HomeMy WebLinkAbout4.583 Original Contract
BID DOCUMENTS
for
LIGHT RESCUE / MOBILE AIR
APPARATUS
/
CITY OF PORT ANGELES
W!ASHINGTON
GARY BRAUN, MA YOR
MARK MADSEN, CITY MANAGER
DAN McKEEN, FIRE CHIEF
CITY COUNCIL
KAREN ROGERS
DAN DI GUILIO
BETSY WHARTON
DON PERRY
CHERIE KIDD
LARRY WILLIAMS
Original 2 of 2
4/23/08
I
Page 1 of 15
<I. 5 ~ 3>
INVITATION FOR BIDS
1. Invitation for Bids. The City of Port Angeles will accept bid proposals for a Light Rescue /
Mobile Air Apparatus as follows:
a. Time. Sealed bids must be received by the City Clerk at 321 East 5th, Port Angeles,
W A 98362, on or before 1 :30 p.m. on the 8th day of November, 2007.
b. Place. Bids may be mailed to the City Clerk's office or delivered to the City Clerk's
physical address, 321 East 5t\ Port Angeles, W A 98362.
c. Bid Opening. The bids will be opened and read in the City Council Chambers, Port
Angeles City Hall, 321 East 5th, Port Angeles, W A 98362, after 1 :30 PM on the 8th
day of November, 2007.
2. Minority and Women Owned Businesses. Minority and women owned businesses shall be
afforded full opportunity to submit bids in response to this invitation, shall not be
discriminated against on the grounds of sex, race, color, age, national origin or handicap in
consideration of an award of any contract or subcontract, and shall be actively solicited for
participation in this project by direct mailing of the invitation to bid to such businesses as
have contacted the City of Port Angeles for such notification.
3. Contacts with Purchaser. The City's representative for all matters relating to this invitation
for bids are:
Keith Bogues, Training Officer
kbogues@cityofpa.us
360-417-4652
The physical address is: 102 East 5th
Port Angeles, W A 98362
The mailing address is: 102 East 5th
Port Angeles, W A 98362
The business telephone number is: (360) 417-4655
4. Definitions. The following terms shall have the meaning set forth below when used in this
instrument:
a.
Purchaser. The term "purchaser" shall mean the City of Port Angeles.
b.
Bidder. The term "bidder" shall mean a person or entity that submits a qualified bid
in response to the invitation for bids by the Purchaser.
Page 2 of 15
4/9/08
c. Qualified Bid. The term "qualified bid" shall mean a bid that is submitted to the
Purchaser in response to the invitation for bids issued by the Purchaser that complies
with the bid requirements.
d. Supplier. The term "supplier" shall mean the bidder that is awarded the contract to
supply the vehicle described in the bid specifications issued by the Purchaser. The
supplier may also be referred to as successful bidder, contractor, or manufacturer in
subsequent documents.
e. Acceptance. The term "acceptance" shall mean the formal determination of the
Purchaser that the vehicle, as received, substantially complies with the specifications.
f. Possession. The term "possession" shall mean physical custody only.
g. Approved Equal. The term "approved equal" shall mean the quality of the
equipment is equal to the specified reference and has received the approval of the
purchaser. The purchaser shall be the sole arbiter in the determination of equality and
reserves the right to reject any and all bids, to accept the bid or bids which in its sole
and absolute judgment will, under all circumstances, best serve the interest of the
purchaser.
h. Latent Defect. The term "latent defect" is defined as a defect that which reasonable
inspection will not reveal, or a defect, which could not have been discovered by
inspectors, or a defect that could not be located by any known or customary test.
5. Acceptance - Rejection of Bids. The Purchaser reserves the right to reject any or all bids, to
waive minor irregularities in any bids or in the bidding procedure, and to accept any bid
presented which meets or exceeds these specifications and which the Purchaser deems to be
in its best interest.
6. Instruction to Bidders and Specifications. The instructions to bidders and specifications
forms may be obtained by calling the Purchaser's business telephone number, between the
hours of9:00 a.m. and 4:30 p.m. on all regular business days.
7. Bid Marking. All bids must be submitted in sealed envelopes and must be clearly marked on
the outside of the envelope "Bid on Light Rescue / Mobile Air Apparatus, Bid Opening Date
November 8, 2007".
8. Bid Submission. A bidder may, without prejudice to the bidder, withdraw, modify, or
correct a bid after it has been deposited with the Purchaser, provided the request is filed with
the Purchaser, in writing, by mail or fax, before the time set for opening the bid proposals.
The original bid, as modified by such writing or telegraphic communication, shall be
considered as a bid submitted by the bidder.
9. Contents of Bid. All bids shall contain or be accompanied by the following:
4/9/08 Page 3 of 15
9.1 Bid and Detailed Specifications Forms. It is the intent of the attached
specifications to describe the minimum requirements for the vehicle and equipment
requested in sufficient detail to secure quotes on comparable equipment. All parts for
body or chassis which are necessary in order to provide a complete unit, meeting all
safety requirements, and ready for operation, shall be included in the bid and shall
conform in strength, quality of workmanship, and material to that which is usually
provided the trade in general. Any variance from the specifications or standards of
quality must be clearly pointed out in writing by the bidder.
The bidder shall provide in the bid a detailed description of the vehicle that it
proposes to furnish. Such description shall be set forth in the same sequences as set
forth in the specifications.
Bidders are asked to reply specifically to each item listed. If the bidder's equipment
meets the stipulated specification or requirement, place a check mark under the
column labeled "Comply"; 'if not, enter any exceptions under the column provided. If
additional space is required, exceptions may be listed on a separate piece of plain
paper with each comment carefully referenced to the bid item. Any exceptions to
this requirement will result in rejection of the bidder's proposal.
Do not make reference to brochures or supporting literature on the bid or detailed
specifications forms. All notations for bid compliance or exceptions are to be made
on the bid or detailed specifications forms or on a plain piece of paper attached and
referenced to the bid item. Do not attach any promotional brochures, portfolios,
binders, or flyers to the bid. The purchaser's evaluation of bids will be limited to the
data presented on the bid form, the detailed specifications form, and any additional
information that is attached per this subparagraph 9.1.
9.2 Qualification of Bidder. Satisfactory evidence of the bidder's ability to constructthe
vehicle specified shall be provided as follows:
9.2.1 The bidder shall state the number of years it has been building Fire Service
Apparatus. Bids shall not be considered from manufacturers that have been
building Fire Service Apparatus for less than Five (5) years
9.2.2 The bidder shall provide proof of licensing as an authorized new vehicle
dealer.
9.2.3 The bidder shall provide a statement indicating that the complete Light
Rescue / Mobile Air Apparatus, with the exception of the cab and chassis,
will be constructed by one manufacture.
9.2.4 A list of five (5) departments or emergency response agencies for which,
similar apparatus, including chassis type, have been delivered by the
4/9/08
Page 4 of 15
proposed manufacturer shall be provided on a separate sheet entitled
"Apparatus References". All references shall be within the last five (5) years.
9.3 General Warranty
The following warranty will be furnished. Bidder will warrant each new piece of Fire
Apparatus to be free from defects in material and workmanship under normal use and
service. Bidder obligation under this warranty is limited to repairing or replacing, as
the Bidder may elect, any part or parts thereof which will be returned to bidder with
transportation charges prepaid and as to which examination will disclose to the
Bidder's satisfaction to have been defective, provided that such part, or parts will be
returned to bidder no later than one (1) year after delivery of covered apparatus. Such
defective part or parts will be returned or replaced free of charge and without charge
for installation to the Purchaser.
This warranty will not apply to:
1. Normal maintenance services or adjustments
2. To any vehicle which will have been repaired or altered outside of Bidder factory
in any way so as, in Bidder judgment, to affect it's stability, nor which has been
subject to misuse, negligence, or accident, not to any bheicle mabe by Bider which
will have been operated to a speed exceeding the factory rated speed, or loaded
beyond the factory rated load capacity.
3. Commercial chassis and associated equipment furnished with chassis, signaling
devices, generators, batteries, or other trade accessories as they are usually warranted
separately by their respective manufacturers.
This warranty is in lieu of all other warranties, expressed or implied. All other
representations as to the Purchaser and all other obligations or liabilities, including
for incidental or consequential damage on the Bidder's behalf unless made in writing
by the Bidder.
9.4 Authority. An authorized representative of the bidder must sign the bid. The bidder
shall provide with the bid proof of such representative's authority to contractually
bind the bidder.
9.5 Vehicle Drawings. The bidder shall provide with the bid scale drawings of the
vehicle, which shall show:
9.5.1 Left exterior profile
9.5.2 Right exterior profile
9.5.3 Rear exterior view
9.5.4 Front exterior view
4/9/08 Page 5 of 15
9.6 Compliance. The Purchaser advises all prospective bidders that complete
compliance with the requirements of these instructions to bidders as well as the
specifications will be considered by the Purchaser in determining whether to accept
or reject any bid. Each of the requirements contained in this document are material
and the failure of a bidder to comply with each requirement will constitute grounds
for rejection of the bid at the discretion ofthe Purchaser.
9.7 Offer Irrevocable - Time Period. All bids shall be deemed to be offers to enter into
a contract and shall be irrevocable for a period of (30) thirty days from the date of
opening of the bids.
9.8 Exceptions. Exceptions shall be allowed for items not identified as "No Exception
Allowed" provided they are equal to or superior to that specified and provided they
are listed and fully explained, additional pages may be used. All exceptions shall be
stated no matter how seemingly minor. Any exceptions not taken shall be assumed
by the purchaser to be included in the proposal, regardless of the cost to the bidder.
Proposals taking total exception to specifications shall not be acceptable. All
exceptions must be referenced to the specification item.
9.9 Insurance. The manufacturer shall carry insurance per the attached polices.
9.10 Liability. The successful bidder shall defend any and all suits and assume all
liability for the use of any patented process including any device or article forming a
part of the apparatus or any appliance furnished under the contract.
10. Price. The bid and contract must state the total contract price and include the following
information:
10.1 The time at which the purchase price or any portion of the price shall become due,
provided that the entire purchase price shall not be due earlier than ten (10) days after
acceptance ofthe vehicle by the Purchaser.
10.2 Bidders are to provide information on any early payment discount schedules that may
be applicable to this procurement. In determination of award, discounts for early
payment will only be considered when all other conditions are equal.
10.3 All prices stated shall include state and local sales and use taxes.
10.4 The bid price shall include all specified items, components and loose equipment
listed in the specifications.
11. Warranty. Unless otherwise stated, the warranty of the manufacturer shall cover all
components of the vehicle including accessories. If the manufacturer=s warranty excludes
warranties of any specific included component because such components are covered by the
component manufacturer's warranty, the warranty of the component manufacturer shall be
included with the bid. The warranty obligation shall include the following:
4/9/08 Page 6 of 15
11.1 All materials and labor.
11.2 All transportation and shipping costs for the vehicle or any part of the vehicle from
the Purchaser's location to the place of manufacture and return, in the event the repair
requires service at the place of manufacture.
11.3 The terms ofthe warranty or warranties.
12. Manufacturer's Tests. The bidder shall specify in the bid all tests that will be performed by
the manufacturer on the vehicle and its components. All test results shall be provided to the
Purchaser.
13. Statutes and Regulations. The completed vehicle must comply with all currently applicable
state, and federal standards, statutes and regulations. In the event the bid specifications
cannot be complied with without violating such requirements, the bidder shall so state in its
bid.
14. Distribution of Weight. The vehicle shall be designed and the specified equipment mounted
with due consideration to distribution of load between the front and rear axles so that all
specified equipment, including a full complement of personnel, can be carried without
damage to the vehicle.
15. Construction Details. Construction and materials, where not otherwise specified, are left to
the discretion of the manufacturer, who shall be responsible for the design and construction
of all features and for compliance with all applicable statutes and regulations as provided in
the bid instructions and specifications. All components shall be designed and constructed to
reliably perform the work for which they are intended.
16. Manuals and Diagrams. The supplier shall provide the following operating and
maintenance manuals and diagrams at the time of delivery (when possible a digital copy of
all manuals shall be provided). All manuals and diagrams shall be specifically written for the
apparatus being purchased. They shall not be generic manuals or diagrams for a multitude of
different chassis and body types:
16.1 One (1) operation and maintenance manuals for the vehicle as delivered.
16.2 Two (2) comprehensive wiring diagrams of the vehicle as-built.
16.3 Manufacturers operating and warranty information for all peripheral equipment (ie.
Warning devices).
16.4 Chassis manufactures operations and owner's manuals with spare chassis door keys.
17. Completion Date. The bidder shall provide in the bid the date by which the Light Rescue /
Mobile Air Apparatus will be completed. The completion date shall be no later than 150 days
4/9/08 Page 7 of 15
after execution of the contract by the Purchaser subject only to labor strikes, acts of God, or
other delays not the fault of the manufacturer.
18. Patents. The supplier shall defend any and all suits and assume all liability for any claims
against the Purchaser, or any of its officials, employees, and agents, for the use of any
patented process, device or article forming a part of the vehicle or any appliance to be
furnished under the contract.
19. Conflict of Interest. By signing the enclosed bid form, the bidder certifies that no officer,
agent, or employee of the Purchaser has a pecuniary interest in the bid, that the bid is made in
good faith without fraud, collusion, or participation of any kind by any other bidder under the
same call for bids, and that the bidder is submitting the bid on its own behalf and not as an
undisclosed agent of any person or firm.
20. Acceptance. Acceptance shall be made only after successful completion of tests and
inspections by the purchaser.
21. Joint Purchasing Agreements. The bid shall be subject to the Washington State lnterlocal
Cooperation Act provisions authorizing other municipal corporations to purchase through
this Invitation to Bid in accordance with the terms, conditions and prices contained in the
bid.
22. Pre-Construction Conference. A pre-construction conference, via phone, with the
successful bidder shall be provided after signing the contract. At this conference the
supplier shall provide all vehicle drawings and be prepared to discuss vehicle design and
manufacture with the purchaser.
23. Contract Form. Upon award of the contract to the successful bidder, the City will send the
Contractor duplicate, complete sets of Contract Documents, which will include the City's
Purchase Order Requisition. The Purchase Order Requisition will include the final agreed
upon price and the specific equipment and options being purchased. The Contractor will
then sign the duplicate sets of Contract Documents and return them for signing by the City.
Each party will retain a fully executed set of the Contract Documents.
24. Equipment. It is the intent of the City of Port Angeles to purchase a vehicle fully
equipped to fill the role of a Light Rescue / Mobile Air Apparatus. The Purchaser shall
provide the following equipment for inclusion into the finished apparatus:
(1)
(2)
(3)
(4)
(5)
I - Diesel Powered Air Compressor
I - Electronic CO Monitor
I - Air Management Panel
1 - Dual Cylinder Station Enclosed Fill Station
1 - DOT Air Cascade System comprised of (4) four 6,000 psi cylinders
4/9/08
Page 8 of 15
4/9/08
The Bidder shall design the vehicle and mount the above equipment per the
manufacturers recommendations. The exact location and necessary structural re-
enforcements shall be determined during the pre-construction conference.
Purchaser shall be responsible for equipment pumping interconnects and start-up.
Page 9 of 15
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this 13th day of March, 2008, between the
City of Port Angeles (hereinafter called the "Purchaser") and Freedom Fire Equipment (hereinafter
called the "Contractor", "Vendor", or "Bidder").
WITNESSETH: That the Purchaser and the Contractor, in consideration ofthe performance
of the terms and conditions hereinafter mentioned, agree as follows:
ARTICLE I
CONTRACT DOCUMENTS
The complete contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the
Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, the Purchase
Contract, and the Freedom Fire Equipment Buyer's Order. The foregoing documents shall
hereinafter be called "Contract Documents" or "Contract". All obligations of the Purchaser and the
Contractor are fully set forth and described herein.
In the event of a discrepancy between any of the Contract Documents, as above defined, the
Purchaser shall give a written interpretation thereof, which interpretation shall govern.
ARTICLE II
CONTRACT COST
The Contractor agrees to sell and deliver to the Purchaser, at the delivery point specified in
the Instructions to Bidders, and the Purchaser agrees to purchase and receive from Contractor the
equipment as described and set forth in the Contract Documents and the provisions of the
Contractor's bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
The Contractor shall not assign any of its responsibility under this Contract without the
express written consent of the Purchaser.
ARTICLE IV
APPLICABLE LAW AND VENUE
This Contract shall be governed by, and construed in accordance with, the applicable laws of
the State of Georgia.. Any legal proceedings shall be brought and heard in Cobb County Court.
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their business in a manner
4/9/08
Page 10 of 15
which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race,
creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental
handicap, or national origin, and, in particular:
1. The parties will maintain open hiring and employment practices and will welcome
applications for employment in all positions from qualified individuals who are members
of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal, state or
local laws or regulations issued pursuant thereto, relating to the establishment of
nondiscriminatory requirements in hiring an employment practices and assuring the
service of all patrons and customers without discrimination with respect to the above-
stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the Contractor or the
Contractor's subcontractors, the Purchaser may serve written notice of intention to terminate such
Contract upon the Contractor, which notice shall specify the reasons therefore. Unless within thirty
(30) days after serving such notice upon the Contractor such violation shall cease and an arrangement
for the correction thereof satisfactory to the Purchaser be made, the Contract shall, upon the
expiration of the said thirty (30) days, cease and terminate. In the event of any such termination, the
Purchaser may purchase the materials necessary for complete performance of this Contract for the
account and at the expense of the Contractor, and the Contractor shall be liable to the Purchaser for
any excess cost thereby.
ARTICLE VII
SEVERABILITY
If any term or condition of this Contract or the application thereof to any person(s) or
circumstances is held invalid, such invalidity shall not affect other terms, conditions, or applications,
which can be given effect without the invalid term, condition, or application. To this end the terms
and conditions of this Contract are declared severable.
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be deemed a waiver of
any prior or subsequent breach, no term or condition of this Contract shall be held to be waived,
modified, or deleted except by a written instrument signed by the parties hereto.
4/9/08
Page 11 of 15
FREEDOM FIRE EQUIPMENT:
By:
,-06~
Title:
Dated:
A~:W
By.
Dated:
ATTEST:
.8~~
City Clerk
,j J.crDA
- ,
;Zpr. ed as to fo~rm, ':
'/f? '/
'.~~~~'
City Attorney
4/9/08
Page 12 of 15
BIDDER=S CHECKLIST
The following information shall be provided in the bidder=s bid. The information shall be pr~vided
in the same sequence as the following listing. The bidder shall initial each requirement as supplied in
the space provided.
Bid form completed and signed.
Bidder=s checklist completed.
9.1 Specification form completed.
9.2.1 Statement indicating number of years building aerial fire apparatus
9.2.2 Proof of licensing as an authorized new vehicle dealer.
9.2.3 Statement indicating complete apparatus constructed by a single
manufacturer.
9.2.4 List of five user references.
9.2.5 Copy ofFord Motor Co. Quality Vehicle Modifier Certificate
9.3.2 Statement indicating parts and services availability.
9.4 Documents indicating bidder=s authority to represent manufacturer.
9.5 Vehicle drawings.
9.8 Exceptions to specifications page.
9.9 Certificates ofInsurance.
10 Price information
11 Warranty certificates and statements
12 Manufactures test information
13 Statement indicating all standards, statutes and regulation will be
complied with
16 Manuals and Diagrams
4/9/08 Page 13 of 15
Port Angeles Fire Department
MOBILE AIR APPARATUS BID FORM
MANUF ACTURER F'r e.e 6.:> {II\. f=i. r e. f'q"u 'dp rhM+
ADDRESS d-.g 0 'Pe-o..r \. S+r w...+
CITY rl\ ~r \ e..:tf-o.... STATE b-A. ZIP 3 DOlt, 0
BODY MODEL \ 'd..-K. Moolle AirCHASSIS MODEL !)..OD g F 5So awn )(L
Liability insurance
Exceptions
Drawings
As Specified Yes ~ No
As Specified Yes_ No V-
As Specified Yes_ No
VEHICLE WEIGHTS
Front Axle 7) 000
Total Curb Weight
Rear Axle
/3j&;~O
Payload Allowance
AUTHORIZED DEALER NUMBER
12111/07
Page 14 of 15
The undersigned bidder agrees to furnish the equipment, materials and/or services requested, under
the tem1S and conditions as stated herein, at the fixed price(s) listed below and further agrees that
such stated price(s) shall remain firm and in effect for a period ono days from the bid closing date:
Complete chassis and body price including all drive out, delivery and specified equipment as per the
specifications. .
$
\Vashington State Sales Tax (8.7%)
s
Customer Travel Expenses
$
2,400.00
Total
$
Delivery in calendar days
I roD
I ~ 0 :DC\'fS
Firm Name FreE-dolV\. Fire.. fq;./i!fV'I.e;rt
Address 'dS 0 Pc--Ct\ ( ~+ce.e..+
City l'lii.ClrieAf-c.. State GP-- Zip <-300(00
Telephone ~()O ~q oro - q lD IS Contact ~:n.j\J\ He.s.ter JfI\iKP_PiQl.4)en
I
Signed
Date
Title
12/] 1/07
Page 15 of]5
Mobile i\ir Apparatus Specifications Form
Bidder
Complies
Yes No
APP ARA TUS CHASSIS
, r\~)
~l(\ l
1. MANUFACTURER:
1.1. Ford Motor Company
2. MODEL:
2.1. 2008 F-550 Super Duty Cab 2WD XL Decor
2.2. Color - O.E.M. Red
2.3. GVW: 17,950 lb.
2.4. Ambulance Prep Package with Dual Alternators
\
3. ENGINE:
3.1. 6.4L IHC V-8,
3.2. Horsepower Rating: 350HP
4. TRANSMISSION:
4.1. 5-Speed Automatic with overdrive
5. FUEL & EXHAUST:
5.1. Capacity - 40 USG
5.2. Exhaust Termination - Right Side in front of rear wheel.
6. FRONT AXLE:
6.1. Rating - 7,000 1b
6.2. Springs - 6,000 lb
7. REAR AXLE:
7.1. Dual Wheel
7.2. Rating - 13,660 lb
7.3. Springs - 13,000 lb
7.4. Differentia1- 4.88 gear limited slip
8. TIRES AND WHEELS:
8.1. 225170E 19.5F SRB All Terrain
8.2. Wheels - 19.5 X 6.0, 8 Hole
8,3. Stainless Wheel Simulators
/
f
I
l
i
\.
""
\
,
I
9. BRAKES:
9,1. ABS Power 4-wheel-disc brakes front/rear
Page I of13
12/11/07
Mobile Air Apparatus Specifications Form
9.2. Foot activated parking brake
10. CAB EQUIPMENT:
10.1. Tilt Steering Wheel
10.2. Cruise Control
1 0.3 . Dual B atteri es
10.4. Power Windows
10.5. Power Locks
10.6. Dual High Captains Seats
10.7. Two (2) Seatbelts
10.8. Intermittent Wipers
10.9. Heat/Defroster
10.10. Air Conditioning
10.11. Tinted Glass
11. Gauees:
11.1. Speedometer
11.2. Fuel
11.3. Odometer
11.4. Oil Pressure
11.5. Tachometer
11.6. Voltage
11.7. Dual Electric Horns
11.8. AM/FM Stereo Radio with CD
11.9. Black Electric Trailer tow mirrors
11.10. Dome Light
11.11. Driver & Passenger Air Bags
11.12. Power Steering
12. MISCELANEOUS
12.1. Fuel Filter
12.2. 1.38" Front & Rear Shock Absorbers
12.3. Front & Rear Stabilizers
12.4. Noise Reduction Package
12.5. Stainless Step Bars
~4PPARATUS BODY
13. ALL ALUMINUM RESCUE MODULE
13.1. The body shall be of all aluminum construction. The body shall have seven
each exterior com artments.
Page 2 of 13
12/I I/07
Bidder
Complies
Yes No
VJ~s
/"
'I
I
(
\
\
1
l
f
I!
"
F
f
Mobile Ajr Apparatus Specifications Form
Bidder
Complies
13.2.
Yes
,"" l
The body shall be mounted on the aforementioned chassis and shall come with ft \/
a ten-year structural warranty.
14. BODY CONSTRUCTION OVERVIEW
14.1. The body shall be constructed of custom aluminum extrusions and aluminum
plate specifically designed for fire & rescue applications. The body shall be
designed and engineered specifically for Emergency Vehicles and shall be built
to meet the duty cycle for Fire and Rescue services. Manufacturers using
modified stamped aluminum bodies designed for purposes other than
emergency response shall not be allowed. (No Exceptions)
14.2. The body shall be welded construction for maximum strength and integrity for
the entire life of the apparatus.
14.2.1. The aluminum extrusions shall be custom designed structural shapes that are
an alloy of 6061 and heated to a temper of T -6 hardness. The aluminum shapes
shall be designed with a force fit interlock system that shall eliminate any
vibration to the welded structural members.
14.3. The floor, roof, and sidewalls shall be of cage construction that is built to form
an independent structure which shall be self standing and rigid. The body shall
then be mounted. No chassis modifications shall be required or permitted.
14.4. The exterior walls shall be constructed of 5052-H32 with a heat-treated plate
that is stretch leveled to a tolerance of +/- 0.003. The exterior wall shall
interlock into place.
15. ROOF CONSTRUCTION
15.1. The roof shall be constructed of.1 00" thick aluminum diamond plate. The
roof structure shall consist of 2 inch x 2 inch 5052-H32 aluminum structural
"Z" sections that shall span the full width of the body.
15.2. The roof structural members shall be welded to the diamond plate roof and to
the ilmer structural connector of the radius. The diamond plate sheet roof shall
be completely welded to the roof radii, which connects directly to the sidewall
structure.
15.3 . No caulking or screws shall be utilized or acceptable.
16. ROOF RADIUS
16.1. The roof radius shall be an extruded aluminum shape with an alloy and temper
of 606 1 - T6 with an ultimate strength of 42,000 psi. The shape shall be a three-
inch radius with a built in inner structural connector to form a one-piece side
and roof structure.
16.2. The radius shall be semi hollow shape for strength, reduced weight and to also
allow passage for electlical wires.
16.3. The roof and side sheets shall fit into the roof radius and shall be welded from
the inside of the body.
17. CORNER RADIUS
Page 3 of 13
12/11/07
No
(
\
(
/
/
I
i
I
I
f
\
\
l
/
!/
/
,#
Bidder
Mobile Air Apparatus Specifications Form Complies
Yes No
i:r~ "
;l
,
17.1. The comer radius shall be of the same heavy construction as the roof radius, 1 V
except there shall be no built in drip molding, The comer radius shall be a
three-inch radius. I
17.2. All comers shall be semi hollow extruded shapes for structural strength and
shall give a smooth exterior appearance without bending or forming sheet (
metal.
18. SIDE STRUCTURE \
\
,
18.I. The sides shall be constructed with four-comer radius. The radius shall be \
three-inch arc shape with interlocking edges on both sides. The extrusions
shall be of an alloy of6063 with a heat-treated temper ofT-6.
18.2. The comer and roof shall be designed to work as a system that has a double
gusset connector in each comer joint. The roof, comer, and sides shall be
welded so as no bolts or rivets are required or permitted.
18.3. Sides shall be jig locked style construction. The jig shall hold the comers and
body side panels in place while ilmer 6063-T6 structures is welded into place.
The members shall be located 12 inches on center and welded to the roof rail,
inner structural connector that shall be the roof members.
18.4. The doorframe shall be designed to match fit the exterior compartment doors. .
The frame shall be a fulll/4-inch thick. The doorframe shall have an exterior
trim edge that shall channel any water away from the compartment opening.
19. FLOOR STRUCTURE
19.1. The floor structure shall consist of 2" x 2" x .125" structural 6063- T6
aluminum tubing located on 12 inch centers. These tubes shall extend the full
width of the body between compartment boxes.
19.2. The floor tubes shall be welded to the side structure channels. The interior
floor surface shall be covered with aluminum plate with a thickness of .125
inch.
20. ADDITIONAL FLOOR SUPPORTS
20.I. Reinforcements shall be provided in the compartments where the Air
Compressor, Fill Station, and DOT Cascade Cylinders shall be installed. It
shall be the responsibility of the manufacturer to reinforce the structure and 3
floor as recommended by the Breathing Air supplier. The exact location and !
necessary structural re-enforcements shall be determined during the pre- l
f,
,
construction document exchange. /
21. DOOR FRAME CONSTRUCTION I
I
II
21.1. All door edges and doorframes shall be constructed of aluminum. All \
doorframes shall be welded to the exterior sheets and to the side structure \
channels. \
\.
\
22. COMPARTMENT CONSTRUCTION \
I
f
j
Page 4 of 13 12/11/07 I'
f
Bidder
Mobile Air A..pparatus Specifications Form Complies
Yes No
All exterior compartments shall be constructed of .125" smooth aluminum !i!f:: ,l
22.1. !
plate. All corners shall be welded. /'
22.2. Each compartment shall be vented with a minimum four-inch aluminum vent. I
All compartment floors shall be of the "sweep out" style. {
I
23. BODY MOUNTING \
i
23.1. The body structure sills shall be constructed of 3 inch x 112 inch aluminum flat I
I
bar. The flat bar shall be welded to every cross channel on both sides. The J
chassis and body shall be separated with a 112" x 3" non-metal sill. I
23.2. The body shall be capable of being removed from and transferred to a new
chassis similarly sized to the old chassis. There shall be adequate space left
between the cab and body.
23.3. The body shall be attached to the chassis using 5/8-inch steel "U" bolts. The
body shall be mounted as per the chassis manufacturers guidelines.
24. REAR TAILBOARD
24.1. Rear step shall be constructed of 3/16" polished aluminum diamond plate and I
i
supported by a structural steel sub-frame. The tailboard when apparatus is fully ,
i
loaded shall have a maximum ground clearance of24" when sitting on a level I
surface. The tailboard shall be flanged down to provide added strength and I
/
rigidity and to prevent cutting of hands while washing the apparatus. Rear step I
I
shall be spaced away from body a minimum of 1". The rear step shall be 1 0" I
I
deep and run the entire width of the apparatus. All stepping surfaces shall be in i
\
compliance with the latest version of all applicable NFP A standards. \
25. FENDERS AND WHEEL WELLS
\
I
i
25.1.1. The wheel well openings shall be of sufficient opening to permit the utilization I
,
of tire chains or other traction devices. The wheel well shall be provided with I
I
c
full fender liners that shall be formed so as to eliminate pockets that might J
traps and collect road dirt. i
1
25.2. Fender flares shall be of a heavy-duty rubber style. The liner shall be I
constructed of .125-inch aluminum and flanges at the bottom edge. I
25.3. The area above the fender surface shall be trimmed with aluminum diamond I
!
plate for complete protection from chain kick back. I
\
26. EXTERIOR BODY TRIM \
!
1
I
The exterior of the body shall be fitted with .125-inch bright aluminum !
26.1. I
diamond plate kick panel above the rear step. Kick plates shall be a minimum ,I
of 14 inches high. ,
7
26.1 Rock shields shall be a minimum of] 4 inches in height and shall confonn to ,
.,
the front and rear radius of the body on ~ach side.
26.2 There shall be 1 inch x 2 inch bright aluininum diamond plate rub rail installed \
at the lowest edge of the apparatus body between the wheel well panels and the \.
,
front and rear rock guard shields and kick plates. \
Page 5 of]3 12/11107
I Bidder
Mobile Air Apparatus Specifications Form Complies
Yes No
.;x
W" j
v
27 STONE GUARDS AND PROTECTION PANELS \
27.1 There shall be additional protection panels installed on the apparatus at areas
subject to intensive wear, scuffing and abuse.
27.2 The protection panels shall be constructed from aluminum diamond plate or
stainless steel material.
28 APP ARA TUS BODY PAINTING
28.1 Prior to applying the first coat of primer, all removable hardware items such as
doors, handles, hinges, grab rails, lights etc. shall be removed.
28.2 The entire body shall be fully ground smooth and sanded to eliminate any
visible welded deflections. The priming and final coat application shall
conform to paint manufacturers guidelines.
28.3 The apparatus body shall be painted one-color polyurethane to match the
chassis O.E.M. paint scheme. Exact paint code and layout shall be determined
during pre construction conference.
29 SWEEP-OUT CONSTRUCTION
29.1 All side body compartments shall have sweep out type floors. All I
compartments shall be made to the largest practical dimensions to provide
maximum storage capacity for fire department equipment. Compartments that
are fabricated without a "Sweep Out" design shall be immediately rejected.
(No Exceptions)
29.2 All compartments shall have aluminum vents on the top rear wall of the
compartment. A louvered aluminum vent cover shall be provided and installed
on the outside of the compartment to shield water from entering the
compartment at the vent area.
30 HANDRAILS
30.1 All handrails used on apparatus shall be 1-1/4" diameter stainless steel tube I
supported at each end by a chrome-plated stanchion. All rails shall be designed
and mounted to reduce the possibility of hand slippage and to avoid snagging
of equipment or clothing. Drain holes shall be provided in the bottom of all
vertically mounted assist handles. Handrails shall be installed in the following
locations: I
30.1.1 Two (2) 24" vertical handrails shall be installed on the rear ofthe apparatus to
the left and right of the compartment. I
31 ST ANLESS STEEL SCUFF PLATES \
\
31.1 There shall be a stainless steel scuff plate affixed to the lower sweep out \
,
i portion of the compartment opening. The scuff plate shall serve as protection i
to the door edge opening. f
i
32. COMPARTMENTATION !
I,
,
i
,
Page 6 of 13 12/1 I/07 ,
Mobile Air Apparatus Specifications Form
32.1 LEFT FRONT - COMPARTMENT "A"
32.1.1
32.2
"
32.2.1
32.3
32.3.1
32.4
32.4.1
32.5
32.5.1
32.6
32.6.1
32.7
32.7.1
This compartment shall be approximately 64 inches high x 54 inches wide x
transverse extending over the frame rails.
LEFT "THEEL WELL - COMPARTMENT "B"
This compartment shall be located above the wheel well and shall be
approximately 3 8 inches high x 21 inches deep. C tn.r I ~ ;e.b 0 n
1" q.
p~ one
LEFT REAR - COMPARTMENT "C"
This compartment shall be located between the wheel well and the rear of the
apparatus and shall be approximately 64 inches high x 22 inches wide x 21
inches deep.
RIGHT FRONT - COMPARTMENT "D"
This compartment shall be approximately 64 inches high x 54 inches wide x
transverse extending over the frame rails.
RIGHT WHEELWELL - COMPARTMENT OlE"
This compartment shall be located above the wheel well and shall be
approximately 38 inches high x 21 inches deep.
REAR - COMPARTMENT "F"
This compartment shall be located between the wheel well and the rear of the
apparatus and shall be approximately 64 inches high x 36 inches wide x 2]
inches deep.
REAR - COMPARTMENT "G"
This compartment shall be located on the rear of the apparatus and shall be
approximately 52 inches high x 48 inches wide x 73 inches deep. The door
openingshall be a minimum of 46 inches wide by 39 inches high.
33 ROLL-UP DOORS
33 .1_.~.._.u-EaGh..c.QJ11partment shall have a single brushed aluminum ROM Roll-Up Door.
",.{~<,,,,,,,,,"...:.:._....... ~~."...,.-
,..,~~~~" ...............
/<:'J'4. SCBA BOTTLE STORAGE
......... .,,-~_~~~...J?
,........_.32f-~1.._.~-..-Tnetesh.a.i]"be an air bottle storage rack fabricated and installed in the right
side (Compartment E) wheel well compartment. The rack shall be fabricated
from a minimum .125 aluminum fomled to accommodate the customer
supplied air bottles. The exact dimensions shall be detemlined during the pre-
Page 7 of ] 3
]2/]1107
Bidder
Complies
Yes No
I
V
I
f
I
{
(
\
l
I
I'
a
j
\
\
\.~
\
/
"i'l
Mobile Air Apparatus Specifications Form
construction information exchange.
35. ADJUSTABLE SHELVES
35.1 There shall be one each aluminum adjustable shelves in exterior compartments
"B", "e", "E", & "F". The shelves shall be constructed of .125 inch aluminum
for durability and ease of mounting equipment.
35.2 The shelves shall be fully adjustable from the top of the compartment to the
bottom. Shelving hardware shall be of the unistrut "e" channel design.
APPARATUS ELECTRICAL
36. ELECTRICAL STANDARDS
36.1
Two complete computer-graphic "as-built" wiring schematics shall be
furnished with the completed vehicle.
All wiring and electrical equipment shall meet SAE standards. All lighting and
reflectors shall meet Federal Motor Vehicle Standards.
The optical warning system on the fire apparatus shall be capable of two
separate signaling modes during emergency operations. One mode shall signal
to drivers and pedestrians that the apparatus is responding to an emergency and
is calling for the right of way. The other mode shall signal that the apparatus is
stopped and is blocking the right of way. The parking brake switch shall
determine, through the use of switching, which mode the emergency lighting is
m.
The optical warning devices shall be constructed or arranged to avoid the
projection of light either directly or through mirrors into any driving or crew
compartments.
Illumination shall be provided for controls switches, essential instructions,
gauges, and instruments necessary for the operation of the apparatus and the
equipment provided on it. Where external illumination is provided, it shall be a
minimum of 5 foot-candles on the face of the device. Hydraulic lines, air
system tubing, control cables, and electrical lines shall be clipped to the frame
or body structure of the apparatus and shall be furnished with protective heat
looms and/or grommets at each point where they pass through body panels or
structural members.
Where any through-the-frame connector is provided, any such connector and
wiring shall also be protected from shear or tear. Wiring shall be provided with
properly rated low voltage over current automatic resetting protective devices.
(The headlight circuit breaker shall be of the automatic reset frier type).
Such devices shall be readily accessible and protected against excessive heat,
damage and water spray. Switches, relays, terminals, and connectors shall have
a direct current rating of 125 percent of maximum current for which the circuit
is protected. Electromagnetic interference suppression shall be in accordance
with SAE J551, perfonnance levels and methods of measurement of
electromagnetic radiation from vehicles and devices (30-1000 MHZ).
All relays and circuit breakers shall be "plug in" type for easy replacement. All
components shall be protected against corrosion, heat, vibration and moisture.
The rela aneI shall be installed in the cab on the floor, between the seats and
36.2
36.3
36.4
36.5
36.6
36.7
36.8
Page 8 of 13
12111/07
Bidder
Complies
Yes No
,/
(
\
I
.
J
1
I
/
!
\
\
\
f
"
\
Mobile Air Apparatus Specifications Form
have an easily removable, aluminum cover. Relay panels mounted in
compartments shall not be pennitted due to the increased risk of damage from
moisture. (No Exceptions)
37. SWITCH CONSOLE
37.1 A 12" Jotto Desk console shall be mounted between the driver and officer seat
in easy reach of both occupants. The console will house:
37.2 The TST Tech 6 Switch Control Panel
37.3 The door ajar indicator light
37.4 The battery indicator light
37.5 Low voltage indicator light
38. SWITCHING & CONTROLS
38.1 All apparatus warning lights shall be controlled utilizing the TST push button
control module with individual switches.
39. LOAD MANAGEMENT SYSTEM
39.1 A Load Manager shall be provided and installed on the vehicle. The Load
Manager is designed to meet and exceed all the requirements ofNFP A 1901.
The system shall sequence a total of eight (8) loads.
39.2 Load shedding is accomplished in two zones; one (1) zone for lights that may
be shed when on the road and the other for lights that may be shed at the scene.
Selection of shedding modes is through the parking brake switch or the neutral
safety switch.
39.3 A high voltage detector shall be provided to detect when the sensed voltage
exceeds 15 volts. High voltage, low voltage and load shedding set points are
individually field adjustable. Load shedding priority is determined by the
wiring connections to the Load Manager.
40. LOW-VOLTAGE SYSTEM (LVS)
40.1 A Low Voltage Alarm system shall be provided and installed on the vehicle. It
is designed to meet and exceed all the requirements of NFP A I 901.
41. DOT LIGHTING
41. I Vehicle lighting and reflectors shall meet all State and Federal DOT
requirements. All required reflectors shall be bolted onto body.
42. TAIL LIGHTS
42.1 The two (2) Vista incandescent tail/turn/brake lights shall be supplied. The
two (2) back-up lights shall be clear. There shall be one (1) set of two mounted
vertically each side on rear face of body. Round, push in lights mounted with
grommets will not be accepted. (No Exceptions)
Page 9 of]3
12/11107
Bidder
Complies
Yes No
/
if
/
I
!
(
~
f
l
\
Mobile Air Apparatus Specifications Form
48.1.5
Two (2) in the upper portion of the body. Right Front & Right Rear
48.2
Two (2) Code Three LED 45BZA series amber lights shall be provided and
installed as follows:
48.3 Two (2) rear facing Upper Zone (one each side)
49. 12 VOLT SCENE LIGHTING
49.1 Six (6) Code Three 41Z26K series clear halogen scene lights shall be installed
as follows:
49.1.1 Two (2) rear facing upper zone. (One each side)
49.1.2 Two (2) in the upper portion of the body. Left Front & Left Rear
49.1.3 Two (2) in the upper portion of the body. Right Front & Right Rear
50. TELESCOPING LIGHTS
50.1 Two (2) 12 Volt Akron HID Lights shall be installed on the rear of the
apparatus body. The lights shall extend above the roofline for increased area
illumination. A stainless steel scuff plate shall be mounted on the body in the
area of the light head to prevent body damage while turning. Each light shall
be controlled by a single toggle switch mounted on the light head. Location
shall be determined during the pre-construction infonnation exchange.
51. SIREN
51.1 One (1) Code Three 3940 Series 100 watt siren shall be furnished and installed
in the warning light switch tower between the driver & officer. The hard-wired
noise-canceling microphone shall be installed on the dash within easy reach of
the driver or officer. It shall have a two (2) year standard warranty from the
manufacturer.
52. SIREN SPEAKER
52.1 There shall be a 100 watt siren speaker furnished and installed in the front
bumper. No surface mounted speakers shall be permitted. (No Exceptions)
53. REFLECTIVE STRIPING
53.1
The unit shall have a triple White Scotchlite stripe on each side. It shall form a
"Z" pattern over each front compartment door in a 1-4- I design. There shall be
a 1" stripe, separated by a 1" gap, over a 4" stripe separated by a 1" gap over a
1 " stripe.
The reflective stripe shall cover at least 50 percent of the cab and body length
011 each side, at least 50 percent of the width of the rear, and at least 25 percent
of the width of the front of the apparatus. Scotchlite Brand Only (No
Exceptions)
Each compartment shall have a I" Gold Burled stripe around the perimeter. A
custom Gold Burled comer scroll shall be affixed to each comer. The stripe
53.2
53.3
Page I ] of 13
] 2/11107
Bidder
Complies
Yes No
~\tt
/
./
V
(
I
,
l
I
i
\
\
.
,
!
-t
Mobile Air Apparatus Specifications Form
and scrolls shall be installed over a 1.25" black non-reflective vinyl stripe,
which creates a 1/8" reveal around the stripe.
54. CHASSIS TOUCH-UP PAINT
54.1 A container of touch-up paint will be provided to match the cab color.
55. BATTERY CHARGER
55.1 An Iota (or equivalent) 15 amp battery conditioner shall be installed on the
apparatus to maintain the chassis batteries.
56. CAB SHORE POWER
56.1 A 30-amp female shoreline receptacle shall be installed on the apparatus to
accept a continuous power supply from shore power. The receptacle shall
supply a duplex receptacle providing power to the onboard battery conditioner
and customer supplied battery chargers for equipment.
INSTALLATION OF CUSTOMER SUPPLIED EQUIPMENT
. CASCADE SYSTEM
57.1 Install customer supplied cascade system as per the manufactures
recommendations. The exact location and necessary structural re-enforcements
shall be determined during the pre-construction document exchange.
58. AIR COMPRESSOR
62.1 Install customer supplied air compressor as per manufacturer
recommendations. The exact location and necessary structural re-enforcements
shall be determined during the pre-construction document exchange.
63 FILL STATION
63.1 Install customer supplied fill station as per manufacturer recommendations.
The exact location and necessary structural re-enforcements shall be
determined during the pre-construction document exchange.
64 CONTROL PANEL
64.1 Install customer supplied fill station as per manufacturer recommendations.
The exact location and necessary structural re-enforcements shall be
determined during the pre-construction document exchange.
NSPECTION~ ACCEPTANCE and DELIVERY
65 INSPECTION, ACCEPTANCE and DELIVERY
Page 12 of 13
12/11/07
Bidder
Complies
Yes No
l\i',?( ,/
1/'
(
\
\
\
\
\
)
J
f
I
Ii
,~
Bidder
IVlobile Air ~4.pparatus Specifications Form Complies
Yes No
f~<Jr ...
65.1 Each bidder shall include funds totaling $? AOO.OO in the total bid amount. to vi'
be returned to the City of Port Angeles to be utilized by the Fire Department ..
representative who shall perform a factory inspection prior to acceptance of the
Apparatus. These funds shall be utilized for travel, lodging and meals to and
from the manufacturing location.
Page] 3 of ] 3 12/l1l07
~EDOM \~FJ
f'mE EQJJWMENT 280 Pearl Street
Marietta, GA 30060
Phone (770) 419-9262
FAX.:(770) 419-9269
Sold To: CITY OF PORT ANGELES Date: 2/20/2008
321 EAST 5TH Phone: 360417-4541
PORT ANGELES, WA 98362 FAX: 360452-4972
Salesperson: Lender: N/A
New/Used Year Make Model Vehicle Identification Number
NEW 2009 FORD F -550 I I I I I I I I I I I I
12' CUSTOM MOBILE AIR APPARATUS + Cash Sale Price $82,443.90
MOUNTED ON 2008 FORD F-550 SUPER DUTY 2 - Gross Trade 0
WHEEL DRIVE CHASSIS. Price includes $2,400.00 = Difference Price 0
for Fire Department travel. City of Port Angeles to pay + Additional Options
State of Washington sales tax of $7,856.10 = Taxable Balance 0
+ Sales Tax@ % , 0
+ Federal Excise Tax 0
= Total Sale Price $82,443.90
Mike Puntenney - Partial Payment
Ken Dubuc = Unpaid Balance
360417-4653 - Additional payments
= Balance
+ Trade Payoff
FOB Marietta, Georgia + Change Orders
Balance to Finance
Vehicles are sold "AS IS". Chassis manufacturer's warranty applies. Thank You for choosing Freedom Fire Equipment!
By execution of this order, Customer offers to purchase the above vehicle per the terms of this agreement and any signed attachments. Disclaimer of
Warranties: This seller, Freedom Fire Equipment LLC, hereby expressly disclaims all Warranties either Expressed or Implied, including any Implied
Warranty of Merchantability or Fitness for a particular purpose. Freedom Fire Equipment LLC neither assumes nor authorizes any other person to
assume any liability in connection with the sale of any vehicle. This sale is made in Cobb County Georgia and this locations governing laws apply.
Concerning Factory Orders: Chassis and body build slots are confirmed after we have your signed order and partial payment in hand. Please be aware
that any delay in receiving the order & funds will cause a delay in build and delivery. Scheduled build dates will be confirmed upon receipt from the
manufacturer. Please carefully review the attached vehicle build sheet. Cancellation is not available once the order is processed. Purchaser agrees to
make full settlement and accept delivery within five days of notification that vehicle is ready and available. While we appreciate the opportunity to
assist you with financing arrangements, this sale is not contingent upon seller's arrangement of your fmancing. In consideration of the sale price, change
order charges, and/or manufacturer price increases, if any, will be purchaser's responsibility. To secure your order please indicate your acceptance of
these terms by your signature below.
PURCHASE .
SALESPERSON:
ACCEPTED BY:
Date:
Date:
At Deliverv We Require:
o COD or Leasing Documents
D Grant Verification (\Vhen Applicable)
o Proof of Sales Tax Exemption
REV0208
ill UNLESS SIGNED AND APPROVED BY AUTHORIZED MANAGER
FREEDOM
!i~'~l:FlJE lBQ.UJIl'PRf] lENT
Port Angeles Fire Department
INTENT OF SPECIFICATIONS
It is the intent of these specifications to cover our bid for furnishing a complete non walk-in
rescue apparatus equipped as hereinafter specified. With a view to obtaining the best results and
the most acceptable apparatus for service in the fire department, these specifications cover the
general requirements as to the type of construction, together with certain details as to finish,
equipment and appliances with which the successful bidder must conform. Minor details of
construction and materials where not otherwise specified are left to the discretion of the
contractor, who will be solely responsible for the design and construction of all features.
SAFETY REQUIREMENTS
The unit specified meets all State and Federal safety standards and laws that are in effect on the
date of the bid for the item(s) that are being specified and the particular use for which they are
meant.
QUALITY AND WORKMANSHIP
The design of the apparatus shall embody the latest approved automotive engineering practices,
experimental designs and methods shall not be acceptable. The workmanship shall be of the
highest quality in its respective field. Special consideration is given to the following points:
accessibility of the various units that require periodic maintenance, ease of operation (including
both pumping and driving) and symmetrical proportions. Construction shall be rugged and ample
safety factors shall be provided to carry loads as specified.
DELIVERY & TERMS
The successful bidder shall agree to furnish the apparatus within 150 calendar days after the
receipt of order. The apparatus shall be paid in full upon acceptance by the Fire Department at
the manufacturers facility.
GENERAL CONSTRUCTION
The complete apparatus, assemblies, subassemblies, component parts and so on, will be designed
and constructed with due consideration to the nature and distribution of the load to be sustained
and to the general character of the service to which the apparatus is to be subjected when placed
in service. All parts of the apparatus will be strong enough to withstand the general service under
full load. The apparatus will be so designed that the various parts are readily accessible for
lubrication, inspection, adjustment and repair.
The apparatus will be designed and constructed, and the equipment so mounted, with due
consideration to distribution of the load between the front and rear axles, that all specified
equipment, including a full compliment of specified ground ladders, full water tank, loose
equipment, and firefighters; will be carried without overloading or injuring the apparatus.
1 of 18
Freedom Fire Equipment
PR~EDlOM
Ir"'il~ f!jQY!JHlf'f~~E.lMT
Port Angeles Fire Department
OPERATION AND SERVICE DOCUMENTATION
The documentation will address at least the inspection, service, and operations of the fire
apparatus and all major components thereof. The manufacturer shall also provide documentation
of the following items for the entire apparatus and each major operating system or major
component of the apparatus:
1. Manufacturers name and address
2. Country of manufacture
3. Source of service and technical information
4. Parts and replacement information
5. Descriptions, specifications, and ratings of the chassis, pump, and aerial device
6. Wiring diagrams for low voltage and line voltage systems to include the following
information: representations of circuit logic for all electrical components and wiring,
circuit identification, connector pin identification, zone location of electrical
components, safety interlocks, alternator-battery power distribution circuits, and
input/output assignment sheets or equivalent circuit logic implemented in
multiplexing systems
7. Lubrication charts
8. Operating instructions for the chassis, any major components such as a pump or
aerial device, and any auxiliary systems
9. Precautions related to multiple configurations of aerial devices, if applicable
10. Instructions regarding the frequency and procedure for recommended maintenance
11. Overall apparatus operating instructions
12. Safety considerations
13. Limitations of use
14. Inspection procedures
15. Recommended service procedures
16. Troubleshooting guide
17. Apparatus body, chassis, and other component manufacturers warranties
18. Special data required by this standard
The manufacturer shall provide manufacturers operations and service documents supplied with
components and equipment that are installed or supplied by the manufacturer.
MANUFACTURING LABELS
A permanent plate shall be mounted in a compartment specifying the quantity and type of the
following fluids that may be used in the apparatus for normal maintenance.
Where a fluid is not applicable to the unit, the plate shall be marked N/ A to inform the service
technician who may not be familiar with the apparatus.
· Engine oil
2 of 18
Freedom Fire Equipment
lFREED{lH~
lPffJr-iE re<GtfLH~IF;;I1~JHENT
Port Angeles Fire Department
t,) Engine coolant
e Transmission fluid
G Pump transmission fluid
.. Pump primer fluid
It Drive axle fluid
o Air conditioning refrigerant
· Power steering fluid
· Cab tilt mechanism fluid
· Transfer case fluid
· Equipment rack fluid
· Air compressor system lubricant
· Generator system lubricant
· Front tires air pressure
· Rear tires air pressure
REQUIRED LABELS:
SEAT BELT SIGN: An accident prevention sign stating "Danger Personnel Must Be Seated
And Seat Belts Must Be Fastened While Vehicle Is In Motion Or Death or Serious Injury
May Result." shall be visible from each seating position.
SEATING CAPACITY SIGN: A permanent sign shall be installed in the drivers compartment
specifYing the maximum number of personnel the vehicle is designed to carry (seating capacity)
per NFP A standards. It shall be located in an area visible to the driver and shall read
"SEATING CAPACITY (2)".
ACCIDENT PREVENTION SIGN: An accident prevention sign stating "Danger Do Not
Ride On Rear Step While Vehicle Is In Motion, Death Or Serious Injury May Result" shall
be placed so it is visible from the rear step of the vehicle. A similar sign shall be placed on the
top mount walkway.
OVERALL TRAVEL CLEARANCE PLATE: There shall be a travel clearance-warning
label located in the chassis cab. The travel clearance-warning label shall be located in easy view
of the driver. The travel clearance-warning label to include the following information: Overall
travel clearance height in feet and inches.
GVW SIGN: The manufacturer shall supply the final manufacturer's furnished certification of
GVWR and GA WR on a nameplate affixed to the vehicle.
TYPE OF FUEL SIGN: A "Diesel Fuel Only" nametag shall be attached to fuel fill access
door.
FINAL STAGE LABEL: A nameplate shall ce11i:f)r that the completed vehicle conforms to the
motor vehicle safety standards previously certified by the chassis manufacturer and that the final
3 of 18
Freedom Fire Equipment
FRlEEDOIJ?/m
Ir~3R!E liB'~JLHHP'MENT
Port Angeles Fire Department
stage Manufacturer has not altered the certification. All nameplates and instruction plates shall
be metal or plastic with the information permanently engraved, stamped, or etched thereon.
Metal nameplates to be installed with plated screws. All nameplates are to be mounted in a
conspicuous place.
BID RESPONSE
It is the intent of this specification to solicit bids for a 12 Ft. Air Light Service Unit specifically
designed to meet the requirements of the Fire Department. Each specification submitted shall be
in the same order as the customer specification in order to properly evaluate each item. Each
bidder shall indicate in the "Bidders Response" column whether or not they comply with the
items requested. A detailed page marked "Clarifications" shall indicate any deviation however
minor or major they may be in order to establish conformance. Each bid shall clearly state any
and all items not included in the total cost of the apparatus.
GENERAL WARRANTY
The following warranty will be furnished. We warrant each new piece of Fire Apparatus to be
free from defects in material and workmanship under normal use and service. Our obligation
under this warranty is limited to repairing or replacing, as the C;:ompany may elect, any part or
parts thereof which will be returned to us with transportation charges prepaid and as to which
examination will disclose to the Company's satisfaction to have been defective, provided that
such part, or parts will be returned to us no later than one (1) year after delivery of covered
apparatus. Such defective part or parts will be returned or replaced free of charge and without
charge for installation to the original purchaser.
This warranty will not apply to:
1. Normal maintenance services or adjustments.
2. To any vehicle which will have been repaired or altered outside of our factory in any way so
as, in our judgment, to affect it's stability, nor which has been subject to misuse, negligence, or
accident, nor to any vehicle made by us which will have been operated to a speed exceeding the
factory rated speed, or loaded beyond the factory rated load capacity.
3. Commercial chassis and associated equipment furnished with chassis, signaling devices,
generators, batteries, or other trade accessories as they are usually warranted separately by their
respective manufacturers.
This warranty is in lieu of all other warranties, expressed or implied. All other representations as
to the original purchaser and all other obligations or liabilities, including for incidental or
consequential damage on the Company's behalf unless made in writing by the Company.
4 of 18
Freedom Fire Equipment
fFREEDiJH1\fH
l'RlRlE f;;<ttlUNty)FJHEf~T
Port Angeles Fire Department
PiPPARATUS CHASSIS
MANUFACTURER: Ford Motor Company
MODEL: 2008 F-550 Super Duty Cab 2WD Standard Cab
GVW: 17,950 lb.
ENGINE: 6.4L IHC V-8
Horsepower Rating: 350HP
TRANSMISSION: 5-Speed Automatic with overdrive
FUEL & EXHAUST: Capacity - 40 USG
Exhaust Termination - Right Side in front of rear wheel.
FRONT AXLE: Drive Axle (FWD)
Rating - 7,000 lb
Springs - 6,000 1b
REAR AXLE: Dual Wheel
Rating13,660 lb
Springs - 13,000 lb
Differential - 4.88 gear dual limited slip
TIRES:
225/70E19.5F SRB All Terrain
WHEELS: 19.5 X 6.0,8 Hole
Stainless Wheel Simulators
BRAKES: ABS Power 4-wheel-disc brakes front/rear
Foot activated parking brake
CAB EQUIPMENT:
Ambulance Prep Package with Dual Alternators
XL Decor Package
Tilt Steering Wheel
Cruise Control
Dual Batteries
Power Windows
Power Locks
Dual High Back Bucket Seats
5 of 1 8
Freedom Fire Equipment
rRlEEBO~]}M
I~l
tr'fll!l\tlE ~~!J~lF)M1E~1f
Port Angeles Fire Department
Two (2) Seatbelts
Intermittent Wipers
Heat/Defroster
Air Conditioning
Tinted Glass
Gauges:
~ Speedometer
~ Fuel
~ Odometer
~ Oil Pressure
~ Tachometer
~ Voltage
Dual Electric Horns
AM/FM Stereo Radio with CD
Black Electric Trailer tow mirrors
Dome Light
Driver & Passenger Air Bags
Power Steering
BUMPER: Chrome
MISCELANEOUS
Fuel Filter
1.38" Front & Rear Shock Absorbers
Front & Rear Stabilizers
Noise Reduction Package
STAINLESS STEEL STEP BARS
Stainless Step Bars
6 of 18
Freedom Fire Equipment
FlREE,D.fJJ~~t~
.~~R.fE lfj<rtlnW'r\\f~lEK'4rir
Port Angeles Fire Department
APPARATUS BODY
ALL ALUMINUM RESCUE MODULE
The body shall be all aluminum constructed. The body shall have seven each exterior
compmiments.
The body shall be mounted on the before mentioned chassis and shall come with a ten year
structural warranty.
BODY CONSTRUCTION OVERVIEW
The body shall be constructed of custom aluminum extrusions and aluminum plate specifically
designed for fire & rescue applications. The body shall be designed and engineered specifically
for Emergency Vehicles and shall be built to meet the duty cycle for Fire and Rescue services.
Manufacturers using modified stamped aluminum bodies designed for purposes other than
emergency response shall not be allowed. (No Exceptions)
The body shall be welded construction for maximum strength and integrity for the entire life of
the apparatus.
The aluminum extrusions shall be custom designed structural shapes that are an alloy of 6061
and heated to a temper of T -6 hardness. The aluminum shapes shall be designed with a force fit
interlock system that shall eliminate any vibration to the welded structural members.
The floor, roof, and sidewalls shall be of cage construction that is built to form an independent
structure which shall be self standing and rigid. The body shall then be mounted. No chassis
building shall be required or permitted.
The exterior walls shall be constructed of 5052-H32 with a heat-treated plate that is stretch
leveled to a tolerance of +/- 0.003. The exterior wall shall interlock into place.
ROOF CONSTRUCTION
The roof shall be constructed of .100" thick aluminum diamond plate. The roof structure shall
consist of2 inch x 2 inch 5052-H32 aluminum structural "Z" sections that shall span the full
width of the body.
The roof structural members shall be welded to the diamond plate roof and to the inner structural
connector of the radius. The diamond plate sheet roof shall be completely welded to the roof
radii, which connects directly to the sidewall structl1re.
No caulking or screws shall be utilized or acceptable.
7of18
Freedom Fire Equipment
lFREEDO!i\~TI
!t"')~lF"~ Je(lUI! Pivf1llEll~"J1'
Port Angeles Fire Department
ROOF RADIUS
The roof radius shall be an extruded aluminum shape with an alloy and temper of6061-T6 with
an ultimate strength of 42,000 psi. The shape shall be a three-inch radius with a built in inner
structural connector to form a one-piece side and roof structure.
The radius shall be semi hollow shape for strength, reduced weight and to also allow passage for
electrical wires.
The roof and side sheets shall fit into the roof radius and shall be welded from the inside of the
body.
CORNER RADIUS
The corner radius shall be ofthe same heavy construction as the roof radius, except there shall be
no built in drip molding. The corner radius shall be a three-inch radius.
All corners shall be semi hollow extruded shapes for structural strength and shall give a smooth
exterior appearance without bending or forming sheet metal.
RESCUE SIDE STRUCTURE
The sides shall be constructed with four-corner radius. The radius shall be three-inch arc shape
with interlock edges on both sides. The extrusions shall be of an alloy of 6063 with a heat-
treated temper of T -6.
The corner and roof shall be designed to work as a system that has a double gusset connector in
each corner joint. The roof, corner, and sides shall be welded so as no bolts or rivets are required
or permitted.
Sides shall be jig locked style construction. The jig shall hold the corners and body side panels
in place while inner 6063- T6 structures is welded into place. The members shall be located 12
inches on center and welded to the roof rail, inner structural connector that shall be the roof
members.
The doorframe shall be designed to match fit the exterior compartment doors. The frame shall
be a full l/4-inch thick. The doorframe shall have an exterior trim edge that shall channel any
water away from the compartment opening.
FLOOR STRUCTURE
The floor structure shall consist of2" x 2" x .125" structura16063-T6 aluminum tubing located
on 12 inch centers. These tubes shall extend the full width of the body between compartment
8 of 18
Freedom Fire Equipment
FREE[H)~WM
Jk~flfFi)JE ~\'~\LHHrl&~IE1M'1r
Port Angeles Fire Department
boxes.
The floor tubes shall be welded to the side structure channels. The interior floor surface shall be
covered with aluminum plate with a thickness of .125 inch.
ADDITIONAL FLOOR SUPPORTS
Reinforcements shall be provided in the wheelwell compartment where the Air Compressor, Fill
Station, and DOT Cascade Cylinders shall be installed. It shall be the responsibility of the
manufacturer to reinforce the structure and floor as recommended by the Breathing Air supplier.
The exact location and necessary structural re-enforcements shall be determined during the pre-
construction document exchange.
DOOR FRAME CONSTRUCTION
All door edges and doorframes shall be constructed of aluminum. All doorframes shall be
welded to the exterior sheets and to the side structure channels.
COMPARTMENT CONSTRUCTION
All exterior compartments shall be constructed of .125" smooth aluminum plate. All comers
shall be welded.
Each compartment shall be vented with a minimum four-inch aluminum vent. All compartment
floors shall be of the "sweep out" style.
BODY MOUNTING
The body structure sills shall be constructed of 3 inch x 1/2 inch aluminum flat bar. The flat bar
shall be welded to every cross channel on both sides. The chassis and body shall be separated
with a 1/2" x 3" non-metal sill.
The body shall be capable of being removed from and transferred to a new chassis similarly
sized to the old chassis. There shall be adequate space left between the cab and body.
The body shall be attached to the chassis using 5/8-inch steel "U" bolts. The body shall be
mounted as per the chassis manufacturers guidelines.
REAR T AILBOARD
Rear step shall be constructed of 3/16" polished aluminum diamondette and supported by a
structural steel sub-frame. The tailboard when apparatus is fully loaded shall have a maximum
ground clearance of24" when sitting on a level surface. The tailboard shall be flanged down to
provide added strength and rigidity and to prevent cutting of hands while washing the apparatus.
9 of 18
Freedom Fire Equipment
rREED~i\14H
,
1FHRlJ[ ff5Q!mHP'f'171lEh\~'If
Port Angeles Fire Department
Rear step shall be spaced away from body a minimum of 1/4". The rear step shall be 1 0" deep
and run the entire width of the apparatus. All stepping surfaces shall be in compliance with the
latest version of all applicable NFP A standards.
FENDERS AND WHEEL WELLS
The wheel well openings shall be of sufficient opening to permit the utilization of tire chains or
other traction devices. The wheel well shall be provided with full fender liners that shall be
formed so as to eliminate pockets that might traps and collect road dirt.
Fenders shall be of a heavy-duty rubber style. The liner shall be constructed of .12S-inch
aluminum and flanges at the bottom edge.
The area above the fender surface shall be trimmed with aluminum diamond plate for complete
protection from chain kick back.
EXTERIOR BODY TRIM
The exterior of the body shall be fitted with .12S-inch bright aluminum diamond plate kick panel
above the rear step. Kick plates shall be a minimum of 14 inches high.
Rock shields shall be a minimum of 14 inches in height and shall conform to the front and rear
radius of the body on each side.
There shall be 1 inch x 2 inch bright aluminum diamond plate rub rail installed at the lowest edge
of the apparatus body between the wheel well panels and the front and rear rock guard shields
and kick plates.
STONE GUARDS AND PROTECTION PANELS
There shall be additional protection panels installed on the apparatus at areas subject to intensive
wear, scuffing and abuse.
The protection panels shall be constructed from aluminum diamond plate or stainless steel
material.
APPARATUS BODY PAINTING
Prior to applying the first coat of primer, all removable hardware items such as doors, handles,
hinges, grab rails, lights etc. shall be removed.
The entire body shall be fully ground smooth and sanded to eliminate any visible welded
deflections. The priming and final coat application shall conform to paint manufacturers
guidelines.
10 of 18
Freedom Fire Equipment
<<f"~REElnHDH'~ia
IfilfltiE lii3<<hY,Jl.Hf1P"MrEf,~1i'
Port Angeles Fire Department
The apparatus body shall be painted one color polyurethane to match the chassis O.E.M. paint
scheme. Exact paint code and layout shall be determined during pre construction conference.
SWEEP-OUT CONSTRUCTION
All side body compartments shall have sweep out type floors. All compartments shall be made to
the largest practical dimensions to provide maximum storage capacity for fire department
equipment. Compartments that are fabricated without a "Sweep Out" design shall be
immediately rejected. (No Exceptions)
All compartments shall have aluminum vents on the top rear wall of the compartment. An
aluminum cover shall be provided and installed on the outside of the compartment to shield
water from entering the compartment at the vent area.
HANDRAILS
All handrails used on apparatus shall be 1-114" diameter stainless steel tube supported at each
end by a chrome-plated stanchion. All rails shall be designed and mounted to reduce the
possibility of hand slippage and to avoid snagging of equipment or clothing. Drain holes shall be
provided in the bottom of all vertically mounted assist handles. Handrails shall be installed in the
following locations:
Two (2) 24" vertical handrails shall be installed on the rear of the apparatus to the left and right
of the compartment.
STANLESS STEEL SCUFF PLATES (Available on hinged doors only)
There shall be a stainless steel scuff plate affixed to the lower sweep out portion of the
compartment opening. The scuff plate shall serve as protection to the door edge opening.
I I ofI8
Freedom Fire Equipment
IFREEn~flW?j
R~ JJf5Q!jj!)rP-'MlEN1f'
Port Angeles Fire Department
C~OMP ARTlVIE~rTA1f1 0 I'J
LEFT FRONT - COMPARTMENT "A"
This compartment shall be approximately 64 inches high x 54 inches wide x transverse
extending over the frame rails.
LEFT WHEELWELL - COMPARTMENT "B"
This compartment shall be located above the wheel well and shall be approximately 38 inches
high x 52 inches wide x transverse.
LEFT REAR - COMPARTMENT "C"
This compartment shall be located between the wheel well and the rear of the apparatus and shall
be approximately 64 inches high x 36 inches wide x 21 inches deep.
RIGHT FRONT - COMPARTMENT "D"
This compartment shall be approximately 64 inches high x 54 inches wide x transverse
extending over the frame rails.
RIGHT WHEELWELL - COMPARTMENT "E"
This compartment shall be located above the wheel well and shall be approximately 38 inches
high x 52 inches wide x transverse.
REAR - COMPARTMENT "F"
This compartment shall be located between the wheel well and the rear of the apparatus and shall
be approximately 64 inches high x 36 inches wide x 21 inches deep.
REAR - COMPARTMENT "G"
This compartment shall be located on the rear of the apparatus and shall be approximately 52
inches high x 48 inches wide x 36 inches deep. The door opening shall be a minimum of 46
inches wide by 39 inches high.
ROLL-UP DOORS
Each compartment shall have a single brushed aluminum ROM Roll-Up Door.
12 of 18
Freedom Fire Equipment
F~JEEiDOll\f1
Arfi~JiE fai~JlJIl1l?'r~m:[~'g'
Port Angeles Fire Department
SCBA BOTTLE STORAGE
There shall be an air bottle storage rack fabricated and installed in the right side (Compartment
E) wheel well compartment. The rack shall be fabricated from a minimum .125 aluminum
formed to accommodate the customer supplied air bottles. The exact dimensions shall be
determined during the pre-construction information exchange.
ADJUSTABLE SHELVES
There shall be One (1) aluminum adjustable shelves in exterior compartments. The shelves shall
be constructed of .3/16th inch aluminum for durability and ease of mounting equipment.
Unistrut shall run from the top of the compartment to the bottom. Shelving hardware shall be of
the unistrut "C" channel design.
Shelves shall be located in the following locations.
One (1) Compartment "B"
One (1) Compartment "C"
One (1) Compartment "E"
One (1) Compartment "F"
APPARATUS ELECTRICAL
ELECTRICAL STANDARDS
All wiring and electrical equipment shall meet SAE standards. All lighting and reflectors shall
meet Federal Motor Vehicle Standards.
All OEM wiring shall be color and function coded. (No Exceptions)
The optical warning system on the fire apparatus shall be capable of two separate signaling
modes during emergency operations. One mode shall signal to drivers and pedestrians that the
apparatus is responding to an emergency and is calling for the right of way. The other mode shall
signal that the apparatus is stopped and is blocking the right of way. The parking brake switch
shall determine, through the use of switching, which mode the emergency lighting is in.
The optical warning devices shall be constructed or arranged to avoid the projection of light
either directly or through mirrors into any driving or crew compartments.
Illumination shall be provided for controls switches, essential instructions, gauges, and
instruments necessary for the operation of the apparatus and the equipment provided on it.
Where external illumination is provided, it shall be a minimum of 5 foot-candles on the face of
13 of 1 8
Freedom Fire Equipment
1FiFtEE,~")l!\lfH
Ir1I~JE f:t~UIJ~'f>ltillElflltr
Port Angeles Fire Department
the device. Where external illumination is provided, it shall be a minimum of 4-foot lambelis.
Hydraulic lines, air system tubing, control cables, and electrical lines shall be clipped to the
frame or body structure of the apparatus and shall be furnished with protective heat looms and/or
grommets at each point where they pass through body panels or structural members.
Where any through-the- frame connector is provided, any such connector and wiring shall also be
protected from shear or tear. Wiring shall be provided with properly rated low voltage over
current automatic resetting protective devices. (The headlight circuit breaker shall be of the
automatic reset frier type).
Such devices shall be readily accessible and protected against excessive heat, damage and water
spray. Switches, relays, terminals, and connectors shall have a direct current rating of 125
percent of maximum current for which the circuit is protected. Electromagnetic interference
suppression shall be in accordance with SAE J551, performance levels and methods of
measurement of electromagnetic radiation from vehicles and devices (30-1000 MHZ).
All relays and circuit breakers shall be "plug in" type for easy replacement. All components shall
be protected against corrosion, heat, vibration and moisture. The relay panel shall be installed in
the cab on the floor, between the seats and have an easily removable, aluminum cover. Relay
panels mounted in compartments shall not be permitted due to the increased risk of damage from
moisture. (No Exceptions)
SWITCH CONSOLE
A 12" Jotto Desk console shall be mounted between the driver and officer seat in easy reach of
both occupants. The console will house:
>- The TST Tech 6 Switch Control Panel
>- The door ajar indicator light
).> The battery indicator light
).> Low voltage indicator light
SWITCHING & CONTROLS
All apparatus warning lights shall be controlled utilizing the TST push button control module
with individual switches.
LOAD MANAGEMENT SYSTEM
A Load Manager shall be provided and installed on the vehicle. The Load Manager is designed
to meet and exceed all the requirements of NFP A 1901. The system shall sequence a total of
eight (8) loads.
14 of 18
Freedom Fire Equipment
~~@ R::" r l!1'iU:r\',Ul'JIlfi
m h~.~[bff'QhWH1fJ&
Jf<2:"iJ~.JE fi!i<tt\'IJElPiI\ml!Ef~'lf
Port Angeles Fire Department
Load shedding is accomplished in two zones; one (1) zone for lights that may be shed when on
the road and the other for lights that may be shed at the scene. Selection of shedding modes is
through the parking brake switch or the neutral safety switch.
A high voltage detector shall be provided to detect when the sensed voltage exceeds 15 volts.
High voltage, low voltage and load shedding set points are individually field adjustable. Load
shedding priority is determined by the wiring connections to the Load Manager.
LOW-VOLTAGE SYSTEM (LVS)
A Low Voltage Alarm system shall be provided and installed on the vehicle. It is designed to
meet and exceed all the requirements of NFP A 1901.
DOT LIGHTING
Two (2) amber and two (2) red side body running lights shall be provided and mounted, one (1)
amber and one (I) red on each side approximately midway between the front and rear axle.
There shall be one (I) amber turn signal light with protective covers furnished and mounted in
front of the axle since it is 32.5" long. There shall be five (5) lights located on the rear of the
vehicle. Three (3) of the lights shall be in the tailboard area for use as identification lamps. Two
(2) lights shall be provided on top stanchions, located as high and wide as possible, one (1) each
side, for use as clearance lamps. All required reflectors shall be bolted onto body.
TAIL LIGHTS
The two (2) Vista incandescent tail/turn/brake lights shall be supplied. The two (2) back-up
lights shall be clear. There shall be one (I) set of two mounted vertically each side on rear face of
body. Round, push in lights mounted with grommets will not be accepted. (No Exceptions)
COMPARTMENT LIGHTING
One (I) LED strip light shall be provided in each enclosed compartment, including any and all
special compartments provided with a minimum of 4 cubic feet. (No Exceptions)
DOOR OPEN HAZARD LIGHT
There shall be a flashing red light located on the cab dash in clear view of the driver. This light
shall be illuminated automatically whenever any passenger or equipment compartment door is
open. The light shall be marked "Do Not Move Apparatus When Light Is On".
LICENSE PLATE LIGHT
A license plate bracket with light shall be provided and installed on the left hand rear of the
body. It shall be wired to come on with the headlights.
15 of 18
Freedom Fire Equipment
J\lGin lTE' Jii:' tTh ,1f''iU;lIlii'[
Ul ., I'rlMgA,J"dwY'(8:.J)f I!wftl
If'''i~:JE 15~JUfi.wf\lfi~E;i'lIlT
Port Angeles Fire Department
UNDERBODY/CAB GROUND LIGHTS
Four (4) Truck-Lite 4" clear ground illumination lights, with outward facing angle brackets shall
be provided and installed. Two (2) shall be located under the cab doors, and two (2) shall be
located to light the rear tailboard area. The lights shall activate with the parking brake.
WARNING LIGHTS
NFPA-1901 Emergency lighting shall consist of:
CAB UPPER ZONE WARNING
One (1) 58" Code Three Mode12158NFPA2 all LED light bar with 12 modules shall be provided
and installed on the cab roof. .
CAB LOWER ZONE WARNING LIGHTS
Four (4) Code Three LED X series 5" X 2" warning red light heads shall be installed as follows:
~ Two (2) in chassis grille (one each side)
~ One (1) left front fender
~ One (1) right rear fender
BODY WARNING LIGHTS
Ten (10) Code Three LED 45BZR series red lights shall be provided and installed as follows:
~ Two (2) rear facing Red (Upper Zone)
~ Two (2) rear facing Red (Lower Zone)
~ Two (2) in the upper portion of the body. Left Front & Left Rear
~ Two (2) in the upper portion of the body. Right Front & Right Rear
~ Two (2) in the lower zone wheel well area.
Two (2) Code Three LED 45BZA series amber lights shall be provided and installed as follows:
~ Two (2) rear facing Upper Zone (one each side)
12 VOLT SCENE LIGHTING
Six (6) Code Three 41Z26K series clear halogen scene lights shall be installed as follows:
~ Two (2) rear facing upper zone. (One each side)
~ Two (2) in the upper portion of the body. Left Front & Left Rear
16 of 18
Freedom Fire Equipment
FR!EED<\ll~fi\if!l
'- .~
ll~RfE Ji5<Q;j1JFlW)l!\tlHE~~1I'
.
"
Port Angeles Fire Department
~ Two (2) in the upper pOliion of the body. Right Front & Right Rear
TELESCOPING LIGHTS
Two (2) 12 Volt Akron HID Lights shall be installed on the rear of the apparatus body. The
lights shall extend above the roofline for increased area illumination. A stainless steel scuff plate
shall be mounted on the body in the area of the light head to prevent body damage while turning.
Each light shall be controlled by a single toggle switch mounted on the light head. Location shall
be determined during the pre-construction information exchange.
SIREN
One (1) Code Three 3940 Series 100 watt siren shall be furnished and installed in the warning
light switch tower between the driver & officer. The hard-wired noise-canceling microphone
shall be installed on the dash within easy reach of the driver or officer. It shall have a two (2)
year standard warranty from the manufacturer.
SIREN SPEAKER
There shall be a 100-watt siren speaker furnished and installed. No surface mounted speakers
shall be permitted. (No Exceptions)
REFLECTIVE STRIPING
The unit shall have a triple White Scotchlite stripe on each side. It shall form a
"Z" pattern over each front compartment door in a 1-4-1 design. There shall be a 1" stripe,
separated by a 1" gap, over a 4" stripe separated by a 1" gap over a 1" stripe.
The reflective stripe shall cover at least 50 percent of the cab and body length on each side, at
least 50 percent of the width of the rear, and at least 25 percent of the width of the front of the
apparatus. Scotchlite Brand Only (No Exceptions)
Each compartment shall have a 1" Gold Burled stripe around the perimeter. A custom Gold
Burled corner scroll shall be affixed to each corner. The stripe and scrolls shall be installed over
a 1.25" black non-reflective vinyl stripe which creates a 1/S" reveal around the stripe.
CHASSIS TOUCH-UP PAINT
A container of touch-up paint will be provided to match the cab color.
BATTERY CHARGER
An Iota (or equivalent) 15 amp battery conditioner shall be installed on the apparatus to maintain
the chassis batteries.
17 of 18
Freedom Fire Equipment
~~'l'iG"l?"'~nl1>tW
f~ ~"\lJ&'~WI"'..))'ll\\nt
f"'fllRiE 5~rfLID!I1~il:ffnlElK!T
Port Angeles Fire Department
CAB SHORE POWER
A 30 amp female shoreline receptacle shall be installed on the apparatus to accept a continuous
power supply from shore power. The receptacle shall supply a duplex receptacle providing
power to the onboard battery conditioner and customer supplied battery chargers for equipment.
INSTALLATION OF CUSTOMER SUPPLIED OPTIONS
CASCADE SYSTEM
Install customer supplied cascade system in the left and right rear compartments. The exact
location and necessary structural re-enforcements shall be determined during the pre-
construction document exchange.
AIR COMPRESSOR
Install customer supplied air compressor as per manufacturer recommendations. The exact
location and necessary structural re-enforcements shall be determined during the pre-
construction document exchange.
FILL STATION
Install customer supplied fill station as per manufacturer recommendations. The exact location
and necessary structural re-enforcements shall be determined during the pre-construction
document exchange.
CONTROL PANEL
Install customer supplied control panel as per manufacturer recommendations. The exact location
and necessary structural re-enforcements shall be determined during the pre-construction
document exchange.
18 of 1 8
Freedom Fire Equipment
[~ !!.jRlE 19
j:;ij IJi!, e, .,.,,:;;j "
.:~ Ii1. ~ ';~:L ,- '_'
.; 5riI})%wl~.". ~lJi'1~\1
'I :~. JIfuill~i~ Jbt
Manufacturers Statement of Warranty
ONE (1) YEAR
Freedom Fire Equipment LLC. (the "Company") warrants each new fire and rescue
apparatus manufactured by it, if used in a normal and reasonable manner, against defects
in material, or workmanship for a period of one (1) year or 100,000 miles, the parts &
labor to the original purchaser starting the day of final delivery, Our obligation under
this warranty is strictly limited to repairing or replacing, as the Company may elect any
defective part,
Freedom Fire Equipment LLC. reserves the right to require any such repairs to be
made either at a Company owned service facility or another Company approved service
facility at the Company's option, Transportation cost to and from the service facility
location, are the responsibility of the user-purchaser.
The Freedom Fire Equipment LLC. warranty shall not apply to:
1) Normal adjustments and maintenance services,
2) Normal wear parts
3) Failure resulting from the apparatus being operated in a manner or for a
purpose not recommended by Freedom Fire Equipment LLC.
4) Any apparatus which have been repaired, modified or altered in any way so
as, in the Company's sole judgment, to have adversely affected the units
stability or reliability
5) Items subjected to misuse, negligence or improper maintenance
6) Loss of time or use of the vehicle, inconvenience or other incidental expense
Nothing in this warranty shall make Freedom Fire Equipment LLC. liable beyond
the express limitations hereof, for loss, injury or damage of any kind to any person or
entity resulting from any defect in the vehicle.
To the extent permitted by law, THIS WARRANTY IS IN LIEU OF ALL OTHER
WARRANTIES, EXPRESS OR IMPLIED, INCLUDING WITHOUT
LIMITATIONS, ANY IMPLIED WARRANTIES OF MERCHANTABILITY AND
FITNESS FOR A P ARTICULAR PURPOSE.
Freedom Fire Equipment LLC. reserves the right to make design changes or
improvements in it's products without imposing any obligation upon itself to change
or improve previously manufactured products.
I of I
~
l
~
~
~
~
~
l!
~
~
~
~
~
~
iif
~
~
~
~
~
~
~
~
~
~
~
11
~
~
~
~
~
~
~
~
a
~
~
%
~
~
~
~
i
~
~
~
Manufacturers Statement of Warranty
FIVE (5) YEAR PAINT/CORROSION
Freedom Fire Equipment LLC. (the "Company") warrants each new fire and rescue
apparatus manufactured by it, if used in a normal and reasonable manner, against rust
through, blistering, peeling or cracking of painted surfaces for a period of five (5) years
or 50,000 miles, parts & labor to the original purchaser starting the day of final delivery.
Our obligation under this warranty is strictly limited to repairing or repainting, as the
Company may elect any defective part.
Freedom Fire Equipment LLC. reserves the right to require any such repairs to be
made either at a Company owned service facility or another Company approved service
facility at the Company's option. Transportation cost to and from the service facility
location, are the responsibility of the user-purchaser.
Freedom Fire Equipment LLC. warranty shall not apply to:
~
~
~
~
~
~
~
~
~
~
~
~
~
~
~
I
~
~
~
!1
~
7,
.'
~
~
~
~
il
l!
~
~
~
~
"
iB
o
~
?
,
~1
~
~
1) Normal adjustments and maintenance services,
2) Normal wear parts
3) Failure resulting from the apparatus being operated in a manner or for a
purpose not recommended by Freedom Fire Equipment LLC.
4) Any apparatus which have been repaired, modified or altered in any way so
as, in the Company's sole judgment, to have adversely affected the units
stability or reliability
5) Items subjected to misuse, negligence or improper maintenance
6) Loss of time or use of the vehicle, inconvenience or other incidental expense
Nothing in this warranty shall make Freedom Fire Equipment LLC. liable beyond
the express limitations hereof, for loss, injury or damage of any kind to any person or
entity resulting from any defect in the vehicle.
To the extent permitted by law, THIS WARRANTY IS IN LIEU OF ALL OTHER
WARRANTIES, EXPRESS OR IMPLIED, INCLUDING WITHOUT
LIMITATIONS, ANY IMPLIED WARRANTIES OF MERCHANT ABILITY AND
FITNESS FOR A PARTICULAR PURPOSE.
Freedom Fire Equipment LLC. reserves the right to make design changes or
improvements in it's products without imposing any obligation upon itself to change
or improve previously manufactured products.
1 of 1
;;;
j'
"
?
~
~
~
~
~
#;
.
~
~
:;.;
.
~
~
~
~
~
~
~
~
~
~
~
';
'$
~
~
~
~
~
~
~
~
~
~
~
"i
~
l
~
~
~
~
I
Manufacturers Statement of Warranty
TEN (10) YEAR BODY
Freedom Fire Equipment LLC. (the "Company") warrants each new fire body
manufactured by it, if used in a normal and reasonable manner, against structural defects
caused by defects in material, design or workmanship for a period of ten (10) years or
100,000 miles, the parts & labor to the original purchaser starting the day of final
delivery. The Freedom Fire Equipment obligation under this warranty is strictly limited
to repairing or replacing as the Company may elect any defective body structure part.
Freedom Fire Equipment LLC. reserves the right to require any such repairs to be
made either at a Company owned service facility or another Company approved service
facility at the Company's option. Transportation cost to and from the service facility
location, are the responsibility of the user-purchaser.
Freedom Fire Equipment LLC. warranty shall not apply to:
1) Normal adjustments and maintenance services,
2) Normal wear parts
3) Failure resulting from the apparatus being operated in a manner or for a
purpose not recommended by Freedom Fire Equipment LLC.
4) Any apparatus which have been repaired, modified or altered in any way so
as, in the Company's sole judgment, to have adversely affected the units
stability or reliability
5) Items subjected to misuse, negligence or improper maintenance
6) Loss of time or use of the vehicle, inconvenience or other incidental expense
~
~
,.
Nothing in this warranty shall make Freedom Fire Equipment LLC. liable beyond
the express limitations hereof, for loss, injury or damage of any kind to any person or
entity resulting from any defect in the vehicle.
To the extent permitted by law, THIS WARRANTY IS IN LIEU OF ALL OTHER
WARRANTIES, EXPRESS OR IMPLIED, INCLUDING WITHOUT
LIMITATIONS, ANY IMPLIED WARRANTIES OF MERCHANTABILITY AND
FITNESS FOR A PARTICULAR PURPOSE.
Freedom Fire Equipment LLC. reserves the right to make design changes or
improvements in it's products without imposing any obligation upon itself to change
or improve previously manufactured products.
1 of 1