Skip to main content
Search Interpretations

Interpretation ID: nht90-4.75

TYPE: Interpretation-NHTSA

DATE: December 5, 1990

FROM: Susan J. Otjen -- Spill Response Project, State Fire Marshal, State of Oregon

TO: Paul Jackson Rice -- Chief Counsel, NHTSA

TITLE: None

ATTACHMT: Attached to letter dated 2-5-91 from Paul Jackson Rice to Susan J. Otjen (A37; Std. 208)

TEXT:

The State of Oregon, Office of the State Fire Marshal, is currently involved in setting up Regional Hazardous Material Emergency Response Teams around the state. At this time we have a bid out for Hazardous Material Emergency Response Vehicles. The spe cifications for that vehicle include a forward command center with a bench seat and seat belts for four passengers, also a seat with belt at the command center desk. I have received a call from a vendor who is concerned that this specification does not meet the regulations set out in Title 49. He was concerned that a crash test would be required in order to certify this seating arrangement.

I spoke recently with Mr. Charles Gathier, a technical specialist with the Office of Vehicle Safety Standards. He stated that limited production vehicles were exempt from these regulations. Also, that these regulations pertained only to the driver in v ehicle with a GVW of over 10,000 lbs. When I requested written documentation of this information, he directed me to Steve Wood of your office.

Mr. Wood suggested that I contact you directly with my request for written clarification of this question. I have enclosed a copy of the vehicle specifications for your information.

I would appreciate clarification on this matter. If you have any further questions, please contact me at (503) 373-1126. The bid closing date is set for December 11, 1990. We would like to be able to award the bid as soon as possible due to the extend ed delivery date for this type vehicle. Thank you for your prompt attention and assistance.

Attachment

SPECIFICATIONS

1. GENERAL SPECIFICATIONS:

A. It is the intent of these specifications to provide the State of Oregon, Office of the State Fire Marshal with Hazardous Material Emergency Response Vehicles.

B. The apparatus shall be constructed with due consideration to nature and distribution of the load to be sustained and the general character of the service which the apparatus is to be subjected when placed in service.

All parts of the apparatus shall be strong enough to withstand the general service under full load. The apparatus shall be so designed that the various parts are readily accessible for lubrication, inspection, adjustment and repair.

C. Details of construction and materials, not otherwise specified, are left to the discretion of the contractor, who shall be solely responsible for the design and construction of all features. The construction and materials must meet or exceed all stan dards set by N.F.P.A. 1901 and other mandatory regulatory standards. Contractor must be able to supply any certifications required by D.O.T. prior to award of bid.

D. Each bidder shall make statements in his proposal; principle dimensions, weight distribution of the fully loaded, completed vehicle.

E. Bidder must submit a proposal in full detail which covers the complete construction of the apparatus he proposes to furnish. Each bidder shall make accurate statements in his specifications as to weight, wheelbase, and principal dimensions. The bidd er shall furnish drawings and photographs of the bid apparatus with his bid, giving detail body compartments, sizes, and locations. These drawings will not preclude the necessity for the bidder to submit in writing any exceptions to these specifications .

F. Each bid shall be accompanied by a detailed description of the apparatus and equipment which it is proposed to furnish and to which the apparatus furnished under the contract must conform. It is the intent of these specifications to cover the furnish ing and delivering to the purchaser a complete and soundly-engineered apparatus equipped as hereinafter specified. Material thickness specified is the minimum to be accepted.

G. No experimental apparatus shall be considered. Each bid shall be accompanied by a statement covering the past two (2) year period giving locations where fire apparatus of like specifications have been sold by the manufacturer who is submitting the bi d.

H. Manufacturer shall furnish satisfactory evidence of his ability to construct the apparatus specified and shall state the location of the factory where the apparatus is manufactured. The manufacturer shall also state the number of years he has been bu ilding fire apparatus. Factory location must be within the continental U.S.A.

I. As a condition of the acceptance of the apparatus, the contractor shall furnish a comprehensive guarantee of the apparatus and equipment for ten (10) years. All warranty's must be supplied with the bid.

J. The manufacturer shall defend any and all suits, and assume all liability for any claims against the purchaser, or any of its officials or agents for the use of any patented process, device, or articles forming a part of the apparatus or any appliance furnished under the contract.

K. Total price on bidder's proposal sheet must include all items listed in these specifications. Listing any items contained in our specifications

as an extra cost item will automatically be cause for rejection.

L. Bidder's proposal must clearly list in detail all items requested in our specifications. Literature which conflicts with our specifications in material used or equipment to be supplied, will be cause for automatic rejection.

M. Contractor shall be responsible for having complied with the following: Dealer supplying equipment to this specification shall be responsible for having complied with all Federal and State safety and regulatory standards, applicable and effective on t he date of acceptance. Dealer must be licensed to do business in the State of Oregon.

N. Prior to preparation of the Purchase Order to the lowest qualified bidder, the Office of the State Fire Marshal may require a complete review of the bidder's ordering data and the agencies purchase specifications to insure that the ordering data fulfi lls the specification requirements.

If the conference is required, it will be held at the Office of the State Fire Marshal, 3000 Market Street Plaza, Salem, Oregon, in order to accomplish a thorough point-by-point understanding in obtaining a final product that complies with the purchase s pecification requirements.

NOTE: Contractors are required to respond to each item listed below. Failure to do so may result in rejection of the bid.

Attached are Dimensional Specifications; Chassis Specifications; Chassis Modification; Body Construction; Electrical; and Compartmentation check-off forms and engineering drawing. (Text and graphics omitted)

VII WARRANTY

1. A submission of a bid in response to this Invitation to Bid shall constitute the manufacturer's and bidder's warranty and ALL components, parts and accessories for a period of not less than one (1) year or 12,000 miles, whichever comes first after th e "in service date". The portions of the standard warranty on the truck chassis or any of the components that exceed these requirements shall apply. Each unit shall carry the manufacturers service and warranty policy in conjunction with the purchaser's stated warranty policy and shall include all inspection coupons, certicards or warranty identification cards furnished to the general trade. Said warranty shall be honored by all franchised dealers of that make in the State of Oregon.

2. If all or any parts of this unit should prove defective in workman- ship or materials, the manufacturer or bidders shall replace or repair the part or defect without cost to the State of Oregon.

3. The warranty shall exclude such components as batteries, tires and light, bulbs, except as warranted by the manufacturer of said items. It shall also exclude damage to the unit due to operator's abuse.

4. Warranty adjustments will not necessarily be confined to the above limits. Malfunction of parts or failures discovered beyond the above warranty period, which are reasonably attributable to a manufacturing fault not revealed during the initial perio d, shall be corrected at no cost, or on a cost-sharing basis, depending on the individual case.

5. The vendor shall not be responsible for damages caused by delay or failure to perform under the terms of the warranty where such delay or failure is due to strikes, Acts of God, legal acts of public authority or demands of the Government in time of w ar or national emergency.

6. The bidder shall be responsible for all warranty adjustments.

VIII DELIVERY REQUIREMENTS

1. All "make ready" services shall be performed prior to delivery. The vehicle shall be delivered ready to use.

2. Each vehicle shall have an operator's manual and other information and instructions.

3. At the time of, or before delivery, the following shall be furnished (in addition to the above):

(a) Two (2) current shop repair manuals covering ALL components and including electrical schematics.

(b) Two (2) current parts catalogs covering ALL components.

(c) Two (2) operator's manuals.

ALL - means the primary unit and any auxiliary equipment or components added to the truck to meet the requirements of this specification.

4. All manuals and catalogs shall be shall be individually assembled and bound.

5. Three complete sets of keys for all locks shall be furnished with each unit.