgov.org/psp/SS/SUPPLIER/ERP/h/?tab=DEFAULT

In order to be considered for the ACFD Fire Equipment and Supplies contract, bidders must submit pricing on all of the products specified in the Online Bid Form. Failure to submit pricing on any of the products specified will result in disqualification of the bid.

COST SHALL BE SUBMITTED ON EXHIBIT A AS IS. NO ALTERATIONS OR CHANGES OF ANY KIND ARE PERMITTED. Bid responses that do not comply will be subject to rejection in total. The cost quoted shall include all taxes and all other charges, including travel expenses, and is the cost the County will pay for the three-year term of any contract that is a result of this bid.

Quantities listed on Alameda County Online Bid Process are estimates and are not to be construed as a commitment. No minimum or maximum is guaranteed or implied.

By submission of bid through the Alameda County Online Bid Process Bidder certifies to County that all representations, certifications, and statements made by Bidder, as set forth in each entry in the Alameda County Online Bid Process and attachments are true and correct and are made under penalty of perjury pursuant to the laws of California.

On the home page of the Online Bid Process there are online tutorials to help guide bidders through the online bid process.

Exhibit A – RFQ No. 901146Page 5

Page 23: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

REQUIRED DOCUMENTATION AND SUBMITTALS

All of the specific documentation listed below is required to be submitted with the Exhibit A – Bid Response Packet in order for a bid to be deemed complete. Bidders shall submit all documentation, in the order listed below and clearly label each section with the appropriate title (i.e. Table of Contents, Letter of Transmittal, Key Personnel, etc.) and attached it as PDF file(s) to their online bid submissions through Online Bid Process.

1. Table of Contents: Bid responses shall include a table of contents listing the individual sections of the proposal/quotation and their corresponding page numbers.

2. Letter of Transmittal: Bid responses shall include a description of Bidder’s capabilities and approach in providing its goods to the County, and provide a brief synopsis of the highlights of the Proposal and overall benefits of the Proposal to the County. This synopsis should not exceed three (3) pages in length and should be easily understood.

3. Exhibit A – Bid Response Packet: Every bidder must fill out and submit the complete Exhibit A – Bid Response Packet.

(a) Bidder Information and Acceptance:

(1) Every Bidder must select one choice under Item 10 of page 3 of Exhibit A and must fill out, submit a signed page 4 of Exhibit A.

(b) SLEB Partnering Information Sheet:

(1) Every bidder must fill out and submit a signed SLEB Partnering Information Sheet, (found on page 8 of Exhibit A) indicating their SLEB certification status. If bidder is not certified, the name, identification information, and goods/services to be provided by the named CERTIFIED SLEB partner(s) with whom the bidder will subcontract to meet the County SLEB participation requirement must be stated. Any CERTIFIED SLEB subcontractor(s) named, the Exhibit must be signed by the CERTIFIED SLEB(s) according to the instructions. All named SLEB subcontractor(s) must be certified by the time of bid submittal.

(c) References:

(1) Bidders must use the templates on pages 9-10 of this Exhibit A – Bid Response Packet to provide references.

(2) Bidders are to provide a list of three (3) current and three (3) former clients. References must be satisfactory as deemed solely by County. References should have similar scope, volume and requirements to those outlined in these specifications, terms and conditions. Bidders must verify the contact information for all references provided

is current and valid.

Exhibit A – RFQ No. 901146Page 6

Page 24: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Bidders are strongly encouraged to notify all references that the County may be contacting them to obtain a reference.

(4) The County may contact some or all of the references provided in order to determine Bidder’s performance record on work similar to that described in this request. The County reserves the right to contact references other than those provided in the Response and to use the information gained from them in the evaluation process.

(d) Exceptions, Clarifications, Amendments:

(1) This shall include clarifications, exceptions and amendments, if any, to the RFQ and associated Bid Documents, and shall be submitted with your bid response using the template on page 11 of this Exhibit A – Bid Response Packet.

(2) THE COUNTY IS UNDER NO OBLIGATION TO ACCEPT ANY EXCEPTIONS, AND SUCH EXCEPTIONS MAY BE A BASIS FOR BID DISQUALIFICATION.

4. Key Personnel: Bid responses shall include a complete list of all key personnel associated with the RFQ. This list must include all key personnel who will provide services/training to County staff and all key personnel who will provide maintenance and support services. For each person on the list, the following information shall be included:

(a) The person’s relationship with Bidder, including job title and years of employment with Bidder;

(b) The role that the person will play in connection with the RFQ; (c) Address, telephone, fax numbers, and e-mail address; (d) Person’s educational background; and (e) Person’s relevant experience, certifications, and/or merits.

5. Exhibit D – Requirements Checklist: Vendors must submit, with their response, a fully completed Exhibit D, Requirements Checklist. Responses submitted without the Requirements Checklist will be deemed non-responsive. See page 7 of the RFQ, Section E (Requirements Checklist Guidelines) for more information.

6. Financial Statements

(a) Most recent Dun & Bradstreet Supplier Qualifier Report. For information on how to obtain a Supplier Qualifier Report, contact Dun & Bradstreet at 1-800-424-2495 or http://www.dnb.com/government/contractor-management-portal.html;

Exhibit A – RFQ No. 901146Page 7

Page 25: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

SMALL LOCAL EMERGING BUSINESS (SLEB)PARTNERING INFORMATION SHEET

RFQ No. 901146 - Fire Equipment and Supplies<

In order to meet the Small Local Emerging Business (SLEB) requirements of this RFQ, all bidders must complete this form as required below.

Bidders not meeting the definition of a SLEB (http://acgov.org/auditor/sleb/overview.htm) are required to subcontract with a SLEB for at least twenty percent (20%) of the total estimated bid amount in order to be considered for contract award. SLEB subcontractors must be independently owned and operated from the prime Contractor with no employees of either entity working for the other. This form must be submitted for each business that bidders will work with, as evidence of a firm contractual commitment to meeting the SLEB participation goal. (Copy this form as needed.)

Bidders are encouraged to form a partnership with a SLEB that can participate directly with this contract. One of the benefits of the partnership will be economic, but this partnership will also assist the SLEB to grow and build the capacity to eventually bid as a prime on their own.

Once a contract has been awarded, bidders will not be able to substitute named subcontractors without prior written approval from the Auditor-Controller, Office of Contract Compliance (OCC).

County departments and the OCC will use the web-based Elation Systems to monitor contract compliance with the SLEB program (Elation Systems: http://www.elationsys.com/elationsys/index.htm).

BIDDER IS A CERTIFIED SLEB (sign at bottom of page)

SLEB BIDDER Business Name:      

SLEB Certification #:       SLEB Certification Expiration Date:      

NAICS Codes Included in Certification:      

BIDDER IS NOT A CERTIFIED SLEB AND WILL SUBCONTRACT       % WITH THE SLEB NAMED BELOW FOR THE FOLLOWING GOODS/SERVICES:      

SLEB Subcontractor Business Name:      

SLEB Certification #:       SLEB Certification Expiration Date:      

SLEB Certification Status: Small / Emerging

NAICS Codes Included in Certification:      

SLEB Subcontractor Principal Name:      

SLEB Subcontractor Principal Signature: Date:      

Upon award, prime Contractor and all SLEB subcontractors that receive contracts as a result of this bid process agree to register and use the secure web-based ELATION SYSTEMS. ELATION SYSTEMS will be used to submit SLEB subcontractor participation including, but not limited to, subcontractor contract amounts, payments made, and confirmation of payments received.

Bidder Printed Name/Title:____________________________________________________________________________Street Address: _____________________________________________City_____________State______ Zip Code______Bidder Signature: Date:      

Exhibit A – RFQ No. 901146Page 8

Page 26: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

CURRENT REFERENCES

RFQ No. 901146 - Fire Equipment and Supplies<

Bidder Name:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Exhibit A – RFQ No. 901146Page 9

Page 27: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

FORMER REFERENCES

RFQ No. 901146 - Fire Equipment and Supplies<

Bidder Name:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Company Name:       Contact Person:      Address:       Telephone Number:      City, State, Zip:       E-mail Address:      Services Provided / Date(s) of Service:      

Exhibit A – RFQ No. 901146Page 10

Page 28: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

EXCEPTIONS, CLARIFICATIONS, AMENDMENTS

RFQ No. 901146 - Fire Equipment and Supplies<

Bidder Name:      

List below requests for clarifications, exceptions and amendments, if any, to the RFQ and associated Bid Documents, and submit with your bid response.

The County is under no obligation to accept any exceptions and such exceptions may be a basis for bid disqualification.

Reference to: DescriptionPage No. Section Item No.

p. 23D 1.c. Vendor takes exception to…

                       

                       

                       

                       

                       

                       

                       

                       

                       

                       

*Print additional pages as necessary

Exhibit A – RFQ No. 901146Page 11

Page 29: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

EXHIBIT BINSURANCE REQUIREMENTS

Insurance certificates are not required at the time of submission; however, by signing Exhibit A – Bid Packet, the bidder agrees to meet the minimum insurance requirements stated in the RFQ, prior to award. This documentation must be provided to the County, prior to award, and shall include an insurance certificate and additional insured certificate, naming the County of Alameda, which meets the minimum insurance requirements, as stated in this Exhibit B – Insurance Requirements.

The following page contains the minimum insurance limits, required by the County of Alameda, to be held by the Contractor performing on this RFQ:

*** SEE NEXT PAGE FOR COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS ***

Exhibit B – RFQ No. 901146Page 1

Page 30: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

EXHIBIT B

COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS

Without limiting any other obligation or liability under this Agreement, the Contractor, at its sole cost and expense, shall secure and keep in force during the entire term of the Agreement or longer, as may be specified below, the following insurance coverage, limits and endorsements:

TYPE OF INSURANCE COVERAGES MINIMUM LIMITSA Commercial General Liability

Premises Liability; Products and Completed Operations; Contractual Liability; Personal Injury and Advertising Liability

$1,000,000 per occurrence (CSL)Bodily Injury and Property Damage

B Commercial or Business Automobile LiabilityAll owned vehicles, hired or leased vehicles, non-owned, borrowed and permissive uses. Personal Automobile Liability is acceptable for individual contractors with no transportation or hauling related activities

$1,000,000 per occurrence (CSL)Any AutoBodily Injury and Property Damage

C Workers’ Compensation (WC) and Employers Liability (EL)Required for all contractors with employees

WC: Statutory LimitsEL: $100,000 per accident for bodily injury or disease

D Endorsements and Conditions : 1. ADDITIONAL INSURED: ALL INSURANCE REQUIRED ABOVE WITH THE EXCEPTION OF PERSONAL AUTOMOBILE

LIABILITY, WORKERS’ COMPENSATION AND EMPLOYERS LIABILITY, SHALL BE ENDORSED TO NAME AS ADDITIONAL INSURED: COUNTY OF ALAMEDA, ITS BOARD OF SUPERVISORS, THE INDIVIDUAL MEMBERS THEREOF, AND ALL COUNTY OFFICERS, AGENTS, EMPLOYEES AND REPRESENTATIVES.

2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement with the following exception: Insurance policies and coverage(s) written on a claims-made basis shall be maintained during the entire term of the Agreement and until 3 years following termination and acceptance of all work provided under the Agreement, with the retroactive date of said insurance (as may be applicable) concurrent with the commencement of activities pursuant to this Agreement.

3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies shall be primary insurance to any insurance available to the Indemnified Parties and Additional Insured(s). Pursuant to the provisions of this Agreement, insurance effected or procured by the Contractor shall not reduce or limit Contractor’s contractual obligation to indemnify and defend the Indemnified Parties.

4. INSURER FINANCIAL RATING: Insurance shall be maintained through an insurer with a A.M. Best Rating of no less than A:VII or equivalent, shall be admitted to the State of California unless otherwise waived by Risk Management, and with deductible amounts acceptable to the County. Acceptance of Contractor’s insurance by County shall not relieve or decrease the liability of Contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor.

5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.

6. JOINT VENTURES: If Contractor is an association, partnership or other joint business venture, required insurance shall be provided by any one of the following methods:– Separate insurance policies issued for each individual entity, with each entity included as a “Named Insured (covered party),

or at minimum named as an “Additional Insured” on the other’s policies.– Joint insurance program with the association, partnership or other joint business venture included as a “Named Insured.

7. CANCELLATION OF INSURANCE: All required insurance shall be endorsed to provide thirty (30) days advance written notice to the County of cancellation.

8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, Contractor shall provide Certificate(s) of Insurance and applicable insurance endorsements, in form and satisfactory to County, evidencing that all required insurance coverage is in effect. The County reserves the rights to require the Contractor to provide complete, certified copies of all required insurance policies. The require certificate(s) and endorsements must be sent to:

- Department/Agency issuing the contract- With a copy to Risk Management Unit (125 – 12th Street, 3rd Floor, Oakland, CA 94607)

Certificate C-1 Page 1 of 1 Form 2001-1 (Rev. 03/15/06)

Exhibit B – RFQ No. 901146Page 2

Page 31: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

EXHIBIT CVENDOR BID LIST

RFQ No. 901146 - Fire Equipment and Supplies

Below is the Vendor Bid List for this project consisting of vendors who have responded to RFI No. 901146 and/or been issued a copy of this RFQ. This Vendor Bid List is being provided for informational purposes to assist bidders in making contact with other businesses as needed to develop local small and emerging business subcontracting relationships to meet the requirements of the Small Local Emerging Business (SLEB) Program: http://www.acgov.org/gsa/departments/purchasing/policy/slebpref.htm.

RFQ No. 901146 - Fire Equipment and SuppliesBusiness Name Contact

NameContact Phone Address City ST Email

Fire Protection Specialists Ron Looney 925-846-4448 5729 Sonoma Dr. Pleasanton CA [email protected]

L.N. Curtis & Sons Paul Curtis 510-839-5111 1800 Peralta St. Oakland CA [email protected]

L.N. Curtis & Sons Kevin Krause 510-839-5111 1800 Peralta St. Oakland CA [email protected]

Signature Marketing Diane Winkler 510-530-8858 3944 Laguna Ave. Oakland CA [email protected]

Bay Rubber Co. Tom MacKenzie 510-635-9151 PO Box 23722 Oakland CA [email protected]

Industrial Saftey Supply Barry Woods 510-658-0414 PO Box 8686 Emeryville CA [email protected]

Fastenal Kenny Louis 510-639-0890 6603 San Leandro St. Oakland CA [email protected]

Mallory Company Ramona Wallace 800-426-6830 1040 Industrial Way Longview WA [email protected]

Mallory Company Ed Grohe 650-776-7671 44380 Osgood Rd. Fremont CA [email protected]

AllStar Fire Equipment Larry Warren 510-714-5604 2552 Barrington Ct. Hayward CA [email protected]

AllStar Fire Equipment Larry Warren 510-714-5604 2552 Barrington Ct. Hayward CA [email protected]

Outsource Consulting Services Jay Sanders 510-986-0686 x113 222 14th St., #100 Oakland CA [email protected]

Bay Area Fire Extinguisher Joseph Pampliega 510-232-5136 3675 Rocky Shore Ct. Vallejo CA [email protected] Radiator Ian Hogan 510-832-2699 351 Embarcadero East Oakland CA [email protected]

AA/Acme Locksmiths Michael Harris 510-483-6584 1922 Republic Ave. San Leandro CA [email protected] Engine & Equipment Mike Bachelder 510-351-5475 1001 San Leandro Blvd. San Leandro CA [email protected] Exchange Dick Bertani 707-864-2700 P.O. Box 408 Fairfield CA [email protected] Jorge Ramirez 510-297-5939 1592 Doolittle Dr. San Leandro CA [email protected] Ladder Company 909-591-7561 5167 G St. Chino CA [email protected] Corporation Rich Zoller 775-359-3031 3895-a Corsair St. Reno NV [email protected] Cleaning Services Serkadis Tefera 510-485-8282 PO Box 55690 Hayward CA [email protected] the Bay Pest Control Karen Waugh 510-278-7400 PO Box 989 Livermore CA [email protected] & C Truck Parts Mark Wadkins 925-484-0770 3938 Valley Ave. Pleasanton CA [email protected] Distribution Clayton Foster 866-438-6767 Dept CH 14079 Palatine IL [email protected] Compressors Tim McGuire 925-449-7210 267 East Airway Blvd. Livermore CA [email protected] Central Printing Mike Mahmoudy 510-429-9111 33401 Western Ave. Union City CA [email protected] Equipment and Repair Rich Ritzer 510-783-9050 3393 Enterprise Ave. Hayward CA [email protected]'s Business Products Margee Witt 510-483-3600 1645 Alvarado St. San Leandro CA [email protected] Fire Apparatus John Burton 209-544-3161 1301 Doker Dr. Modesto CA [email protected] Fire Apparatus John Borges 209-544-3161 1301 Doker Dr. Modesto CA [email protected]

Exhibit C – RFQ No. 901146Page 1

Page 32: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

RFQ No. 901146 - Fire Equipment and SuppliesBusiness Name Contact

NameContact Phone Address City ST Email

Campway's Truck Accesory World Jedidiah Forrest 510-278-9303 28168 Mission Blvd. Hayward CA [email protected]'s T Shirt Corner Carlene Mietz 510-481-5069 15098 E 14th St. San Leandro CA [email protected] Fire Equipment Brian Blake 925-606-1517 5930 Las Positas Rd. Livermore CA [email protected] Oil Brian Dedeaux 408-252-7720 2075 Alum Rock Ave. San Jose CA [email protected]

Coast Oil Kevin Larson 408-252-7720 2075 Alum Rock Ave. San Jose CA [email protected]

Coordinated Wire Rope Ron Kutzman 510-569-6911 790 139th Ave. San Leandro CA [email protected]

Cummins West Walter Holt 510-351-6101 14775 Wicks Blvd. San Leandro CA [email protected] Bay Restaurant Supply Howard Cantrall 510-465-4300 49 Fourth St. Oakland CA [email protected] Changers 925-734-5800 4511 Willow Rd., # 1 Pleasanton CA [email protected] Garage 510-483-8200 2051 Williams St. San Leandro CA [email protected]

Pankey's Radiator Shop 510-351-0234 21805 Foothill Blvd. Hayward CA [email protected]'s Hardware 510-581-7633 2569 Castro Valley Blvd. Castro Valley CA [email protected] Interiors 925-734-3600 4733 Chabot Dr. Pleasanton CA [email protected]. Automotive 510-351-0913 534 Lewelling Blvd. San Leandro CA [email protected]'s Inflatable Services 510-522-1824 1914 Stanford St. Alameda CA [email protected] Leandro Electric Supply 510-638-7760 633 San Leandro Blvd. San Leandro CA [email protected] & Sons Tire Pros 925-463-3443 3687 Old Santa Rita Rd. Pleasanton CA [email protected] by Randy 209-848-0330 500 East F St. Oakdale CA [email protected] Automotive Systems 510-569-9870 1366 Doolittle Dr. San Leandro CA [email protected] Steemer 510-614-6833 3041 Teagarden St. San Leandro CA [email protected] Supply Company 510-893-7572 2401 Peralta St. Oakland CA [email protected]'s Body Shop 510-654-1497 494 36th St. Oakland CA [email protected] 510-932-5764 PO Box 12166 Pleasanton CA [email protected] Toyz 510-382-0800 2368 Davis St. San Leandro CA [email protected] Power Systems North 510-635-8991 2070 Farallon Dr. San Leandro CA [email protected] 510-352-3800 15063 Wicks Blvd. San Leandro CA [email protected] Automotive 510-351-8640 621 Fargo Ave. San Leandro CA [email protected] Dailey Charlie Clark 510-351-5800 800 Davis St. San Leandro CA [email protected] Auto Parts Steve Jones 510-533-3333 4425 International Blvd. Oakland CA [email protected]

General Auto Repair Steve Jones 510-533-3333 4425 International Blvd. Oakland CA [email protected]

Golden State Fire Apparatus 209-522-0422 1237 Doker Dr. Modesto CA [email protected]/Wingfoot Mike Carano 510-783-6700 25880 Clawiter Rd. Hayward CA [email protected]

Grainger Sheila Chesson 510-670-1095 7801 Capwell Dr. Oakland CA [email protected]

Hayward Car Wash 510-538-9274 1367 A St. Hayward CA [email protected] Quick Lube 510-888-9799 1360 B St. Hayward CA [email protected] 209-847-3042 444 W. Greger St. Oakdale CA benr@[email protected] and Fittings 916-372-3888 3011 Teagarden St. San Leandro CA [email protected] Bob Frintner 262-947-9901 10225 82nd Ave. Pleasant Prairie WI [email protected] Wheel & Brake 510-656-5758 45499 Industrial Pl., #8 Fremont CA [email protected]'s Mobile Glass 510-583-1015 14450 Griffith St. San Leandro CA [email protected] Electronics Shaun Salvino 631-567-0314 170 Cherry Ave. West Sayville NY [email protected]. Curtis John Cassani 510-839-5111 1800 Peralta St. Oakland CA [email protected] Auto Electric 916-646-6626 3001 L St. Sacramento CA [email protected] Joe Mannina 510-783-8910 19813 Cabot Rd. Hayward CA [email protected] Auto Group Johanna Pschier 925-294-7700 2266 Kitty Hawk Rd. Livermore CA [email protected] Brothers Powder Coating Carl Maas 925-294-8200 285 South Vasco Rd. Livermore CA [email protected] 562-692-5911 9630 Norwalk Blvd. Sante Fe Springs CA [email protected] Transmission 209-537-2791 417 Winmoore Way, #A Modesto CA [email protected] Depot 510-633-2582 1933 Davis Dr. San Leandro CA [email protected]

Exhibit C – RFQ No. 901146Page 2

Page 33: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

Exhibit C – RFQ No. 901146Page 3

Page 34: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

EXHIBIT DREQUIREMENTS CHECKLIST

RFQ No. 901146–Fire Equipment and Supplies

The ACFD has very specific requirements concerning the style and fabrication of protective clothing for its firefighting personnel. The following section of this RFQ contains exact ACFD requirements. Bidder must be in complete compliance with all stated product requirements. For each item in Exhibit D, bidder is to state “Yes” under the “Complies” column if in compliance with all specifications stated. If bidder does not comply with any specification stated for each item, they are to state “No” in the “Complies” column and must clearly state any and all exceptions to the specifications listed in the “Exceptions” column. The County, at its sole discretion, shall have the right to deem acceptable or unacceptable any exceptions stated by bidder. The County reserves the sole right to reject and disqualify a substituted component that it determines does not or will not meet or exceed County standards.

EXCEPTIONS TO SPECIFICATIONS: Any and all exceptions to the below specifications must be clearly stated below.

The requirements listed in this section describe the protective jacket and pants for structural firefighting and protective jacket and pants for wildland firefighting.

No. Description Complies Exceptions

A.

PROTECTIVE JACKET AND PANTS FOR STRUCTURAL FIRE FIGHTINGThe below specification details the design and materials criteria to afford protection to the upper and lower body, excluding head, hands, feet, against adverse environmental effects during structural fire fighting. All materials and construction will meet or exceed National Fire Protection Association (NFPA) Standard #1971 and OSHA for structural fire fighters protective clothing. Garments shall be manufactured in the United States.

1. Sizing:In order to insure that every member of the department can safely perform to the maximum of their ability without extra bulk and without restriction, Jackets and Pants shall be available in all sizes and dimensions as follows:

Pants: Gender: Gender specific Men’s and Women’s

patterns Waist: Even sizes Body Shape: Relaxed and Regular Note: Relaxed is a fuller cut

in the hips and thighs, like relaxed jeans. Inseam: Even sizes

Jackets: Gender: Gender specific Men’s and Women’s

Exhibit D – RFQ No. 901146Page 1

Page 35: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

patterns will be available.

Chest: Even sizes Back Length: Mens 35” (Optional Men’s 29”, 32”, 40”)

(Optional Women’s 26”, 29”) Body Shape: Straight and Tapered Note: The straight cut offers

more fullness at the hips (i.e. jacket sweep) and is recommended when an IH Ready trouser is beingspecified.

Sleeve: 1” increments

Jackets and Pants available in only one standard shape will not be acceptable.

2.

Outer Shell Material – Jackets and Pants: The outer shell shall be constructed of TENCATE "BLACK ADVANCE™ PCA (Producer Colored Aramid)" 50/50 Kevlar®/Nomex® blend material with an approximate weight of 7.0 oz. per square yard. The shell material must be treated with SST (SUPER SHELLTITE) which is a durable water-repellent finish that also enhances abrasion resistance. Color of the garments shall be black. Bids offering this shell material without the SST will not be considered. An alternate bid of black Advance in place of the black Advance™ PCA will not be considered.

3.

Thermal Insulating Liner – Jackets and Pants: The thermal liner shall be constructed of 7.6 oz. per square yard TENCATE “CALDURA® SL2i”; one layer of 1.5 oz. and one layer of 2.3 oz. per square yard Nomex® E-89™ spunlaced Nomex®/Kevlar® aramid blend, quilt stitched to a Kevlar® filament and FR rayon/para-aramid/nylon inherently wicking Caldura® face cloth. A 7 inch by 9 inch pocket, constructed of self material and lined with moisture barrier material, shall be affixed to the inside of the jacket thermal liner on the left side by means of a lock stitch. The thermal liner shall be attached to the moisture barrier and bound together by bias-cut neoprene coated cotton/polyester around the perimeter. This provides superior abrasion resistance to the less expensive, less durable, “stitch and turn” method. Further mention of “Thermal Liner” in this specification shall refer to this section. NOTE: This thermal liner MUST be used exclusively with a minimum 7 oz. per square yard outer shell material or with Crosstech 4A moisture barrier.

4.

Moisture Barrier – Jackets and Pants: The moisture barrier material shall be W.L. GORE CROSSTECH® black moisture barrier - Type 2F, which is comprised of a CROSSTECH® membrane laminated to a 3.3 ounce per square yard Nomex® IIIA woven pajama check substrate. The CROSSTECH® membrane is an enhanced bicomponent membrane comprised of an expanded PTFE (polytetrafluoroethylene, for example Teflon®) matrix having a continuous hydrophilic (i.e. water-loving) and oleophobic (i.e. oil-hating) coating that is impregnated into the matrix. CROSSTECH® moisture barrier seams shall be sealed with GORE-SEAM® tape using a Series 6000 (or higher) GORE-SEAM™ sealing machine to afford comparable bacteriophage penetration resistance performance. Further mention of “Specified Moisture Barrier” in this specification shall refer to this section.

Exhibit D – RFQ No. 901146Page 2

Page 36: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

5.

Sealed Moisture Barrier Seams: All moisture barrier seams shall be sealed with a minimum 1 inch wide sealing tape. One side of the tape shall be coated with a heat activated glue adhesive. The adhesive side of the tape shall be oriented toward the moisture barrier seam. The adhesive shall be activated by heat and the sealing tape shall be applied to the moisture barrier seams by means of pressure exerted by rollers for that purpose.

6.

Method of Thermal Liner/Moisture Barrier Attachment for Jackets and Pants: The thermal liner and moisture barrier shall be completely removable from the jacket shell. Two strips of 5/8 inch wide FR Velcro® fastener tape shall secure the thermal liner/moisture barrier to the outer shell along the length of the neck line under the collar (see Collar section). The remainder of the thermal liner/moisture barrier shall be secured with snap fasteners appropriately spaced on each jacket facing and Ara-Shield® snap fasteners at each sleeve end. One of the Ara-shield® snap tabs shall be a different color in the liner to correspond with color coded snap tabs for ease of matching the liner system to the outer shell after inspection or cleaning is completed. There shall be 3 snap tabs at the hem of the jacket to further secure the liner to the outer shell.The thermal liner and moisture barrier shall be completely removable from the pant shell. Nine snap fasteners shall be spaced along the waistband to secure the thermal liner to the shell. The legs of the thermal liner/moisture barrier shall be secured to the shell by means of Ara-Shield® snap fasteners, 2 per leg. The Ara-shield® snap tabs shall be color coded to a corresponding snap tab in the liner for ease of matching the liner system to the outer shell after inspection or cleaning is completed.

7.Thermal Protective Performance: The assembled garment, consisting of an outer shell, moisture barrier and thermal liner, shall exhibit a TPP (Thermal Protective Performance) rating of not less than 35.

8.

Stitching:The outer shell shall be assembled using stitch type #301, #401, #514 and #516. The thermal liners and moisture barriers shall be assembled using stitch type #301, #401, #504, #514, and #516. Stitching in all seams shall be continuous. Major A outer shell structural seams and major B structural liner seams, shall have a minimum of 8 to 10 stitches per inch. All major A seams shall be sewn with ball point needles only. All seams shall be continuously stitched only.

Jacket Construction

9.

Body: The body of the shell and AXTION® liner system shall be constructed of three separate panels consisting of two front panels and one back panel. The body panels shall be shaped so as to provide a tailored fit thereby enhancing body movement and shall be joined together by double stitching with Nomex® thread. One-piece outer shells shall not be acceptable.

10. Axtion Back:

Exhibit D – RFQ No. 901146Page 3

Page 37: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

The body of the shell and AXTION® liner system shall be constructed of three separate panels consisting of two front panels and one back panel. The body panels shall be shaped so as to provide a tailored fit thereby enhancing body movement and shall be joined together by double stitching with Nomex® thread. One-piece outer shells shall not be acceptable. The jackets shall include inverted pleats to afford enhanced mobility and freedom of movement in addition to that provided by the AXTION® sleeves. The outer shell shall have two inverted pleats (one each side) installed on either side of the back body panel. The inverted pleats shall begin at the top of each shoulder and extend vertically down the sides of the jacket to the hem. Maximum expansion of the pleats shall occur at the shoulder area and taper toward the hem. The thermal liner shall have a single inverted pleat located at the upper middle of the back, corresponding to the added length in the shell provided by the AXTION® back pleats. It will be designed to expand with the outer shell pleats to provide maximum expansion.The moisture barrier shall be designed with darts corresponding to the added length in the shell provided by the AXTION® back pleats. The darts are positioned at the shoulder blades of the moisture barrier, outside of the SCBA straps and work together with the outer shell and the thermal liner pleats in the AXTION® back providing maximum expansion. The moisture barrier darts will be seam sealed to assure liquid resistance integrity.

11.

Drag Rescue Device (DRD):A Firefighter Drag Rescue Device shall be installed in each jacket. The ends of a 1½ inch wide strap, constructed of black Kevlar® with a red Nomex® center stripe, will be sewn together to form a continuous loop. The strap will be installed in the jacket between the liner system and outer shell such that when properly installed will loop around each arm. The strap will be accessed through a portal between the shoulders on the upper back where it is secured in place by an FR strap. The access port will be covered by an outside flap of shell material, with beveled corners designed to fit between the shoulder straps of an SCBA. The flap will have a NFPA-compliant 3M Scotchlite™ reflective logo patch sewn to the outside to clearly identify the feature as the DRD (Drag Rescue Device). The DRD shall not extend beyond the outside flap. This device provides a quickly deployed means of rescuing a downed firefighter. Flimsy, rope-style DRD straps will not be considered. The DRD shall be removable for Laundering.

12. Liner Access Opening:The thermal liner and moisture barrier shall be completely removable from the jacket shell. Two strips of ⅝ inch wide FR Velcro® fastener tape shall secure the thermal liner/moisture barrier to the outer shell along the length of the neckline under the collar. This opening shall run the full length of the collar for the purpose of inspecting the inner surfaces of the jacket liner system. The remainder of the thermal liner/moisture barrier shall be secured with a minimum of four snap fasteners appropriately spaced on each jacket facing and four Ara-Shield® snap fasteners at each sleeve end. The outside perimeter of the AXTION® liner moisture barrier and thermal liner layers shall be bound together along the side and bottom edges with a bias-cut neoprene coated cotton/polyester binding for a

Exhibit D – RFQ No. 901146Page 4

Page 38: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

finished appearance that prevents fraying and wicking of contaminants. Stitching used to secure the thermal liner and moisture barrier in place of the neoprene shall not be considered, since stitching is not able to provide the same level of abrasion resistance.

13.

Retroreflective Fluorescent Trim: The retroreflective fluorescent trim shall be lime/yellow 3M Scotchlite™ Triple Trim (L/Y borders with silver center). Each jacket shall have an adequate amount of retroreflective fluorescent trim affixed to the outside of the outer shell to meet the requirements of NFPA 1971 and OSHA.The trim shall be in the following widths and shall be NYC style; 3 inch wide stripes - around the bottom of the jacket within approximately 1 inch of the hem, around the back and chest area approximately 3 inches below the armpit, around each sleeve below the elbow, around each sleeve above the elbow.

14.

Reinforced Trim Stitching:All reflective trim is secured to the outer shell with Nomex® thread, using a locking chainstitch protected by our exclusive TrimTrax® system. Developed exclusively by Globe Manufacturing Co., LLC. this strip of 3/32-inch strong, durable, flame resistant black Kevlar® cording provides a bed for the stitching along each edge of the retroreflective fluorescent trim surface and affords extra protection for the thread from abrasion. TrimTrax® has been proven to be 5 to 7 times more durable than single or even double rows of stitching, significantly reducing maintenance costs and providing more value and a longer service life. Two rows of stitching used to attach the trim in place of the TrimTrax® shall be considered an unacceptable alternative, since it has been proven that the two rows of stitching has insignificant impact on wear life. All trim ends shall be securely sewn into a seam for a clean finished appearance.

15.

Sewn on Retroreflective Lettering:Each jacket shall have 3” lime/yellow 3M Scotchlite™ lettering on Row A reading: ALAMEDA Each jacket shall have 3” lime/yellow 3M Scotchlite™ lettering on Row B reading: COUNTYEach jacket shall have 3” lime/yellow 3M Scotchlite™ lettering on sewn on letter patch reading: (FF NAME)

16.Sewn-On Letter Patch:Lettering just above bottom trim band will be on a sewn-on letter patch. The sewn-on letter patch shall be constructed of a layer of outer shell material.

17. COLLAR & FREE HANGING THROAT TAB: The collar shall consist of a four-layer construction and be of two-piece design. The collar shall have a minimum of 3 rows of quilting. The outer layers shall consist of outer shell material, with a minimum of two-layers of specified moisture barrier sandwiched in between (see Moisture Barrier section). The rear inside ply of moisture barrier shall be sewn to the collar’s back layer of outer shell at the edges only. The forward inside ply of moisture barrier shall be sewn to the inside of the collar at the edges only. The multi-layered configuration shall provide protection from water and other hazardous elements. The collar shall be of two piece design

Exhibit D – RFQ No. 901146Page 5

Page 39: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

with the left and right halves of all component materials joined in the center by stitching, thereby permitting the collar to retain its proper shape and roll. The collar shall be minimum 3½ inches high and graded to size. The leading edges of the collar shall extend up evenly from the leading edges of the jacket front body panels so that no gap occurs at the throat area. The collar’s back layers of outer shell and moisture barrier shall be joined to the body panels with two rows of stitching. Inside the collar, above the rear seam where it is joined to the shell shall be a strip of ⅝ inch wide FR Velcro® hook fastener tape running the full length of the collar. The collar’s front layers of moisture barrier and outer shell shall have an additional strip of ⅝ inch wide hook fastener tape stitched to the inside lower edge and running the full length of the collar. These two inside strips of ⅝ inch wide FR Velcro® hook fastener tape sewn to the underside of the collar shall engage corresponding pieces of FR Velcro® loop fastener tape at the front and back neck area of the liner system. The throat tab shall be a scoop type design and constructed of two plies of outer shell material with two center plies of moisture barrier material. The throat tab shall measure not less than 3 inches wide at the center tapering to 2 inches at each end with a total length of approximately 9 inches. The throat tab will be attached to the right side of the collar by a 1 inch wide by 1 inch long piece of Nomex® twill webbing. The throat tab shall be secured in the closed and stowed position with FR Velcro® hook and loop fastener tape. The FR Velcro® hook and loop fastener tape shall be oriented to prevent exposure to the environment when the throat tab is in the closed position. Two 1½ inch by 3 inch pieces of FR Velcro® loop fastener tape shall be sewn vertically to the inside of each end of the throat tab. Corresponding pieces of FR Velcro® hook fastener tape measuring 1 inch by 3 inches shall be sewn horizontally to the leading outside edge of the collar on each side, for attachment and adjustment when in the closed position and wearing a breathing apparatus mask. In order to provide a means of storage for the throat tab when not in use, a 1 inch by 3 inch piece of FR Velcro® hook fastener tape shall be sewn horizontally to the inside of the throat tab immediately under the 1½ inch by 3 inch pieces of FR Velcro® loop fastener tape. The collar closure strap shall fold in half for storage with the FR Velcro® loop fastener tape engaging the FR Velcro® hook fastener tape. A hanger loop constructed of a double layer of outer shell material shall be sewn to the top of the collar at the center.

18. Jacket Front: The jacket shall incorporate separate facings to ensure there is no interruption in thermal or moisture protection in the front closure area. The facings shall measure approximately 3 inches wide, extend from collar to hem, and be double stitched to the underside of the outer shell at the leading edges of the front body panels. A breathable moisture barrier material shall be sewn to the jacket facings and configured such that it is sandwiched between the jacket facing and the inside of the respective body panel. The breathable film side shall face inward to protect it. There shall be wicking barrier constructed of Crosstech 2F moisture barrier material installed on the front closure system on the left and right side directly below the front facings to ensure continuous protection and overlap. The thermal liner and moisture

Exhibit D – RFQ No. 901146Page 6

Page 40: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

barrier assembly shall be attached to the jacket facings by means of snap fasteners.

19.

Storm Flap:A rectangular storm flap measuring approximately 6 inches wide and a minimum of 23 inches long (based on a 32” jacket) shall be centered over the left and right body panels to ensure there is no interruption in thermal or moisture protection in the front of the jacket. The outside storm flap shall be constructed of two plies of outer shell material with a center ply of breathable moisture barrier material. The outside storm flap shall be double stitched to the right side body panel and shall be reinforced at the top and bottom with bartacks.

20.

Storm Flap and Jacket Front Closure System: The jacket shall be closed by means of four non-ferrous inward facing hook and dee rings plus FR Velcro® fastener tape on the storm flap. The inner closure hook and dee rings shall be riveted to the leading edges of the left and right jacket body panels. The rivets shall be reinforced on the inside of the respective body panels with leather. The inward facing hooks shall be installed on the right front body panel and the dee rings shall be installed on the left front body panel. The storm flap shall close over the left and right jacket body panels and shall be secured with FR Velcro® fastener tape. A 1½ inch piece of FR Velcro® loop fastener tape shall be sewn with four rows of stitching along the leading edge of the storm flap on the underside. A corresponding 1½ inch piece of FR Velcro® hook fastener tape shall be sewn with four rows of stitching to the left front body panel and positioned to engage the loop fastener tape when the storm flap is closed over the front of the jacket.

21. Cargo/Handwarmer Expansion (Bellows) Pockets:Each jacket front body panel shall have a 2 inch deep by 8 inch wide by 8 inch high expansion pocket, double stitched to it and shall be located such that the bottom of the pockets are at the bottom of the jacket for full functionality when used with an SCBA. Retroreflective trim shall run over the bottom of the pockets so as not to interrupt the trim stripe. Two rust resistant metal drain eyelets shall be installed in the bottom of each expansion pocket to facilitate drainage of water. The expansion pocket shall be reinforced with a layer of Kevlar®, which shall be a full pouch on the inside of the pocket. The pocket flaps shall be rectangular in shape, constructed of two layers of outer shell material and shall measure 3 inches deeper than the pocket expansion and ½ inch wider than the pocket. The upper pocket corners shall be reinforced with proven backtacks and pocket flaps shall be reinforced with bartacks. The pocket flaps shall be closed by means of FR Velcro® fastener tape. Two pieces of 1 ½ inch by 3 inch FR Velcro® hook fastener tape shall be installed vertically on the inside of each pocket flap (one piece on each end). Two corresponding pieces of 1 ½ inch by 3 inch FR Velcro® loop fastener tape shall be installed horizontally on the outside of each pocket near the top (one piece on each end) and positioned to engage the hook fastener tape. Additionally, a separate hand warmer pocket compartment will be provided under the expandable cargo pocket. This compartment will be accessed from the rear of the pocket and shall be lined with Nomex® Fleece for warmth and comfort. Shell material linings shall not be

Exhibit D – RFQ No. 901146Page 7

Page 41: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

considered acceptable.Pockets on 35” length jackets shall be lowered to the hem enabling the retroreflective trim to run over the bottom of the pockets so as not to interrupt the trim stripe.

22.Expansion Pocket Reinforcements: The lower half of the expansion pockets shall be reinforced on the outside with a layer of black Dragonhide® material.

23.

Axtion Sleeves: The sleeves shall be of two piece construction, having an upper and a lower sleeve. Both the under and upper sleeve shall be graded in proportion to the chest size. For unrestricted movement, on the underside of each sleeve there shall be two outward facing pleats located on the front and back portion of the sleeve on the shell and thermal liner. On the moisture barrier, the system will consist of two darts, rather than pleats, to allow added length in the under sleeve. The moisture barrier darts will be seam sealed to assure liquid resistance integrity.The pleats shall expand in response to upper arm movement and shall fold in on themselves when the arms are at rest. This expansion shall allow for greater multi-directional mobility and flexibility in the shoulder and arm areas, with little restriction or jacket rise. Neither stove-pipe nor raglan-style sleeve designs will be considered acceptable.

24.

Sleeve Cuff Reinforcements: The sleeve cuffs shall be reinforced with a layer of black Dragonhide® material. The cuff reinforcements shall not be less than 2 inch in width and folded in half, approximately one half inside and one half outside the sleeve end for greater strength and abrasion resistance. The cuff reinforcement shall be double stitched to the sleeve end; a single row of stitching shall be considered unacceptable. This independent cuff provides an additional layer of protection as compared to a turned and stitched cuff. Jackets finished with a turned and stitched cuff do not provide the same level of abrasion resistance and will be considered unacceptable.

25. Wristlets / Elasticized Adjustable Sleeve Wells:Each jacket shall be equipped with Nomex® hand and wrist guards (over the hand) not less than 7 inches in length and of double thickness. A separate thumbhole with an approximate diameter of 2 inches shall be recessed approximately 1 inch from the leading edge. Nomex® knit is constructed of 96% Nomex® and 4% Spandex for shape retention. The color of the wristlets shall be white.The wristlets shall be sewn to the end of the liner sleeves. Flame resistant neoprene coated cotton/polyester impermeable barrier material shall be sewn to the inside of the sleeve shell approximately 5 inches from the sleeve end and extending toward the cuff forming the sleeve well. The neoprene sleeve well shall form an elasticized cuff end with an FR Velcro®

tab providing a snug fit at the wrist and covering the knit wristlet. This sleeve well configuration serves to prevent water and other hazardous elements from entering the sleeves when the arms are raised. The neoprene barrier material shall also line the inside of the sleeve shell from the cuff to a point approximately 5 inches back, where it joins the sleeve well and is double stitched to the shell. Four Ara-shield® snap tabs will be

Exhibit D – RFQ No. 901146Page 8

Page 42: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

sewn into the juncture of the sleeve well and wristlet. The tabs will be spaced equidistant from each other and shall be fitted with female snap fasteners to accommodate corresponding male snaps in the liner sleeves. One of the Ara-shield® snap tabs shall be a different color in the liner to correspond with color coded snap tabs for ease of matching the liner system to the outer shell after inspection or cleaning is completed. This configuration will ensure there is no interruption in protection between the sleeve liner and wristlet.

26.

Liner Elbow Thermal Enhancement:An additional layer of thermal liner material shall be sewn to the elbow area of the liner system for added protection at contact points and increased thermal insulation in this high compression area. The elbow thermal enhancement layers shall be sandwiched between the thermal liner and moisture barrier layers of the liner system and shall be stitched to the thermal liner layer only. Finished dimension shall be 5 inches by 8 inches. All edges shall be finished by means of overedging. Raw or unfinished edges shall be considered unacceptable. Thermal scraps shall not be substituted for full-cut fabric padding.

27.

Liner Shoulder and Upper Back Thermal Enhancement: A minimum of one additional layer of thermal liner material shall be used to increase thermal insulation in the upper back, front and shoulder area of the liner system. This full-cut thermal enhancement layer shall drape over the top of each shoulder extending from the collar to the sleeve/shoulder seam, down the front approximately 5 inches from the juncture of the collar down the back to a depth of 7 inches to provide greater CCHR protection in this high compression area. The upper back, front and shoulder thermal enhancement layers shall be sandwiched between the thermal liner and moisture barrier layers of the liner system and shall be stitched to the thermal liner layer only. The thermal enhancement layer shall have finished edges by means of overedging. Raw or unfinished edges shall be considered unacceptable. Thermal scraps shall not be substituted for full-cut fabric padding. Smaller CCHR reinforcements shall not be considered acceptable since they provide far less area of coverage.

28. Radio Pockets:Each jacket shall have two pockets designed for the storage of a portable radio. The pocket shall be of box type construction, double stitched to the jacket and shall have one drainage eyelet in the bottom of the pocket. The pocket flap shall be constructed of two layers of outer shell material measuring approximately 5 inches deep and ¼ inch wider than the pocket. The pocket flap shall be closed by means of FR Velcro® fastener tape. A 1½ inch by 3 inch piece of FR Velcro® hook fastener tape shall be installed on the inside of the pocket flap beginning at the center of the bottom of the flap. A 1½ inch by 3 inch piece of FR Velcro® loop fastener tape shall be installed horizontally on the outside of the pocket near the top center and positioned to engage the hook fastener tape. In addition, the entire inside of the pocket shall be lined with neoprene coated cotton/polyester impermeable barrier material to ensure that the radio is protected from the elements. The impermeable barrier material shall also be sandwiched between the two layers of outer shell material in the

Exhibit D – RFQ No. 901146Page 9

Page 43: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

pocket flap for added protection. The radio pockets shall measure approximately 2 inches deep by 3.5 inches wide by 8 inches high and one shall be installed on the right chest and one on the left chest. Note: radio pocket 6-inch and over in height requires trim.

29.Notched Radio Pocket Flap: The radio pocket flaps shall be notched to accommodate the radio antenna on the both sides for a dual antenna notch.

30.

Microphone Straps: A strap shall be constructed to hold a microphone for a portable radio. It shall be sewn to the jacket at the ends only. The size of the microphone strap shall be 1 inch x 3 inches. The straps shall be constructed of double layer outer shell material. There shall be four microphone straps, they shall be mounted as follows:

One above 2.5 inches the right chest radio pocket.One above 2.5 inches the left chest radio pocket.One on the stormflap, 4 inches down to top of microphone strap, horizontal.One on the stromflap, 8 inches down to top of microphone strap, horizontal.

31.

D-Cell Flashlight Holder: A flashlight loop shall measure approximately 2 x 5 inches. The flashlight loop shall be sewn to the exterior of the coat at both ends such that a loop is formed. This loop is designed to accommodate the barrel of a flashlight, which will be held in a vertical position. The loop shall be snug enough to prevent the flared, front end of the flashlight from slipping through. The flashlight loop shall be located behind the right expansion pocket, approximately 1 inch above the bottom trim and shall be constructed of double layer outer shell material.

32.

Embroidered American Flag – Right Sleeve: Each jacket shall have a Nomex® embroidered American flag that measures approximately 2½ inches high by 3½ inches wide. Per Military protocol the field of stars shall be to the top right corner for installation on the right sleeve. Flags made of fabric other than Nomex® shall be considered unacceptable.

Pant Construction

33.

Body:The body of the shell shall be constructed of four separate body panels consisting of two front panels and two back panels. The body panels shall be shaped so as to provide a tailored fit, thereby enhancing body movement, and shall be joined together by double stitching with Nomex®

thread. The body panels and seam lengths shall be graded to size to assure accurate fit in a broad range of sizes.The front body panels will be wider than the rear body panels to provide more fullness over the knee area. This is accomplished by rolling the side leg seams (inside and outside) to the rear of the pant leg beginning at the knee. The slight taper will prevent premature wear of the side seams by pushing them back and away from the primary high abrasion areas encountered on the sides of the lower legs.

34. Axtion Seat:The rise of the rear pant center back seam, from the top back of the

Exhibit D – RFQ No. 901146Page 10

Page 44: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

waistband to where it intersects the inside leg seams at the crotch, shall exceed the rise at the front of the pant by 8 inches. The longer rear center back seam provides added fullness to the seat area for extreme mobility without restriction when stepping up or crouching and will be graded to size. This feature in combination with other design elements will maintain alignment of the knee directly over the knee pads when kneeling and crawling.

35.

Liner System:The combined moisture barrier and the thermal liner shall be completely removable for the pant. The thermal liner and moisture barrier layers of the ReaXtion liner system shall be stitched together and bound around the top waist and cuffs with Bias-Cut neoprene coated cotton/polyester binding for a finished appearance that prevents fraying and wicking of contaminants. The body of the liner system (thermal liner & moisture barrier) shall be of a four piece design to match the cut of the shell to include the rolled back side seams. The design of the liner system will incorporate darts in the knee area providing a contour to the leg and will also have a reverse boot cut at the rear of the liner cuff and a concave cut at the front to keep the liner from hanging below the shell. The liner system shall have a reinforcement of black Nomex® twill sewn to the bottom of the fly opening. This reinforcement will serve to prevent the liner from tearing in that area from the constant donning and doffing of the pants.

36.

Liner Access Opening:The liner system of the pant shall incorporate a full length opening along the entire waistline for ease in inspecting the inner layers as well as performing the complete Liner Inspection. The thermal liner and moisture barrier shall be individually bound with a neoprene coated bias cut tape, and joined together with a snap at the center back. There shall be a minimum of 4 snap tabs sewn to the underside of the waistband, with corresponding snaps in the moisture barrier layer to secure the barrier to the shell. As described previously, the pant thermal layer snaps directly to the independent waistband by means of nine snap fasteners. There should be no hook & Loop to close the liner access opening.

37.

Sizing:The pants shall be available in even size waist measurements of two inch increments and shall be available in a range of sizes from 24 to 68. The pant inseam measurement shall be available in two inch increments. Generalized sizing, such as small, medium, large, etc., will not be considered acceptable. Sizing specifically for women shall also be available.

38.

Retroreflective Fluorescent Trim:The pants shall have a stripe of retroreflective fluorescent trim encircling each leg below the knee to comply with the requirements of NFPA #1971 in 3 inch lime/yellow 3M Scotchlite™ Triple Trim (L/Y borders with silver center). Bottom of trim band shall be located approximately 3” above cuff.

39. Reinforced Trim Stitching:All reflective trim is secured to the outer shell with Nomex® thread, using a

Exhibit D – RFQ No. 901146Page 11

Page 45: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

locking chainstitch protected by our exclusive TrimTrax® system. Developed exclusively by Globe Manufacturing Co., LLC. this strip of 3/32-inch strong, durable, flame resistant black Kevlar® cording provides a bed for the stitching along each edge of the retroreflective fluorescent trim surface and affords extra protection for the thread from abrasion. TrimTrax® has been proven to be 5 to 7 times more durable than single or even double rows of stitching, significantly reducing maintenance costs and providing more value and a longer service life. Two rows of stitching used to attach the trim in place of the TrimTrax® shall be considered an unacceptable alternative, since it has been proven that the two rows of stitching has insignificant impact on wear life. All trim ends shall be securely sewn into a seam for a clean finished appearance.

40.

Waistband:The pant design facilitates the transfer of the weight of the pant to the hips instead of the shoulders and suspenders. The waist area of the pants shall be reinforced on the inside with a separate piece of black aramid

outer shell material not less than two inches in width. Neoprene coated cotton/polyester shall be sewn to the back of the waistband as a reinforcement. The aramid/neoprene waistband shall be cut on the bias to allow the waistband to stretch for unrestricted movement and increased comfort. The top edge of the waistband reinforcement shall be double stitched to the outer shell at the top of the pants. The lower edge of the waistband shall be serged and unattached to the shell to accept the thermal liner and moisture barrier. The top of the thermal liner and moisture barrier shall be secured to the underside of the waistband reinforcement so as to be sandwiched between the waistband reinforcement and outer shell to reduce the possibility of liner detachment while donning and to avoid pass through of snaps from the outer shell to the inner liner.

41.

Black Aramid Belt with Belt Loops:Each pant shall include a 2 inches wide belt constructed of black aramid webbing material with an adjustable hi-temp thermoplastic Delrin buckle serving as the exterior primary positive locking closure. This buckle shall also provide a quick-release mechanism for donning and doffing. The pants shall be equipped with a series of outer shell material belt loops spaced around the waist to accommodate the aramid belt.

42. External/Internal Fly Flap:The pants will have a vertical outside fly flap constructed of two layers of outer shell material, with a layer of moisture barrier material sandwiched between. The fly flap shall be double stitched to the left front body panel and shall measure approximately 2 ½ inches wide, with a length graded to size based on waist measurement and reinforced with bartacks at the base. An internal fly flap constructed of one layer of outer shell material, thermal liner and specified moisture barrier, measuring approximately 2 inches wide, with a length graded to size based on waist, shall be sewn to the leading edge of the right front body panel. The inside of the right front body panel shall be thermally enhanced directly under the outside fly with a layer of moisture barrier and thermal liner material. The underside of the outside fly flap shall have a 1½ inch wide piece of FR Velcro® loop fastener tape quadruple stitched along the full length and

Exhibit D – RFQ No. 901146Page 12

Page 46: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

through the shell material only; stitching shall not penetrate the moisture barrier insert between the two layers to insure greater thermal protection and reduced water penetration. A corresponding strip of 1½ inch wide piece of FR Velcro® hook fastener tape shall be quadruple stitched to the outside right front body panel securing the fly in a closed position. Appropriate snap fastener halves shall be installed at the leading edge of the waistband for the purpose of further securing the pants in the closed position.

43.

Axtion Knee:The outer shell of the pant legs shall be constructed with horizontal expansion pleats in the knee area with corresponding darts in the liner to provide added fullness for increased freedom of movement and maximum flexibility. The pleats shall be folded to open outwardly towards the side seams to insure no restriction of movement. The AXTION® knee will be installed proportionate to the pant inseam, in such a manner that it falls in an anatomically correct knee location. The thermal liner shall be constructed with four pleats per leg in the front of the knee. Two will be located above the knee (one on each side) and two will be located below the knee (one on each side). On the moisture barrier, the system will consist of two darts, rather than pleats, to allow added length in the under knee. The darts in the liner provide a natural bend at the knee. The pleats and darts in the liner work in conjunction with the expansion panels in the outer shell to increase freedom of movement when kneeling, crawling, climbing stairs or ladders, etc.

44.

Liner Knee Thermal Enhancement:A minimum of one additional layer of specified thermal liner and one additional layer of moisture barrier material, measuring a minimum of 9 inches by 11 inches, will be sewn to the knee area of the liner system for added CCHR protection and increased thermal insulation in this high compression area. The knee thermal enhancement layers shall be sandwiched between the thermal liner and moisture barrier layers of the liner system and shall be stitched to the thermal liner layer only. The thermal enhancement layer shall have finished edges by means of overedging. Raw or unfinished edges shall be considered unacceptable. Thermal scraps shall not be substituted for full-cut fabric padding. Smaller CCHR reinforcements shall not be considered acceptable since they provide far less area of coverage.

45.

Knee Reinforcements:The knee area shall be reinforced with a layer of black Dragonhide®

material. The knee reinforcement shall be centered on the leg to insure proper coverage when bending, kneeling and crawling. The knee reinforcements shall measure 9 inches wide by 12 inches high and shall be double stitched to the outside of the outer shell in the knee area for greater strength and abrasion resistance. Knee reinforcements of a smaller size do not provide the same protective coverage and shall be considered unacceptable.

46.Padding Under Knee Reinforcements:Padding for the knees shall be accomplished with one layer of Silizone® foam, sandwiched between the knee reinforcement and outer shell.

Exhibit D – RFQ No. 901146Page 13

Page 47: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

47.

Angled Expansion (Bellows) Pockets:Two 1 ½ inch deep by 10 inch wide by 8 inches to 11 inches angled bellows pockets shall be placed over the outer leg seams at thigh level. The pockets shall be sewn to the pant with two rows of lock stitching and shall provide two aluminum eyelets, installed at the bottom of each pocket, for water drainage. The angled expansion pocket shall be reinforced with a layer of Kevlar®, which shall be a full pouch on the inside of the pocket. The pocket flaps shall be rectangular in shape, constructed of two layers of outer shell material and double stitched to the outer shell. One piece of 1½ inch by 3 inch FR Velcro® hook fastener tape on the inside of each pocket flap on each side. One piece of corresponding 1½ inch by 3 inch FR Velcro® loop fastener tape shall be installed horizontally on the outside of each side of pocket near the top and positioned to engage the hook fastener tape. Each pocket shall be reinforced with proven backtacks, and pocket flaps shall be reinforced with bartacks in uppermost corners.

48.Expansion Pocket Reinforcements:The lower half of the expansion pockets shall be reinforced on the outside with a layer of black Dragonhide® material.

49.

Pant Cuff Reinforcements:The cuff area of the pants shall be reinforced with a layer of black Dragonhide® material. The cuff reinforcement shall not be less than 2 inch in width and folded in half, approximately one half inside and one half outside the end of the legs for greater strength and abrasion resistance. The cuff reinforcement shall be double stitched to the outer shell for a minimum of two rows of stitching. This independent cuff provides an additional layer of protection over a hemmed cuff. Pants that are turned and stitched at the cuff, as opposed to an independent cuff reinforcement, do not provide the same level of abrasion resistance and shall be considered unacceptable.

50. Padded Rip-Cord Suspenders & Attachment (X-Back):On the inside waistband shall be attachments for the standard "X" style "Padded Rip-Cord" suspenders. There will be four attachments total – 2 front, 2 back. The suspender attachments shall be constructed of a double layer of black aramid measuring approximately ½ inch wide by 3-inches long. They shall be sewn in a horizontal position on the ends only to form a loop. The appearance will be much like a horizontal belt loop to capture the suspender ends. A pair of "X" style "Padded Rip-Cord" suspenders shall be specially configured for use with the trousers. The main body of the suspenders shall be constructed of 2-inch wide black webbing, and shall be equipped with non-slip thermoplastic slide fasteners for adjustment. The non-elasticized sections of the suspenders shall run over each shoulder and shall join together at a point approximately in the middle of the back, and just above the waist line on the front. The non- elasticized sections shall be joined together on the back with a thermoplastic loop and the loop stitched in place. 2-inch wide elasticized cotton webbing measuring approximately 13 inches long shall be threaded through the loop on the back and allowed to move freely to eliminate restriction of fire fighter movement. The shoulder area of the suspenders will be padded for comfort by fully encasing the webbing with aramid batting and wrap-

Exhibit D – RFQ No. 901146Page 14

Page 48: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

around black aramid.The forward ends of the suspender straps shall be equipped with specially configured black powder coat non-slip metal slides with teeth. Through the metal slides will be the 9 inch lengths of strap webbing "Rip-Cords" terminating with thermoplastic loops on each end. Pulling on the "Rip-Cords" shall allow for quick adjustment of the suspenders.Threaded through and attached to the thermoplastic loops on the forward and rear ends of the suspenders will be black aramid suspender attachments incorporating two snap fasteners. The aramid suspender attachments are to be threaded through the suspender attachment loops on the inside waistband of the trousers. The aramid suspender attachments will then fold over and attach to themselves securing the suspender to the trousers.

51.

Reverse Boot Cut:The outer shell pant leg cuffs will be constructed such that the back of the leg is approximately 1 inch shorter than the front. The liner will also have a reverse boot cut at the rear of the cuff and a concave cut at the front to keep the liner from hanging below the shell. This construction feature will minimize the chance of premature wear of the cuffs and injuries due to falls as a result of "walking" on the pant cuffs. Pants that have “cut-outs” in the back panel rather than a contoured boot cut shall be considered unacceptable.

52.

Third Party Testing and Listing Program:All components used in the construction of these garments shall be tested for compliance to NFPA Standard #1971 by Underwriters Laboratories (UL). Underwriters Laboratories shall certify and list compliance to that standard. Such certification shall be denoted by the Underwriters Laboratories certification label.

53.

Labels:Appropriate warning label(s) shall be permanently affixed to each garment. Additionally, the label(s) shall include the following information.

Compliance to NFPA Standard #1971 Underwriters Laboratories classified markManufacturer's nameManufacturer's addressManufacturer's garment identification numberDate of manufactureSize Mark for Names

54.

ISO Certification / Registration:The protective clothing manufacturer shall be certified and registered to ISO Standard 9001 to assure a satisfactory level of quality. Indicate below whether the manufacturer is so certified and registered by checking either "Yes" or "No" in the space provided.

55.Better Business Bureau:The manufacturer is accredited by the Better Business Bureau, showing a commitment to ethical and principled business practices.

56. Warranty:

Exhibit D – RFQ No. 901146Page 15

Page 49: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

The manufacturer shall warrant these jackets and pants to be free from defects in materials and workmanship for their serviceable life when properly used and cared for.

B.

PROTECTIVE JACKET AND PANTS FOR WILDLAND FIRE FIGHTINGThe following details, design and materials criteria are specified to afford protection to the upper and lower body, excluding head, hands and feet, against adverse environmental effects during wildland firefighting. All materials and construction will meet or exceed NFPA and OSHA standards for wildland fire fighters protective clothing. Garments shall be manufactured in the United States.

Brush Coat (Alameda County Specifications)

1. Fabrics:7 oz. yellow Advance

2.

Sizing:

Chest: S: (34 – 36) M: (38 – 40) L: (42 – 44) XL: (46 – 48) 2X: (50 – 52)

3.Sewing:100% Tex 60 Nomex thread 9-10 stitches per inch

4.

Seams Assembly Operations:All seams are five-thread safety stitched with stitch type 504 plus chain stitch type 101 Double-needle lock-stitch are stitch type 301Single-needle lock-stitch are stitch type 301Bar tacks are stitch type 301 and 304 with 28 stitches per inch.

5.

Front Closure:#10 double-pull, self locking Zytel FR50 Delrin zipper mounted on Nomex side tape is single-needle set and top-stitched. Zipper is set up from bottom of coat and extends to top of collar and is backed with a full length self fabric flap. A self fabric storm flap covers zipper and secures shut with 4 each 5/8” x 2-1/2 hook and loop.

6.

Collar:4” high Alpine collar can be worn folded down or zipped up to cover neck. Front zipper extends to top of collar and is encased with internal and external flaps. The external flap secures closed to the collar with hook and loop. A 3” long self fabric hanger loop is located in the center back of a clean finished neck seam.

7.

Shoulders / Sleeves / Cuffs:Raglan style shoulder construction allows for maximum mobility and comfort. Cuffs have self fabric tabs with hook and loop adjustment closure and a storage system located on the gussets when not secured tight allowing ventilation.

8. Pockets:2 Radio Pockets – 2” wide x 9” high x 1-1/2” deep on left and right chest. The radio pocket and flap closure secured with hook and loop. A mic

Exhibit D – RFQ No. 901146Page 16

Page 50: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

holder is located above each radio flap on the left and right chest.2 large 3-D hip pockets are set at bottom hem of coat. The 3-D hip pocket flaps are secured with hook and loop closures. A hand warmer compartment is integrated behind the 3-D pockets.

9.Reflective Trim: Series 9500 3M™ Reflective Scotchlite™ flame resistant 2” wide fluorescent lime-yellow with silver stripe is located across back, around forearms, bottom of coat, and across hip pockets.

10.

Certification:U.L. certified to meet or exceed 1977 standard on Protective Clothing and Equipment for Wildland Fire Fighting (current Edition) and the requirements for Cal-OSHA Title 8 GISO Sections 3406(c) (1) and/or 3410(d) (1).

11.

Available Options:Sleeve Liners (Not NFPA 1977 compliant).4” X 15” Letter Banner6” X 11” Letter Banner2” Lime/Yellow Sew-On Reflective Letters.

12.

Certification:Garment shall be U.L. certified to meet or exceed 1977 standard on Protective Clothing and Equipment for Wildland Fire Fighting (2005 Edition) and the requirements for Cal-OSHA Title 8 GISO Sections 3406 (c)(1) and/or 3410 (d)(1).

Fire Line BDU Overpant (Alameda County Specifications)

13. Fabric:7 oz. yellow Advance

14.

Sizing:

Waist: S: (27 – 30) M: (31 – 34) L: (35 -38) XL: (39 – 42) 2X: (43 -46)

Inseam: Short: 28” Regular: 30” Long: 32”

15.

Sewing:All seams are sewn with 100% Nomex Tex 60 (30/3) ply thread. Stitches average 9-10 stitches per inch. Assembly seams are safety-stitched; stitch type 504 plus chain stitch, type 101. Double-needle operations are lock-stitched, stitch type 301. Single-needle operations are lock-stitched, stitch type 301.

16.Stress Points:All stress points are bartacked with combination stitch type 301 with stitch 304. 28 stitches per bartack.

Exhibit D – RFQ No. 901146Page 17

Page 51: 901146 RFQ-SS Fire Equipment Supplies · Web viewTechnical difficulties in downloading/submitting documents through the Alameda County Online Bid Process shall not extend the due

No. Description Complies Exceptions

17.

Waistband:2” wide elastic is located across back of waistband. Seven double-needle stitched belt loops are bartacked at top and bottom. Corrosion-resistant anodized brass snap at waist is fabric backed so that no metal touches the skin.

18.Fly Closure:Self locking Zytel FR50 Delrin zipper mounted on Nomex side tape is fabric backed and single-needle lock-stitch set.

19. Front Pockets:Two slash style self fabric bag pockets.

20.Rear Pockets:Two patch style pockets are 7” wide x 8” high and double-needle lock-stitch set. Rectangular flaps measure 7" wide x 2½" high and secure closed with 1” wide full length hook and loop.

21.Cargo Leg Pockets:Two 9" wide x 9½” high double pleated bellow pockets are a double-needle lock-stitch set. Rectangular flaps measure 9" wide x 2½" high and secure closed with 1" wide full length hook and loop.

22.Crotch/Seat Reinforcement:Self fabric reinforcement is double-needle set to exterior of front and back panels.

23. Seat/Outer Leg Seams:Five thread safety-stitched and then ¼" wide double-needle lock-stitched.

24.Inseam:Five thread safety-stitched and then reinforced with single-needle stitch next to seam on inside of pant.

25.Leg Cuff Closure:1” wide x 5” self fabric tab near bottom back panel allows to be inserted through a nickel box ring at side seam and adjust closed with 1” x 5” hook and loop

26.

Certification:U.L. certified to meet or exceed 1977 standard on Protective Clothing and Equipment for Wildland Fire Fighting (current Edition) and the requirements for Cal-OSHA Title 8 GISO Sections 3406(c) (1) and/or 3410(d) (1).

27. Available Option:14” # 5 nylon leg zipper with Nomex tape.

Exhibit D – RFQ No. 901146Page 18