HomeMy WebLinkAbout4.645 Original ContractI
Reviewed by
'C Pur
tenne
Deputy Director
PROJECT MANUAL
CONTRACT DOCUMENTS
for
Fire Apparatus
PURCHASE CONTRACT NO. ES-10-006
poRT g
"11141
W WIN
ofiKs Pal°
CITY OF PORT ANGELES
WASHINGTON
March 2010
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS
Approved by.
Deirus 1
oickson
Senior Assistant City Attorney
4.67'
ES-10-006, Fire Apparatus page 1 of 78
CITY OF PORT ANGELES
INVITATION TO BID
for
Fire Apparatus
Sealed bids will be received by the Public Works and Utilities Director until 2:00 PM, Thursday, April 29 2010 and will be
opened and read in the Public Works Utilities Conference Room, Port Angeles City Hall, 321 East Fifth Street, Port
Angeles, Washington 98362
Bids will be taken for the following Materials:
Schedule A: Fire Apparatus Purchase
The materials to be bid are fully described in the instructions to bidders and the bid documents Bid documents may be
obtained at the Public Works and Utilities Department, between the hours of 8:30am and 4 City of Port Angeles,
1703 South B Street, Port Angeles, Washington 98363, (360) 417 -4541. Technical questions regarding this bid should be
addressed to Dennis McBride, Fleet Manager at (360) 565 -3860, between the hours of 7.00 AM and 3.30 PM
The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in the bidding process.
Subject to the foregoing, the contract may be awarded to the lowest responsible bidder.
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 for such notification Further, all bidders are directed to
solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this
project.
Bids must be sealed with the outside of the envelope marked "BID OPENING DATE APRIL 29 2010 PURCHASE
CONTRACT NO. ES -10 -006. The name and address of the bidder shall also appear on the outside of the envelope Bids
shall be addressed
Public Works and Utilities Department
Attn: Glenn Cutler, Director of Public Works Utilities
PO Box 1150, 321 East Fifth Street
Port Angeles, Washington 98362
PUBLISH Peninsula Daily News: March 30, 2010
Daily Journal of Commerce March 30, 2010
ES -10 -006, Fire Apparatus page 2 of 78
INSTRUCTIONS FOR BIDDERS
Fire Apparatus
BID SUBMITTAL:
All bids must be sealed with the outside of the envelope marked with the words: "BID OPENING
DATE: April 29, 2010, PURCHASE CONTRACT NO. ES -10- 006." The name and address of the
bidder shall also appear on the outside of the envelope. Bids shall be directed to:
Public Works and Utilities Department
Attn Glenn Cutler, Director of Public Works Utilities
PO Box 1150, 321 East Fifth Street
Port Angeles, Washington 98362
It is the intent of the attached specifications to describe the minimum requirements for the materials
requested in sufficient detail to secure bids on comparable materials. All parts included in the bid
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.
Do not make reference to brochures or supporting literature on the bid sheet. All notations for bid
compliance or exceptions are to be made on the bid sheet or on a plain piece of paper
attached and referenced to the bid item.
The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be
accepted. If alternate materials are proposed, bidders are required to submit a separate bid sheet
for each unit offered.
All bids must be made on the required bid form and in cases of errors in the extension of prices in the
bid, the unit prices will govern. All blank spaces for bid prices must be filled in, with ink or typewritten,
and each bid form for which the bidder is providing a bid must be fully completed and executed when
submitted. Only one copy of each complete bid form is required. The completed bid form(s) must be
accompanied by one completed Bid Signature Sheet, and one completed Non Collusion Affidavit
form. Faxed bids will not be accepted. Failure to adhere to instructions may constitute
disqualification of proposal.
COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with the specifications.
Failure on the Contractor's part to comply with any specification herein will be grounds for disqualification of
the bid.
All items called for in the specifications, including but not limited to the equipment constructed as shown, and
the necessary manuals, must be complied with before the final payment can be processed.
Where the description of an item includes both specifications and a brand name and number, the specifications
shall govern in case of conflict. Brand name and number are for reference as to the type and quality required
and do not preclude offers of a comparable or better product, provided full specifications and descriptive
literature accompany the offer. Failure to include full descriptive literature may be cause to reject the offer.
ES -10 -006, Fire Apparatus page 3 of 78
WARRANTY:
The purchased vehicle must have full Manufacturer's new vehicle warranties, and the warranties must inure to
the benefit of the City.
Vendor agrees to these warranty provisions by signing the bid proposal.
SAFETY:
This unit shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the
time of delivery.
The unit shall be tested by the successful bidder for compliance with all OSHA/WISHA regulations and the
State Department of Labor and Industries Electrical Workers Safety Rules.
DELIVERY ACCEPTANCE:
The successful bidder shall be responsible for delivery to the City's garage, 1703 South B Street in Port
Angeles, Washington, between the hours of 7:30 AM and 3:00 PM during the City's normal work day. Delivery
shall be made within the time period specified on the Schedule but not later than 180 days after the contract is
signed.
GENERAL INFORMATION:
The City of Port Angeles reserves the right to consider delivery time and may waive any informalities or minor
defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening
of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be
considered. No Bidder will be permitted to withdraw its proposal between the closing time for receipt of
proposals and the execution of contract, unless the award is delayed for a period exceeding sixty (60) calendar
days. The City of Port Angeles may, at its option, in awarding this purchase contract, take into consideration
the revenue it would receive from purchasing the equipment from a supplier located within its boundaries, in
accordance with RCW 39.30.040.
Offers made in accordance with the Invitation to Bid shall be good and firm for the period specified in the bid
unless the Bidder specifically limits its offer to a shorter period by written notification on the bid document.
However, bids so modified may be declared non responsive.
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 for such
notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as
potential subcontractors and material suppliers for this project.
Signing of the bid sheet by Contractor and subsequent acceptance by the City of the lowest responsive bid will
constitute a binding agreement between the City and Contractor. Contractor understands and agrees that no
contract payment will be made until the City certifies that all stated specifications have been complied with
and the equipment is delivered and accepted by the City.
Bids will be evaluated and submitted to the City Council for approval as soon as possible after bid opening
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.
ES -10 -006, Fire Apparatus page 4 of 78
The Invitation to Bid is released by the City of Port Angeles Public Works and Utilities Department, which shall
act as sole point of contact for administration of the bidding. Questions should be directed to Lucy Hanley,
Contract Specialist, (360) 417 -4541 or to lhanlevta'?.citvofoa.us.
STANDARD TERMS AND CONDITIONS:
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE
PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE
STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or
specification will be effective without written consent of the appropriate representative of the City.
2. HANDLING: No charges will be allowed for handling, including but not limited to packing,
wrapping bags, containers or reels, unless otherwise stated herein.
3. DELIVERY ACCEPTANCE: For any exception to the delivery date as specified in this Contract,
Contractor shall give prior notification and obtain written approval thereto from the City. Time is of
the essence and the Contract is subject to termination for failure to deliver as specified and /or
appropriate damages. The acceptance by the Purchaser of late performance with or without
objection or reservation shall not waive the right to claim damage for such breach nor constitute a
waiver of the requirements for the timely performance of any obligation remaining to be performed
by Contractor.
4. PAYMENTS: Invoices will not be processed for payment until receipt of a properly completed
invoice or invoiced items, whichever is later. Payment will be made within 30 days of receipt of
invoice.
5. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational duties,
administration and supervision and in the form of replacement equipment rental. Because the City finds it
impractical to calculate all of the actual cost of delays, it has adopted the following to calculate liquidated
and actual damages for failure to complete the delivery of the equipment /material on time.
Accordingly, the Contractor agrees to the following:
a. To pay liquidated damages in the amount of $25 for each working day beyond the number of
working days established for physical delivery of the equipment/material.
b. To pay actual damages equal to the actual cost to the City for rental of equipment necessary for
the user Department to continue with its operations.
c. To authorize the City to deduct these liquidated and actual damages from any money due or
coming due to the Contractor.
6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid,
F.O.B. Destination.
7. REJECTION: All goods or materials purchased herein are subject to approval by the Purchaser.
Any rejection of goods or material resulting because of non conformity to the terms and
specifications of this Contract, whether held by the Purchaser or returned, will be at Contractor's
risk and expense.
ES -10 -006, Fire Apparatus page 5 of 78
8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals,
and other written documents affecting this Contract shall contain the applicable purchase contract
number.
9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the Purchaser against all
claims, suits or proceedings for patent, trademark, copyright or franchise infringement arising from
the purchase, installation, or use of goods and materials ordered, and to assume all expenses and
damages arising from such claims, suite or proceedings.
10. WARRANTIES: Contractor warrants that articles supplied under this Contract conform to
specifications herein and are fit for the purpose for which such goods are ordinarily employed,
except that if a particular purpose is stated, the material must then be fit for that particular purpose.
11. ASSIGNMENTS: The provisions or moneys due under this Contract shall only be assignable with
prior written consent of the Purchaser.
12. TAXES: Unless otherwise indicated the Purchaser agrees to pay all State of Washington sales or
use tax. No charge by Contractor shall be made for federal excise taxes, and the Purchaser
agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with an
exemption certificate.
13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods
and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind.
14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury or
destruction of goods and materials ordered herein which occur prior to acceptance of the material
by the purchaser. Such loss, injury or destruction shall not release Contractor from any obligation
hereunder.
15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the Purchaser harmless from
and against any damage, cost or liability for any injuries to persons or property arising from acts or
omissions of Contractor, its employees, agents or subcontractors howsoever caused.
16. ANTI TRUST: Contractor and the Purchaser recognize that in actual economic practice
overcharges resulting from anti -trust violations are in fact borne by the Purchaser. Therefore,
Contractor hereby assigns to the Purchaser any and all claims for such overcharges.
17. DEFAULT: Contractor shall be liable for damages suffered by the Purchaser resulting from
Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is
instituted by the Purchaser for any default on the part of the Contractor, and the Contractor is
adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the Purchaser
all costs, expended or incurred by the Purchaser in connection therewith, and reasonable
attorney's fees. The Contractor agrees that the Superior Court of the State of Washington shall
have jurisdiction over any such suit, and that venue shall be laid in Clallam County.
18. BRANDS: When a special brand is named it shall be construed solely for the purpose of
indicating the standards of quality, performance, or use desired. Brands of equal quality,
performance, and use shall be considered, provided the bidder specifies the brand and model and
submits descriptive literature when available. Any bid containing a brand that is not of equal
ES -10 -006, Fire Apparatus page 6 of 78
quality, performance, or use specified must be represented as an alternate and not as an equal,
and failure to do so shall be sufficient reason to disregard the bid.
19. SAFETY: The materials shall completely comply with all State and Federal laws, rules,
regulations and codes in effect at the time of delivery.
20. ACCEPTANCE: CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET
FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE PURCHASER TO ANY ADDITIONAL
OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF
ACCEPTANCE OR DELIVERY.
ES -10 -006, Fire Apparatus
page 7of78
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this /day of 2010, between the
City of Port Angeles (hereinafter called the "Purchaser and Pierce Manufac urinq, Inc
(hereinafter called the "Contractor "Vendor or "Bidder
WITNESSETH: That the Purchaser and the Contractor, in consideration of the
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, and the
Purchase Contract. 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 points specified by
City in the form of a purchase order and /or spreadsheet to City's electric and water utility customers,
and the Purchaser agrees to purchase and receive from Contractor the equipment as described and
set forth in the Contract Documents, Schedule A 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 Washington. Any legal proceedings to determine the rights and obligations of the parties
hereunder shall be brought and heard in Clallam County Superior Court.
ES -10 -006, Fire Apparatus page 8 of 78
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their business in a manner
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, 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.
ES -10 -006, Fire Apparatus page 9 of 78
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.
CONTRACTOR CITY OF PORT ANGELES
By
Title: IYC�1� �YCI �1}' M14 Title:
Dated: S f 1 Q Dated: J` //p
ATTEST: ATTEST:
L e-0/ V
,JSSI:te t COr orzik. St&thull
101/./142)4frifie
City /Cjerk
rL4 if 7,1
Apprq'ved to as to
City Attorney
ES -10 -006, Fire Apparatus page 10 of 78
Si nature Y
5 ‘1 �‘C
Date
a. Pricing and discounts accepted:
CONTRACT: Fire Truck Purchase, ES -10 -006
Pricing Acceptance Sheet
Pierce Manufacturing, Inc. proposal dated April 29, 2010 is incorporated into the
contract at time of contract signing with the following pricing, discounts, and options as
bid.
Description
I One (1) Custom Contender Pumper (Big Block)
Including Discount for Chassis Progress Payment
in the Amount of $207,562.00
Including Payment at Time of Completion at the
Factory Discount
Including 100% Pre Payment Discount
Including Drawing Review via WebEx
Subtotal Including all pre payment discounts
Washington State Sales Tax (8.4 and Washington
State New Vehicle Tax (0.3
Total Unit Price Including all Discounts and WA State
Taxes
b. Options: None of the proposed options are accepted.
Pierce Manufacturing Inc.
L_ QawzA ir Grap
Name and itle of §fin i A
Dollar
Amount
$437,621.00
(6,227.00)
(4,988.00)
(6,216.00)
(2,700)
$417,490.00
$36,321.63
$453,811.63
Except as provided herein, all terms and conditions of the contract remain unchanged and in full force and
effect
City
ame and Title of
geles:
Signature
5/94 0
Date
City of Port Angeles
Invitation to Bid
Purchase Contract: ES -10 -006
Schedule A
Fire Apparatus
SPECIFICATIONS FOR A TRIPLE COMBINATION PUMPER
INTENTION OF SPECIFICATIONS:
It is intended that these specifications provide sufficient information and direction to
bidders to clearly describe the fire apparatus which City seeks to purchase These
specifications cover the requirements as to the type of construction and test standards
to which the apparatus shall conform. Details as to finish, equipment and appliances
with which the successful bidder shall conform are provided. Minor details of
construction and materials, which are not otherwise specified, are left to the discretion
of the contractor. The manufacturer shall provide loose equipment only when specified
Otherwise, in accordance with NFPA 1901, 2009 edition, the proposal shall specify
whether the fire department or apparatus dealership shall provide required loose
equipment.
Bids shall only be considered from companies that have an established reputation in
the field of fire apparatus construction and have been in business for a minimum of 10
years Each bidder shall furnish satisfactory evidence of their ability to construct the
apparatus specified and shall provide the location of the factory where the apparatus is
to be built The bidder shall also show that the company is in position to render prompt
service and to furnish replacement parts. Bidders shall identify locations of authorized
service facilities
Each bid shall be accompanied by a set of "Contractor's Specifications" consisting of a
detailed description of the apparatus and equipment proposed These specifications
shall indicate size, type, model and make of all component parts and equipment. The
apparatus and equipment furnished shall conform to the specifications as approved in
this document.
A "demonstrator" or previously built model meeting all the listed specifications, with less
than 500 operational hours and 20,000 odometer miles, will be acceptable, providing
that the start of all warranties for the equipment will be upon delivery of the unit to the
City of Port Angeles and for the same period as on new equipment.
ES -10 -006, Fire Apparatus
Bidder
Complies
Yes No
page 11 of 78
QUALITY AND WORKMANSHIP:
The design of the apparatus shall employ current approved engineering standards. The
workmanship shall be of the highest standards within the industry The chassis and
apparatus shall be designed and manufactured for heavy -duty service with adequate
strength and capacity for the intended loads to meet both on and off road use
requirements as set forth in "Performance Test and Requirements
Consideration will be given to the accessibility of components which require periodic
maintenance and ease of operation of driving and pumping components
Welding shall not be employed in the assembly of the apparatus in a manner that shall
prevent the ready removal of any component part for service or repair. All steel welding
shall follow American Welding Society D1.1 -2004 recommendations for structural steel
welding. All aluminum welding shall follow American Welding Society and ANSI D1 2-
2003 requirements for structural welding of aluminum. All sheet metal welding shall
follow American Welding Society B2 1 -2000 requirements for structural welding of
sheet metal Flux core arc welding to use alloy rods, type 7000, American Welding
Society standards A5 20- E70T1. All welding and inspection shall be done by welders
and inspectors currently certified by American Welding Society and certified to comply
with AWS standards
DELIVERY:
The apparatus will be delivered under its own power to insure proper break in of all
components while the apparatus is still under warranty.
INFORMATION:
At time of delivery, complete operation and maintenance manuals covering the
apparatus shall be provided A permanent plate will be mounted in the driver's
compartment specifying the quantity and type of fluids required including engine oil,
engine coolant, transmission, pump transmission lubrication, pump primer and drive
axle.
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.
SPECIFICATION BID REQUIREMENTS:
Bidders shall also indicate in the "yes /no" column if their bid complies on each item
(PARAGRAPH) specified Exceptions shall be allowed if they are equal to or superior
to that specified and provided they are listed and fully explained on a separate page.
Also, bidders shall submit a detailed proposal. A letter only, even though written on a
company letterhead, shall not be sufficient Bid proposals shall be submitted in the
same sequence as specifications for ease of evaluation, comparison and checking of
compliance. No exception to these requirements shall be tolerated
ES -10 -006, Fire Apparatus
page 12 of 78
NFPA 2009 STANDARDS:
This unit will comply with the NFPA standards effective January 1, 2009, except for fire
department directed exceptions These exceptions will be set forth in the Statement of
Exceptions
Certification of slip resistance of all stepping, standing and walking surfaces will be
supplied with delivery of the apparatus
A plate showing the overall height, length, and gross vehicle weight rating of the vehicle
will be installed in a position that is highly visible to the driver while seated in the
driver's position
The manufacturer shall have programs in place for training, proficiency testing and
performance for any staff involved with certifications
An official of the company will designate, in writing, who is qualified to witness and
certify test results.
NFPA COMPLIANCE:
Apparatus proposed by the bidder will meet the applicable requirements of the National
Fire Protection Association (NFPA) as stated in current edition at time of contract
execution. Fire department's specifications that differ from NFPA specifications will be
indicated in the proposal as "non NFPA
PUMP TEST:
The pump will be tested, approved, and certified at the manufacturer's expense. The
test results and the pump manufacturer's certification of hydrostatic test; the engine
manufacturer's certified brake horsepower curve; and the manufacturer's record of
pump construction details will be forwarded to the Fire Department.
GENERATOR TEST:
The generator will be tested, approved, and certified at the manufacturer's expense
The test results will be provided to the Fire Department at the time of delivery.
INSPECTION TRIP:
The bidder will provide two (2) factory inspection trips for two (2) customer
representatives. The inspection trip will be scheduled at times mutually agreed upon
between the manufacturer's representative and the customer. All costs such as travel,
lodging and meals will be the responsibility of the bidder /seller.
TRAINING:
Factory approved maintenance and repair training for at least one Equipment Services
mechanic will be provided by the winning bidder within 6 months of delivery of the unit
The training can be held at the City of Port Angeles or any location designated by the
winning bidder The bidder will be responsible for all associated travel and training
costs
ES -10 -006, Fire Apparatus
page 13 of 78
APPROVAL DRAWING:
A drawing of the proposed apparatus will be prepared and provided to the purchaser for
approval before construction begins
The finalized and approved drawing will become part of the contract documents. This
drawing will indicate the chassis make and model, location of the lights, siren, horns,
compartments, major components, etc
WARRANTY:
Each piece of new fire or rescue apparatus shall be warranted to be free from defects
in materials or workmanship under normal use and service. Each manufacturer shall
supply, as a part of their bid package, a copy of the warranty or warranties that they
propose to provide, and in no case shall it be less than one (1) year on the entire
apparatus.
All other warranties, as outlined in these specifications shall be provided in writing as a
part of the bid package
Failure to provide the warranties as outlined throughout these specifications shall be
cause for rejection of the bid package.
BID BOND:
All bidders shall provide a bid bond as security for the bid in the form of a 10% bid bond
to accompany their bid This bid bond shall be issued by a Surety Company who is
listed on the U.S Treasury Departments list of acceptable sureties as published in
Department Circular 570. The bid bond shall be issued by an authorized representative
of the Surety Company and shall be accompanied by a certified power of attorney
dated on or before the date of bid The bid bond shall include language, which assures
that the bidder /principal shall give a bond or bonds as may be specified in the bidding
or contract documents, with good and sufficient surety for the faithful performance of
the contract, including the Basic One (1) Year Limited Warranty, and for the prompt
payment of labor and material furnished in the prosecution of the contract.
Proposals received from bidders who do not manufacture the chassis shall provide a
warranty that shall be issued jointly and severally by, and signed by, both the bidder
and the chassis manufacturer
If the successful bidder does not manufacture the chassis, the bidder shall supply a
warranty bond, in addition to their performance bond, along with their signed contract.
This warranty bond shall guarantee all terms and conditions of the Basic One (1) Year
Limited Warranty and names both the bidder and chassis manufacturer as co-
principals. This warranty bond shall be issued for the contract amount and shall remain
in force for a term which is consistent with the term of the Basic One (1) Year Limited
Warranty
ES -10 -006, Fire Apparatus page 14 of 78
Notwithstanding any document or assertion to the contrary, any surety bond related to
the sale of a vehicle shall apply only to the Basic One (1) Year Limited Warranty for
such vehicle Any surety bond related to the sale of a vehicle shall not apply to any
other warranties that are included within this bid (OEM or otherwise) or to the
warranties (if any) of any third party of any part, component, attachment or accessory
that is incorporated into or attached to the vehicle In the event of any contradiction or
inconsistency between this provision and any other document or assertion, this
provision shall prevail
PERFORMANCE BOND:
The successful bidder shall provide, within thirty (30) days after award of contract, and
along with a signed copy of the contract, a performance bond, which guarantees
performance of all terms and conditions of the contract and of the Basic One (1) Year
Limited Warranty agreement. The performance bond shall specifically cover the
performance of the contract according to its terms and conditions, as well as payment
of all related bills and encumbrances. This performance bond shall be issued by a
surety company who is listed by the U.S Treasury Department's list of approved
sureties, as published in Circular 570, as of the bid date. The performance bond shall
be issued in an amount equal to 100% of the contract amount and shall be dated
concurrent to, or subsequent to, the date of the contract
Notwithstanding any document or assertion to the contrary, any surety bond related to
the sale of a vehicle shall apply only to the Basic One (1) Year Limited Warranty for
such vehicle Any surety bond related to the sale of a vehicle shall not apply to any
other warranties that are included within this bid (OEM or otherwise) or to the
warranties (if any) of any third party of any part, component, attachment or accessory
that is incorporated into or attached to the vehicle In the event of any contradiction or
inconsistency between this provision and any other document or assertion, this
provision shall prevail.
CHASSIS:
The chassis provided shall be a new, tilt -type custom fire apparatus The chassis shall
be designed and manufactured for heavy -duty service with adequate strength and
capacity for the intended load, and the types of service required
The bidder may propose more than one type of chassis /cab design so far as it still
meets the rest of the purchaser's specifications
SEATING CAPACITY:
The space capacity in the cab will be the same as a cab with a seating capacity of six
(6) There will only be four seated positions, with the two rear facing cab seats
replaced with cabinets detailed in these specifications
WHEELBASE:
The wheelbase of the vehicle should be between 175 -200"
ES -10 -006, Fire Apparatus page 15 of 78
GVW RATING:
The gross vehicle weight rating shall be a minimum of 40,000
FRAME:
The bidder shall provide detailed specifications of the proposed frame The frame must
be properly suited and designed specifically for the vehicle.
FRAME RAIL WARRANTY:
The bidder shall provide all warranties as they apply to the frame rails.
FRONT AXLE:
The bidder will select the appropriate front axle for use on the vehicle Bidder shall
provide detailed specifications on the proposed front axle of the vehicle.
STEERING CRAMP ANGLE CERTIFICATION:
The fire apparatus manufacturer will provide, at time of bid, a letter from an approved
independent third party testing agency stating they approve the steering cramp angle.
Highly specialized options may limit the cramp
FRONT AXLE WARRANTY:
The bidder will provide all warranty information pertaining to the front axle with
proposal.
OIL SEALS:
Oil seals with viewing window will be provided on the front axle
SHOCK ABSORBERS:
The apparatus will be equipped with shock absorbers The bidder will determine
appropriate shock absorbers for use on this vehicle. The bidder will provide detailed
specification of the shock absorbers.
REAR AXLE:
Bidder will determine the appropriate rear axle for use on the vehicle The bidder shall
provide detailed specifications of the rear axle on the proposed vehicle
REAR AXLE WARRANTY:
The bidder shall provide all warranty information pertaining to the rear axle with
proposal.
TOP SPEED OF VEHICLE:
A rear axle ratio will be furnished to allow the vehicle to reach a top speed of between
60 70MPH
ES -10 -006, Fire Apparatus
page 16 of 78
OIL SEALS:
Oil seals will be provided on the rear axle
FRONT SUSPENSION:
Bidder will determine the appropriate front suspension for use on this vehicle. The
bidder shall provide detailed specifications of the front suspension on the proposed
vehicle.
REAR SUSPENSION:
Bidder will determine the appropriate rear suspension for use on this vehicle. The
bidder shall provide detailed specifications of the rear suspension on the proposed
vehicle
TURNING RADIUS REPORT:
Upon request, a turning radius analysis report of the vehicle will be provided. This
analysis report will provide the inside turning radius, the outside turning radius, the curb
to curb turning radius and the wall to wall turning radius.
ANTI -LOCK BRAKE SYSTEM:
The vehicle will be equipped with anti -lock braking system
BRAKES:
The service brake system will be full air type. Bidder will submit detailed specifications
of vehicle braking system with proposal.
ENGINE BRAKE:
A Jacobs Engine Brake is to be installed with the controls located on the instrument
panel within easy reach of the driver The driver will be able to turn the engine brake
system on /off and have a high, medium, and low setting, if possible The engine brake
will be installed in such a manner that when the engine brake is slowing the vehicle the
brake lights are activated
The ABS system will automatically disengage the auxiliary braking device,. when
required
AIR COMPRESSOR, BRAKE SYSTEM:
The air compressor will be specifically designed to handle the needs of the braking
system A Bendix AD -IS desiccate style air dryer will be installed in the air system
between the primary tank and air compressor to eliminate moisture in the air system.
ES-I 0-006, Fire Apparatus
page 17 of 78
BRAKE SYSTEM:
The vehicle brake system will conform to all applicable safety guidelines. It shall be
designed and installed to handle the designed use of the vehicle. Bidder shall provide
detailed specifications on proposed braking system
BRAKE LINES:
Color -coded nylon brake lines will be provided. The lines will be wrapped in a heat
protective loom in the chassis areas that are subject to excessive heat
AIR INLET:
One (1) air inlet with male coupling will be provided. It will allow station air to be
supplied to the apparatus brake system through a shoreline hose. The inlet will be
located in the driver side in the vicinity of the driver's seat. This system shall tie into the
primary tank of the brake system through the air dryer to prevent the system from losing
all air. A mating female fitting shall be provided with the loose equipment A one way
check valve will be installed between the inlet fitting and air dryer to eliminate accidental
air loss
ENGINE:
The chassis shall be powered by a Cummins electronic engine as described below:
Model: ISM -10 8L
Number of Cylinders: Six (6)
Bore and Stroke: 4.92" x 5.79"
Displacement 661 cubic inches
Maximum Horsepower 450 at 2000 rpm
Torque 1550 at 1200 rpm
Compression Ratio 17 0 1
Governed rpm 2200
Standard equipment on the engine shall include the following.
Air Cleaner: Farr or Donaldson
The air filter element will not have any type of glue or other component on the inside of
the filter that could detach and damage the engine A unitized metal mesh screen,
welded to the end plates is acceptable
Fuel Filter: Single, with check valve
Coolant Filter Spin -on with shut off valves on the supply and return line (precharged
with coolant inhibitor)
ES -10 -006, Fire Apparatus
page 18 of 78
Governor. Limiting speed type
Injectors: Electronic unit type
Lube Oil Cooler
Lube Oil Filter: Combination Full Flow /Bypass
Starting Motor 12 -volt
Turbocharger
Air to Air Aftercooled
Cooled Exhaust Gas Recirculation
An alternate engine may be proposed as lona as it meets or exceeds the desired
performance of the specified enaine.
ENGINE WARRANTY:
The engine will have a five (5) year or 100,000 mile warranty. This warranty will
provide the same coverage for the Diesel Particulate Filter "DPF" that is an integral
component of the exhaust emissions system.
CONTROLS AND INDICATOR LIGHTS:
The following amber indicator lights will be located on the driver's side of the cab to
denote engine information:
Diesel Particulate Filter (DPF)
High Exhaust Temperature (HET)
A switch to initiate the diesel particulate filter regeneration cycle will be located on the
driver's side instrument panel.
ENGINE INSTALLATION CERTIFICATION:
The fire apparatus manufacturer will provide a certification, along with a letter from the
engine manufacturer stating they approve of the engine installation in the bidder's
chassis The certification will be provided at the time of bid.
ENGINE AIR INTAKE:
An air intake with an ember separator (to prevent road dirt, burning embers, and
recirculated hot air from entering the engine) will be mounted at the front of the
apparatus.
EXHAUST SYSTEM:
The exhaust system will include a diesel particulate filter and a diesel oxidation catalyst
to meet current EPA standards. The exhaust will terminate horizontally ahead of the
ES -10 -006, Fire Apparatus
page 19 of 78
passenger side rear wheels A tailpipe diffuser will be provided to reduce the
temperature of the exhaust as it exits. An insulation wrap will be provided on the
exhaust pipe between the turbo and DPF inlet to minimize the transfer of heat to the
cab. Heat deflector shields will be provided to isolate chassis and body components
from the heat of the tailpipe diffuser
HIGH IDLE:
A high idle switch will be provided, inside the cab, on the instrument panel, that will
automatically maintain a preset engine rpm. A switch will be installed, at the cab
instrument panel, for activation /deactivation. The high idle will be operational only when
the parking brake is on and the truck transmission is in neutral. A green indicator light
will be provided, adjacent to the switch The light will illuminate when the above
conditions are met. The light will be labeled "OK to Engage High Idle"
COOLANT LINES:
Gates, or Goodyear, rubber hose will be used for all engine coolant lines installed by
the chassis manufacturer.
Hose clamps will be stainless steel "constant torque type" to prevent coolant leakage.
They will react to temperature changes in the cooling system and expand or contract
accordingly while maintaining a constant clamping pressure on the hose.
RADIATOR:
The radiator and the entire cooling system will meet or exceed all NFPA cooling system
standards, as well as those specified by the engine manufacturer, under all truck
operating conditions
CLUTCH FAN:
A fan clutch will be provided. The fan clutch will be automatic when the pump
transmission is in "Road" and "Pump" position
ACCESS TO ENGINE DIPSTICKS:
For access to the engine oil and transmission fluid dipsticks, there will be a door on the
engine tunnel, inside the crew cab The engine oil dipstick will allow for checking only
The transmission dipstick will allow for both checking and filling. An additional tube will
be provided for filling the engine oil The door will have a rubber seal for thermal and
acoustic insulation. One (1) flush latch will be provided on the access door.
ES -10 -006, Fire Apparatus page 20 of 78
FUEL TANK:
A 60 -70 gallon fuel tank will be provided and mounted at the rear of the chassis The
tank will be constructed of 12- gauge, hot rolled steel It will be equipped with swash
partitions and a vent. A drain plug will be located in a low point of the tank for drainage.
A fill inlet will be located on the driver's side of the body behind rear wheel and is
covered with a hinged, spring loaded, stainless steel door that is marked "Diesel Fuel
Only A vent will be installed from tank top to just below fuel fill inlet. The fuel tank will
meet all FHWA 393.67 requirements including a fill capacity of 95% of tank volume.
All fuel lines will be provided as recommended by the engine manufacturer.
FUEL TANK FILL:
The fuel tank fill will be located behind the driver's side rear wheels in the wheel well.
FUEL SHUTOFF:
A shutoff valve will be installed in the fuel line, on both sides of the fuel filters.
FUEL COOLER:
An air to fuel cooler will be installed in the engine fuel return line
TRANSMISSION:
An Allison Gen IV, model EVS 3000P, electronic torque converting automatic
transmission will be provided. Two (2) PTO openings will be located on left side and top
of converter housing (positions 9 o'clock and 3 o'clock). A transmission temperature
gauge with red light and audible alarm will be installed on the cab dash
An alternate transmission may be provided as long as it meets or exceeds the desired
performance of the specified transmission.
TRANSMISSION SHIFTER:
A six (6) speed push button shift module will be mounted to right of driver on console
Shift position indicator will be indirectly lit for after dark operation
TRANSMISSION COOLER:
A shell and tube transmission oil cooler will be provided, using engine coolant to control
the transmission oil temperature The cooler will have an aluminum shell, and copper
tubes The cooler will be assembled using pressed in rubber tube sheets to
mechanically create a reliable seal between the coolant and the oil. No brazed,
soldered, or welded connections will be used to separate the coolant from the oil.
TRANSMISSION WARRANTY:
The bidder will provide all warranty information pertaining to the transmission This
includes bidder's warranties, if any, and all warranties provided by the transmission
manufacturer. It shall have a minimum 5 year /unlimited mileage duration.
DRIVELINE:
The bidder shall provide detailed specifications of the driveline on the proposed vehicle.
ES -10 -006, Fire Apparatus
page 21 of 78
STEERING:
The vehicle shall be equipped with power steering.
STEERING WHEEL:
The steering wheel will have tilting and telescoping capabilities.
TIRES:
Tires provided with the apparatus will meet all safety guidelines that may apply. They
shall also be the correct size and rating to operate the vehicle safely The tires must be
designed to handle anticipated road and use conditions of the vehicle The tread design
of the rear tires will be a traction style (similar to the tread pattern of the Toyo M610 ZL
Traction) and all rear tires will be siped.
LUG NUT COVERS:
i Chrome plated lug nut covers will be installed on all lug nuts
WHEEL CHOCKS:
There will be one (1) set (total of 2) of folding Ziamatic SAC -44 -E, aluminum alloy,
Quick Choc wheel blocks, with easy grip handle provided.
WHEEL CHOCK BRACKETS:
There will be one (1) set (total of 2) of Ziamatic SQCH -44 -H horizontal mounting wheel
chock brackets provided for the SAC -44 -E folding wheel chocks The brackets will be
mounted on the driver's side below the body located front of the rear wheels.
MUD FLAPS:
Mud flaps will be installed behind the front and rear wheels
TIRE PRESSURE MANAGEMENT:
There will be a tire alert pressure management system provided that will monitor each
tire's pressure
CAB:
These specifications for cab are to illustrate the type and quality of construction Bidder
may submit proposal that does not meet these exactly but should be as close to
specifications as possible
The cab will be designed specifically for the fire service. The cab will be a full -tilt style to
80 degrees to accommodate engine maintenance and removal The cab pivots will
provide stability while tilting the cab The cab will be tilted by an electric over hydraulic
pump that is connected to two (2) cab lift cylinders The cab will be locked down by a
ES -10 -006, Fire Apparatus page 22 of 78
two -point automatic locking mechanism actuated after the cab has been lowered A cab
mount system with rubber isolators will be provided to improve ride quality by isolating
chassis vibrations from the cab
The crew cab will be a totally enclosed design with the interior area completely open to
improve visibility and verbal communication between the occupants.
The overall height (from the cab roof to the ground) will be approximately 102 00 The
overall height listed will be calculated based on a truck configuration with the lowest
suspension weight ratings, the smallest diameter tires for the suspension, no water
weight, no loose equipment weight, and no personnel weight. Larger tires, wheels, and
suspension will increase the overall height listed
The cab will have an interior width of not less than 93 50 The driver and passenger
seating positions will have a minimum 24.00" clear width at knee level
To reduce injuries to occupants in the seated positions, proper head clearance will be
provided The floor -to- ceiling height inside the forward cab will be no less than 60.25
The floor -to- ceiling height inside the crew cab will be no less than 52 95" in the center
position and 58.75" in the outboard positions
The crew cab will measure a minimum of 47.50" from the rear wall to the backside of
the engine tunnel (knee level) for optimal occupant legroom.
The rear section of the cab will be raised an additional 10" to provided for addition head
room for occupants.
VEHICLE INTERCOM SYSTEM:
The vehicle will be equipped with a David Clark Series 3800 Vehicle Intercom System,
four (4) person engine with pump panel
The driver and officer positions will have both intercom radio transmit and receive
capabilities. The two forward facing rear jump seats will have intercom and radio
receive capabilities The pump panel position will have radio transmit and receive
capabilities with no intercom.
Five (5) Model H3442 David Clark headset/microphones will be provided for system.
The bidder will facilitate the installation of the purchaser supplied Motorola radio
system. The system will be operable with the intercom system installed in the vehicle.
The bidder will supply and install the required radio interface cable before delivery of
vehicle
ENGINE TUNNEL:
The engine tunnel will be insulated on both sides for thermal and acoustic absorption.
The insulation will keep noise (dB) levels at or lower than the specifications in the
current edition of the NFPA 1901 standards
ES -10 -006, Fire Apparatus
page 23 of 78
FENDER LINERS:
Full circular, aluminum, inner fender liners in the wheel wells will be provided.
REAR WALL COVERING:
The exterior surface of the rear wall of the cab will be overlaid with bright aluminum
treadplate except for areas that are not typically visible when the cab is lowered.
WINDSHIELD:
The windshield will be full width and will provide the occupants with a panoramic view
The windshield will consist of three (3) layers; the outer light, the middle safety
laminate, and the inner light The outer light layer will provide chip resistance. The
middle safety laminate layer will prevent the windshield glass pieces from detaching in
the event of breakage. The inner light will provide yet another chip resistant layer The
cab windshield will be bonded to the aluminum windshield frame using a urethane
adhesive.
SUN VISORS:
Two (2) smoked Lexan sun visors will be provided. The sun visors will be located above
the windshield with one (1) mounted on each side of the cab.
WINDSHIELD WIPERS:
Electric windshield wipers with a washer, in conformance with FMVSS and SAE
requirements, will be provided. The windshield washer fluid reservoir will be located at
the front of the vehicle and be accessible for simple maintenance.
CAB INTEGRITY CERTIFICATION:
The fire apparatus manufacturer will provide a cab integrity certification with this
proposal The certification will state that the cab has been tested and certified by an
independent third -party test facility. Testing events will be documented with
photographs, real -time and high -speed video, vehicle accelerometers, cart
accelerometers, and a laser speed trap. The fire apparatus manufacturer will provide a
state licensed professional engineer to witness and certify all testing events.
Testing will meet or exceed the requirements below:
European Occupant Protection Standard ECE Regulation No 29.
SAE J2422 Cab Roof Strength Evaluation Quasi Static Loading Heavy Trucks
SAE J2420 COE Frontal Strength Evaluation Dynamic Loading Heavy Trucks.
Roof Crush
The cab will be subjected to a roof crush force of 22,500 lbs This value meets the ECE
29 criteria and is equivalent to the front axle rating up to a maximum of 10 metric tons
Additional Roof Crush
ES -10 -006, Fire Apparatus
page 24 of 78
The same cab will be subjected to a roof crush force of 100,000 lbs This value exceeds
the ECE 29 criteria by nearly 4 5 times.
Side Impact
The same cab will be subjected to dynamic preload where a 13,275 lb moving barrier
slams into the side of the cab at 5.5 mph at a force of 13,000 ft lbs This test is part of
the SAE J2422 test procedure and more closely represents the forces a cab will see in
a rollover incident.
Frontal Impact
The same cab will withstand a frontal impact of 32,600 ft lbs of force using a moving
barrier in accordance with SAE J2420
Additional Frontal Impact
The same cab will withstand a frontal impact of 65,200 ft lbs of force using a moving
barrier, (twice the force required by SAE J2420).
The same cab will withstand all tests without any measurable intrusion into the survival
space of the occupant area
CAB FLOOR:
The cab and crew cab floor areas will be covered with acoustical non -slip floor mat.
DOORS:
The four (4) cab doors shall provide sufficient access for occupants. They will be
mounted on the side of the cab consisting of a driver, passenger, and two (2) rear
doors, one on each side of the cab
ELECTRIC WINDOW CONTROLS:
Each cab entry door will be equipped with an electrically operated window. A window
control panel will be located on the door panel within easy reach of the respective
occupant. The driver control panel will contain a control switch for each cab door's
window All other door control panels will contain a single switch to operate the window
within that door.
FENDER CROWNS:
Stainless steel fender crowns will be installed at the cab wheel openings
CAB LIFT:
A hydraulic cab lift system will be provided, consisting of an electric powered hydraulic
pump, fluid reservoir, dual lift cylinders, remote cab lift controls and all necessary hoses
and valves The hydraulic pump will have a backup manual override, for use in the
event of an electrical failure.
ES -10 -006, Fire Apparatus
page 25 of 78
INTERLOCK, CAB LIFT TO PARKING BRAKE:
The cab lift safety system will be interlocked to the parking brake. The cab tilt
mechanism will be active only when the parking brake is set and the ignition switch is in
the on position. If the parking brake is released, the cab tilt mechanism will be disabled
MIRRORS:
A Velvac (or comparable model) West Coast Style mirror, will be mounted on each side
of the front cab doors. Driver and passenger side mirrors will be heated and adjustable
with remote control convenient to the driver There shall be a 6" convex mirror mounted
below the West Coast mirror
BUMPER:
A one (1) piece, 0 25" thick steel channel bumper, a minimum 12.00" high shall be
attached to the front of the chassis frame The bumper shall have 45 degree angled
corners and shall be painted job color (match of rear chevrons). The bumper will have
painted steel on front, corners, and sides
A 9.00" formed steel channel shall be mounted directly behind bumper for additional
strength
The bumper shall be extended 19.00" from front face of cab.
HOSE TRAY:
A hose tray, constructed of aluminum, shall be placed in the center of the bumper
extension.
The tray shall have a capacity of 150' of 1 75" double jacket cotton polyester hose
Black rubber grating shall be provided at the bottom of the tray Drain holes are also to
be provided.
PARTITION (bumper hose tray):
An aluminum partition shall be provided in the bumper hose tray. The partition shall be
located The partition to divide the tray into two sections, front and rear. The front
section must be set to hold 100' of 1.75" DJRL attack hose, dbl stacked in the tray.
LIFT AND TOW MOUNTS:
Mounted to the frame extension will be lift and tow mounts. The lift and tow mounts will
be designed and positioned to adapt to certain tow truck lift systems The lift and tow
mounts with eyes will be painted the same color as the frame.
ES -10 -006, Fire Apparatus
page 26 of 78
GRAVEL PAN:
A gravel pan, constructed of bright aluminum treadplate, will be furnished between the
bumper and cab face.
CAB INTERIOR:
The cab instrument panel will be designed with unobstructed visibility to
instrumentation. The dash layout will provide the driver with quick reference to gauges
that allow more time to focus on the road.
CAB INTERIOR UPHOLSTERY:
The cab interior upholstery will be a dark color. All cab interior materials will meet
FMVSS 302 (flammability of interior materials)
GRAB HANDLE:
A black rubber covered grab handle will be mounted on the doorpost of the driver and
passenger side cab door to assist in entering the cab. The grab handle will be securely
mounted to the post area between the door and windshield.
DRIVER SEAT:
The driver's seat should be an air ride seat with adjustments to accommodate various
drivers. These adjustments should allow the occupant to adjust seat forward /back and
up and down Bidder will provide specifications for proposed driver's seat
OFFICER SEAT:
The officer seat shall be able to accommodate a SCBA. The seat will need to have the
ability to accept MSA Firehawk SCBA equipped with the H -45 45 minute 4500psi air
bottle Bidder will provide specifications for proposed officer SCBA seat. All SCBA
seats will comply with applicable NFPA standards. The seat will be provided with a
quick release mechanism for SCBA.
FORWARD FACING CENTER SEATS (2):
The forward facing center seats (2) shall be able to accommodate SCBA The seat will
need to have the ability to accept MSA Firehawk SCBA equipped with the H -45 45
minute 4500psi air bottle All SCBA seats will comply with applicable NFPA standards.
The seat will be provided with a quick release mechanism for SCBA.
ES -10 -006, Fire Apparatus
page 27 of 78
INTERIOR CABINETS:
Where the rear facing seats would be installed behind the driver and officer seats, there
shall be installed two storage cabinets These cabinets will be accessed through a roll
up door facing the rear of the cab The measurements should be approximately 22W x
42H x 22D (or as close for proper fit into that space). Each cabinet shall have a 20A
120V 3 -prong electrical receptacle installed. The receptacle will be powered off the
shore power when apparatus is connected.
Each cabinet shall be equipped with one adjustable shelf
SECURE MEDICATIONS DRAWER:
A drawer shall be installed in the compartment behind the officer's seat. This drawer
will be securely mounted to the underside of the shelf The drawer will be
approximately 13 "W x 6 "H x 17 "D. The drawer will have a built in combination lock
This drawer is intended to be similar to the secure medication drawers currently
equipped on the purchaser's ambulances Further details will be provided upon award
of bid
OFFICER SEAT COMPARTMENT:
A compartment will be located under the front passenger seat. A drop -down door with a
chrome plated lift and turn latch will be provided for access The compartment will be
constructed of smooth aluminum and painted to match the cab interior.
AIR BOTTLE HOLDERS:
All SCBA type seats in the cab will have a bracket which is compliant with the current
NFPA 1901 standards
SHOULDER HARNESS HEIGHT ADJUSTMENT:
All seating positions furnished with three (3) point shoulder type seat belts will include a
height adjustment This adjustment will optimize the belts effectiveness and comfort for
the seated firefighter.
A total of four (4) seating positions will have the adjustable shoulder harness
SEAT BELTS:
All seating positions in the cab and crew cab will have red seat belts.
SEAT BELT ANCHOR STRENGTH:
Seat belt attachment strength is regulated by Federal Motor Vehicle Safety Standards
and should be validated through testing. Each seat belt anchor design will withstand
3000 lbs of pull on both the lap and shoulder belt in accordance with FMVSS 571.210
Seat Belt Assembly Anchorages. The bidder will certify that each anchor design was
pull tested to the required force and met the appropriate criteria
ES -10 -006, Fire Apparatus page 28 of 78
SEAT MOUNTING STRENGTH:
Seat attachment strength is regulated by Federal Motor Vehicle Safety Standards and
should be validated through testing Each seat mounting design will be tested to
withstand 20 G's of force in accordance with FMVSS 571.207 Seating Systems. The
bidder will certify that each seat mount and cab structure design was pull tested to the
required force and met the appropriate criteria
SEAT BELT MONITORING SYSTEM
A seat belt monitoring system (SBMS) will be provided The SBMS will include an
audible alarm
HELMET HOLDER:
There will be four (4) helmet holder bracket(s) provided in the cab. The brackets will
provide quick access and secure storage of the helmet(s). The bracket location(s) will
be determined at time of final inspection.
CAB WARRANTY:
Bidder must provide cab warranty information with the submitted bid. At a minimum
should included,
Except as provided, and provided the vehicle will have been placed in service within 60
days after delivery to the original purchaser as established by our original invoice, for a
period of ten (10) years after delivery to the original purchaser or the first 100,000
miles of use, whichever first occurs
ENGINE COMPARTMENT LIGHT:
An engine compartment light will be installed under the engine hood
CAB DOME LIGHTS:
There will be two (2) dual function LED dome lights installed in the cab. The lights will
be mounted above the inside shoulder of the driver and officer The forward, clear, light
will be controlled by the door switch and the lens switch. The rear, red, light will be
controlled by the lens switch only
In addition, there will be two (2) adjustable map lights with an integral switch recessed
into the cab ceiling One (1) light will be located above the driver's seat and one (1) light
will be located above the officer's seat.
MAP LIGHT:
One (1) map light with goose neck light will be provided. This will be mounted on the
officer side of the cab and be provided with a flexible neck between 14 -20" long A
switch will be located on light within easy reach of the officer seating position.
ES -10 -006, Fire Apparatus page 29 of 78
CREW CAB DOME LIGHTS:
There will be two (2) LED dome lights installed in the crew cab The forward, clear, light
will be controlled by the door switch and the lens switch The rear, red, light will be
controlled by the lens switch only.
STEP LIGHTS:
There will be four (4) Ritar, Model M27HW2, LED (or equivalent) step lights provided.
The lights will be installed at each cab and crew cab door, one (1) per step, in the driver
side front doorstep, driver side crew cab doorstep, passenger side front doorstep and
passenger side crew cab doorster The lights will be activated when the adjacent door
is opened
FLOOD LIGHTS:
There shall be one (1) Fire Research Corp, Model Optimum OPA540 -R90, (or
equivalent model) 240 -volt, halogen infrared reflected, pull -up light installed on the
driver side pump module in front of the cargo bed. The light shall have one (1) 900 -watt
lighthead
The circuit breaker shall be in the AC breaker box
The light shall be powered by the generator
There shall be one (1) Fire Research Corp, Model Optimum OPA540 -R90, (or
equivalent model) 240 -volt, halogen infrared reflected, pull -up light installed on the
passenger side pump module in front of the cargo bed The light shall have one (1)
900 -watt lighthead.
The circuit breaker shall be in the AC breaker box
The light shall be powered by the generator.
CAB DEFROSTER: y
The defroster system will meet or exceed SAE J382 (minimum defrosting system
performance requirements).
CAB /CREW CAB HEATER:
The heater defroster and crew cab heaters will be controlled by a single integral
electronic control panel The heater control panel will allow the driver to control heat
flow to the front and rear simultaneously The control panel will include variable
adjustment for temperature and fan control, and be conveniently located on the dash in
clear view of the driver. The control panel will include highly visible, progressive LED
indicators for both fan speed and temperature.
ES -10 -006, Fire Apparatus page 30 of 78
CAB DEFROSTER CERTIFICATION:
The defroster system will clear the required windshield' zones in accordance with SAE
J381 Windshield Defrosting Systems Test Procedure and Performance Requirements
Trucks, Buses, and Multipurpose Vehicles. The bidder will certify that the defrost
system design has been tested in a cold chamber and passes the SAE J381 criteria.
CAB HEATER CERTIFICATION:
Good cab heat performance and regulation provides a more effective working
environment for personnel, whether in- transit, or at a scene. The cab heaters will warm
the cab 75 F from a cold soak, within 30 minutes when tested using the coolant supply
methods found in SAE J381. The bidder will certify that a substantially similar cab has
been tested and has met these criteria
CAB INSTRUMENTATION:
The cab instrument panel will consist of gauges, telltale indicator lights, alarms, control
switches, and a diagnostic panel. The function of instrument panel controls and
switches will be identified by a label adjacent to each item Actuation of the headlight
switch will illuminate the labels in low light conditions. Telltale indicator lamps will not be
illuminated unless necessary. The cab instruments and controls will be conveniently
located within the forward cab section directly forward of the driver. Gauges and switch
panels will be designed to be removable for ease of service and low cost of ownership
GAUGES:
The bidder will provide a detailed list of all gauges included in the proposed chassis
design
INDICATOR LAMPS:
The bidder will provide a detailed list of all indicator lamps included in the proposed
chassis design.
ALARMS:
The bidder will provide a detailed list of all alarms included in the proposed chassis
design
INDICATOR LAMP AND ALARM PROVE -OUT:
A system will be provided which automatically tests telltale indicator lights and alarms
located on the cab instrument panel Telltale indicators and alarms will perform prove
out at initial power -up to ensure proper performance
ES -10 -006, Fire Apparatus page 31 of 78
CONTROL SWITCHES:
The following controls will be provided immediately adjacent to the cab instrument
panel within easy reach of the driver:
Emeraencv master switch: A molded plastic push button switch with integral indicator
lamp will be provided Pressing the switch will activate emergency response lights and
siren control. A lamp on the switch provides indication that the emergency master mode
is active Pressing the switch again disables the emergency master mode
Headliaht I Parkins liaht switch' A three (3) position maintained rocker switch will be
provided The first switch position will deactivate all parking lights and the headlights.
The second switch position will activate the parking lights. The third switch position will
activate the headlights.
Panel backliahtina intensity control switch. A three (3)- position momentary rocker switch
will be provided. The first switch position decreases the panel backlighting intensity to a
minimum level as the switch is held The second switch position is the default position
that does not affect the backlighting intensity. The third switch position increases the
panel backlighting intensity to a maximum level as the switch is held.
The following standard controls will be integral to the gauge assembly and are located
below the right hand gauges. All switches have backlit labels for low light applications.
High idle enaaaement switch A two (2)- position momentary rocker switch with integral
indicator lamp will be provided. The first switch position is the default switch position
The second switch position will activate and deactivate the high idle function when
pressed and released The OK TO ENGAGE HIGH IDLE indicator lamp must be active
for the high idle function to engage A green indicator lamp integral to the high idle
engagement switch will indicate when the high idle function is engaged.
OK to high idle indicator lamp. A green indicator light will be provided next to the high
idle activation switch to indicate that the interlocks have been met to allow high idle
engagement
The following standard controls will be provided adjacent to the cab gauge assembly
within easy reach of the driver All switches will have backlit labels for low light
applications
Ignition switch
Engine start switch
4 -way hazard switch
4 -way hazard symbol.
Heater, defroster, and optional air conditioning control panel
Turn signal arm A self canceling turn signal with high beam headlight and windshield
wiper /washer controls will be provided The windshield wiper control will have high, low,
and intermittent modes
Parkina brake control' An air actuated push /pull park brake control valve will be
provided.
4
ES -10 -006, Fire Apparatus page 32 of 78
Chassis horn control' Activation of the chassis horn control will be provided through the
center of the steering wheel.
CUSTOM SWITCH PANELS:
The design of cab instrumentation will allow for emergency lighting and other switches
to be placed within easy reach of the operator thus improving safety. All switches will
have backlit labels for low light applications
WIPER CONTROL:
The windshield wiper control will be an integral part of the directional light lever located
on the steering column. The wiper control will include high and low wiper speed
settings, a one (1) speed intermittent wiper control and windshield washer switch.
WINDSHIELD WIPER DURABILITY CERTIFICATION:
Windshield wipers will survive a 3 million cycle durability test in accordance with section
6.2 of SAE J198 Windshield Wiper Systems Trucks, Buses and Multipurpose Vehicles.
The bidder will certify that the wiper system design has been tested and that the wiper
system has met these criteria.
RADIO ANTENNA MOUNT:
An antenna mounting base will be provided for a two -way radio. The mount will be
located on the cab roof
SWITCH PANELS:
The emergency light switch panel will have a master switch for ease of use plus
individual switches for selective control.
ELECTRICAL POWER CONTROL SYSTEM:
The primary power distribution will be located forward of the officer's seating position
and be easily accessible while standing on the ground for simplified maintenance and
troubleshooting. Additional electrical distribution centers will be provided throughout the
vehicle to house the vehicle's electrical power, circuit protection, and control
components. The electrical distribution centers will be located strategically throughout
the vehicle to minimize wire length For ease of maintenance, all electrical distribution
centers will be easily accessible All distribution centers containing fuses, circuit
breakers and /or relays will be easily accessible
ES -10 -006, Fire Apparatus page 33 of 78
Circuit protection devices, which conform to SAE standards, will be utilized to protect
electrical circuits.
All circuit protection devices will be rated per NFPA requirements to prevent wire and
component damage when subjected to extreme current overload General protection
circuit breakers will be Type -I automatic reset (continuously resetting) When required,
automotive type fuses will be utilized to protect electronic equipment Control relays and
solenoid will have a direct current rating of 125% of the maximum current for which the
circuit is protected per NFPA
CIRCUIT PROTECTION AND CONTROL DIAGRAM:
Copies of all job-specific, computer network input and output (I /O) connection will be
provided with each chassis The sheets will indicate the function of each module
connection point, circuit protection information (where applicable), wire numbers, wire
colors and load management information
ON -BOARD ELECTRICAL SYSTEM DIAGNOSTICS:
On -board diagnostic messages will be provided to support rapid troubleshooting of the
electrical power and control system The diagnostic messages will be displayed on the
information center located at the driver's position
INDICATOR LIGHT AND ALARM PROVE -OUT SYSTEM:
A system will be provided which automatically tests basic indicator lights and alarms
located on the cab instrument panel
VOLTAGE MONITOR SYSTEM:
A voltage monitoring system will be provided to indicate the status of the battery system
connected to the vehicle's electrical load. The system will provide visual and audible
warning when the system voltage is below or above optimum levels.
DEDICATED RADIO EQUIPMENT CONNECTION POINTS:
The bidder will supply and install the required radio interface cable before delivery of
the vehicle
The bidder will facilitate the installation of the agency supplied Motorola Radio system
The system will be operable with the intercom system installed in the vehicle
ENHANCED SOFTWARE:
The solid -state control system will include the following software enhancements:
All perimeter lights and scene lights (where applicable) will be deactivated when the
parking brake is released
ES -10 -006, Fire Apparatus
page 34 of 78
Cab and crew cab dome lights will remain on for 10 seconds for improved visibility after
the doors close The dome lights will dim after 10 seconds or immediately if the vehicle
is put into gear. Cab and crew cab perimeter lights will remain on for 10 seconds for
improved visibility after the doors close. The dome lights will dim after 10 seconds or
immediately if the vehicle is put into gear.
EMI /RFI PROTECTION:
To prevent erroneous signals from crosstalk contamination and interference, the
electrical system will meet, at a minimum, SAE J551/2, thus reducing undesired
electromagnetic and radio frequency emissions. Radiated and conducted
electromagnetic interference (EMI) or radio frequency interference (RFI) emissions
must be suppressed at their source.
The apparatus will have the ability to operate in the electromagnetic environment
typically found in fire ground operations to ensure clean operations. The electrical
system will meet, without exceptions, electromagnetic susceptibility conforming to SAE
J1113/25 Region 1, Class C EMR for 10Khz -1GHz to 100 Volts /Meter. The vehicle
OEM, upon request, will provide EMC testing reports from testing conducted on an
entire apparatus and will certify that the vehicle meets SAE J551/2 and SAE J1113/25
Region 1, Class C EMR for 10Khz -1 GHz to 100 Volts /Meter requirements. Component
and partial (incomplete) vehicle testing is not adequate as overall vehicle design can
impact test results and thus is not acceptable by itself.
EMI /RFI susceptibility will be controlled by applying appropriate circuit designs and
shielding. The electrical system will be designed for full compatibility with low level
control signals and high powered two way radio communication systems. Harness
and cable routing will minimize the potential for conducting and radiated EMI /RFI
susceptibility.
VEHICLE DATA RECORDER:
A vehicle data recorder (VDR) will be provided. The VDR will be capable of reading and
storing vehicle information
BATTERY SYSTEM
The bidder will provide detailed specification of the battery system installed on the
vehicle. It shall be designed and engineered to handle the needs of the vehicle in all
capacities.
BATTERY SYSTEM:
A single starting system will be provided.
An ignition switch and starter button will be located on the instrument panel
MASTER BATTERY SWITCH:
A master battery switch, to activate the battery system, will be provided inside the cab
within easy reach of the driver
An indicator light will be provided on the instrument panel to notify the driver of the
ES -10 -006, Fire Apparatus
page 35 of 78
status of the battery system.
BATTERY COMPARTMENTS:
The batteries will be stored in well ventilated compartments that are located under the
cab and bolted directly to the chassis frame.
JUMPER STUDS:
One (1) set of battery jumper studs with plastic color coded covers will be installed on
the vehicle A tag will be provided for positive /negative terminals. Location to be
indicated by bidder.
BATTERY CHARGING RECEPTACLE:
The battery charging receptacle location will be on the left side near driver's seat.
ALTERNATOR:
An alternator will be provided. It will have a rated output current of 285 amps as
measured by SAE method J56. The alternator will be connected to the power and
ground distribution system with heavy -duty cables sized to carry the full rated alternator
output.
ELECTRONIC LOAD MANAGER:
An electronic load management (ELM) system will be provided that monitors the
vehicles 12 -volt electrical system, automatically reducing the electrical load in the event
of a low voltage condition, and automatically restoring the shed electrical loads when a
low voltage condition expires.
SEQUENCER:
A sequencer will be provided that automatically activates and deactivates vehicle loads
in a preset sequence thereby protecting the alternator from power surges. This
sequencer operation will allow a gradual increase or decrease in alternator output,
rather than loading or dumping the entire 12 volt load to prolong the life of the
alternator.
Emergency light sequencing will operate in conjunction with the emergency master light
switch. When the emergency master switch is activated, the emergency lights will be
activated one by one at half second intervals Sequenced emergency light switch
indicators will flash while waiting for activation.
When the emergency master switch is deactivated, the sequencer will deactivate the
warning light loads in the reverse order.
ES -10 -006, Fire Apparatus page 36 of 78
VEHICLE GENERATOR:
The vehicle shall be equipped with a compl electrical power system. The generator
shall be a Harrison 8 kW hydraulic unit. The wiring and generator installation shall
conform to the present National Electrical Does Standards of the National Fire
Protection Association The installation shall be designed for continuous operation
without overheating and undue stress on components.
The output of the generator shall be controlled by an internal hydraulic system. An
electrical instrument gauge panel shall be provided for the operator to monitor and
control all electrical operations and output
The generator shall be driven by a transmission PTO unit, through a hydraulic pump
and motor
The generator shall include an electrical control inside the cab The hydraulic
engagement supply shall be operation at any time (no interlocks).
An electric /hydraulic valve shall supply hydraulic fluid to the clutch engagement unit
provided on the chassis PTO drive.
The generator system shall be installed by the manufacturer of the vehicle
GENERATOR START:
A switch shall be located on the pump panel area to engage the generator.
CIRCUIT BREAKER PANEL:
The circuit breaker panel shall be located front drivers side full height compartment
ELECTRIC CORD REEL:
Furnished with the 120 volt AC electrical system shall be a Hannay, series 1600, cord
reel. The reel shall be provided with a 12 V electric rewind switch, that is guarded to
prevent accidental operation and labeled for its intended use. The switch shall be
protected with a fuse and installed at a height not to exceed 72"
A captive roller assembly shall be provided to aid in the payout and loading of the reel.
A ball stop shall be provided to prevent the cord from being wound on the reel.
A total of one (1) cord reel shall be provided. It is to be located on passenger side on
top of apparatus, above passenger pump panel area. The cord reel should have a
capacity of 150' of yellow 10/3 electrical cord
PORTABLE JUNCTION BOX:
There will be a four outlet (20A 120V 3- prong) junction box with a locator /indicator light
provided. The junction box construction will be weatherproof and have flip -up covers
lined and soft neoprene rubber at each outlet opening. The junction box will be directly
connected to the cord on the reel The junction box will be mounted at a position above
the passenger side pump panel near cord reel.
ES -10 -006, Fire Apparatus page 37 of 78
EXTERIOR LIGHTING:
Exterior lighting will comply with Federal Department of Transportation, Federal Motor
Vehicle Safety Standards and National Fire Protection Association requirements in
effect at time of proposal
Headlights will consist of two (2) lights mounted in the front trim on each side of the cab
grill. The outside light on each side will contain a low and high beam. The inside light on
each side will contain of a high beam light only.
The following LED lighting package
One (1) LED combination directional /marker light will be located in the outside corners
of the headlamp trim housing on each side
Three (3) LED identification lamps will be installed in the center of the cab on the trim
above the windshield
Four (4) LED clearance lamps will be installed, one (1) each side, facing forward and
one (1) each side, facing the side on the trim above the windshield.
WARNING LIGHTS (Cab Face):
Two (2) Whelen model 60 *02F *R Super LED (or equivalent) lights will be installed on
the cab face, above the headlights.
The LEDS will be required for NFPA and will meet or exceed the NFPA required light
output for the front lower zone
The color of these LEDs will be red Super LED /red lens
Both lights will be activated by the same switch in the cab
BACK -UP ALARM:
An audible back -up alarm that actuates when the truck is shifted into reverse will be
provided. The device will sound at 60 pulses per minute and automatically adjust its
volume to maintain a minimum five (5) dBA above surrounding environmental noise
levels
MANUAL, FIRE APPARATUS PARTS:
Two (2) custom parts manuals for the complete fire apparatus will be provided in hard
copy with the completed unit.
The manual will contain the following.
Job number
Part numbers with full descriptions
Table of contents
Parts section sorted in functional groups reflecting a major system, component, or
assembly
Parts section sorted in Alphabetical order
ES -10 -006, Fire Apparatus page 38 of 78
Instructions on how to locate a part
The manual will be specifically written for the chassis and body model being purchased.
It will not be a generic manual for a multitude of different chassis and bodies. Manuals
on CD are acceptable and preferred.
MANUALS, CHASSIS SERVICE:
Two (2) chassis service manuals containing parts and service information on major
components will be provided with the completed unit
The manuals will contain the following sections.
Job number
Table of contents
Troubleshooting
Front Axle /Suspension
Brakes
Engine
Transmission
Drive train
Rear axle /differential
Tires
Wheels
Cab
Electrical, DC
Air Systems
Plumbing
Appendix
The manual will be specifically written for the chassis model being purchased. It will not
be a generic manual for a multitude of different chassis and bodies Manuals on CD are
acceptable and preferred
MANUALS, CHASSIS OPERATION:
Two (2) chassis operation manuals will be provided.
ELECTRICAL WIRING DIAGRAMS:
Two (2) electrical wiring diagrams, prepared for the model of chassis and body, will be
provided.
Manuals on CD are acceptable and preferred
DIAGNOSTIC SOFTWARE:
PC based diagnostic software for the engine, transmission, and any other component
that has such software available, will be provided with the unit. If an appropriate
program for the Nexiq ProLink IQ system is available for a given component, it can be
substituted for the PC based diagnostic software
ES -10 -006, Fire Apparatus
page 39 of 78
WATER TANK:
Booster tank will have a capacity of 500 gallons and be constructed of polypropylene
plastic
Tank will be baffled in accordance with NFPA Bulletin 1901 requirements.
A sump will be provided at the bottom of the water tank Sump will include a drain plug
and the tank outlet.
Tank will be installed in a fabricated cradle assembly constructed of structural steel
Sufficient cross members will be provided to properly support bottom of tank. Cross
members will be constructed of steel bar channel or rectangular tubing.
Tank will "float" in cradle to avoid torsional stress caused by chassis frame flexing
Rubber cushions will be placed on all horizontal surfaces that the tank rests on
Stops or other provision will be provided to prevent an empty tank from bouncing
excessively while moving vehicle Mounting system will be approved by the tank
manufacturer.
Fill tower will be constructed of polypropylene and will be a minimum of 8.00" wide x
14 00" long. Fill tower will be furnished with a polypropylene screen and a hinged cover.
An overflow pipe, constructed of 4 00" schedule 40 polypropylene, will be installed
approximately halfway down the fill tower and extend through the water tank and exit to
the rear of the rear axle
WATER TANK WARRANTY:
The tank will have a lifetime warranty.
HOSE BED:
The hose bed shall be constructed to accommodate the following hose capacities.
There shall be hose bed dividers between each section indicated Starting on driver's
side moving towards passenger side the hose bed will accommodate,
single stack 200' of 1 1/4" hose
1000' of 5" hose
double stack 300' 2 1 /2" hose
two trays for apartment bundles (stacked)
two trays should be provided
200' of 2 /2" hose
Four (4) adjustable hosebed dividers shall be furnished for separating hose.
Partition shall be fully adjustable by sliding in tracks, located at the front and rear of the
hose bed.
Divider shall be held in place by tightening two (2) bolts, one (1) at each end.
Acorn nuts shall be installed on all bolts in the hose bed which have exposed threads
ES -10 -006, Fire Apparatus
page 40 of 78
Flat surfaces shall be sanded for uniform appearance, or constructed of brushed
aluminum.
The section to accommodate the apartment bundles will have shelf to separate the
upper and lower hose trays
HOSE RESTRAINT:
A red vinyl hose bed cover will be provided and secured with Velcro hold -down along
top edges The rear flap with have white lettering approximately 13" high indicating
PAFD
RUNNING BOARDS:
Running boards will be fabricated bright aluminum tread plate spaced 50" from the
body. Each running board will include a hose tray to accommodate 5" hose. The hose
tray will have the ability to move upward if bottom of tray is struck from underneath.
HOSE TRAY:
There shall be two (2) hose trays free floating hose tray to fit in the opening of the
running board shall be provided one in each side running board. The tray shall be
flanged and drop in from the top and tapered at the bottom corners.
Capacity of the tray shall be 25' of 5" flat stacked tray to be 9 5" wide
Rubber matting shall be installed on the floor of the tray to provide proper ventilation.
TAILBOARD:
Rear step will also be constructed of bright aluminum tread plate and spaced .50" from
the body, as well as supported by a structural steel assembly. The length of the
tailboard shall be at least 16" deep and run the full width between the compartments on
the driver and passenger side.
TOW BAR:
A tow bar will be installed under the tailboard at center of truck Tow bar assembly will
be constructed of .38" structural angle. When force is applied to the bar, it will be
transmitted to the frame rail
Tow bar assembly will be designed and positioned to allow up to a 30- degree upward
angled pull of 17,000 pounds, or a 20,000 -pound straight horizontal pull in line with the
centerline of the vehicle. Tow bar design will have been fully tested and evaluated using
strain gauge testing and finite element analysis techniques
ES -10 -006, Fire Apparatus page 41 of 78
COMPARTMENTATION:
Body and compartments will be fabricated of aluminum with a tensile strength range of
31,000 to 38,000 psi
Side compartments shall be an integral assembly with the rear fenders.
Circular fender liners shall be provided for prevention of rust pockets and ease of
maintenance
Compartment flooring shall be of the sweep out design with the floor higher than the
compartment door lip
Drip protection will be provided above the doors by means of bright aluminum
extrusion, formed bright aluminum tread plate or polished stainless steel.
The top of the compartment will be covered with bright aluminum tread plate rolled over
the edges on the front, rear and outward side. Front facing compartment walls will be
covered with bright aluminum tread plate.
All screws and bolts which protrude into a compartment will have acorn nuts on the
ends to prevent injury.
UNDERBODY SUPPORT SYSTEM:
Due to the severe loading requirements of this pumper, a method of body and
compartment support suitable for the intended load shall be provided. The backbone of
the support system will be the chassis frame rails which is the strongest component of
the chassis and is designed for sustaining maximum loads
AGGRESSIVE WALKING SURFACE:
All exterior surfaces designated as stepping, standing, and walking areas will comply
with the required average slip resistance of the current NFPA standards
LOUVERS:
All body compartments will have a minimum of one (1) set of louvers stamped into a
wall to provide the proper airflow inside the compartment and to prevent water from
dripping into the compartment
These louvers will be formed into the metal and not added to the compartment as a
separate plate
TESTING OF BODY DESIGN:
Body will be tested while loaded to its greatest in- service weight.
Evidence of actual testing techniques will be made available upon request.
ES -10 -006, Fire Apparatus page 42 of 78
BODY WARRANTY:
A copy of the fire apparatus manufacturer's warranty shall be included with the bid. The
warranty shall state that the body shall be free of structural failures caused by defective
design or workmanship for a warranty period of ten (10) years from the date the new
vehicle is first delivered or 100.000 miles. whichever occurs first and that defective
parts, under the warranty, shall be repaired or replaced without charge to the original
purchaser.
COMPARTMENTATION, DRIVER'S SIDE:
D1
A full height, vertically hinged, single door compartment ahead of the rear wheels will
be provided. The door will open away from the pump panel The interior dimensions of
this compartment will be as close possible to 34" wide x 67" high x 26" deep The depth
of the compartment will be calculated with the compartment door closed. The
compartment interior will be fully open from the compartment ceiling to the
compartment floor and designed so that no permanent dividers are required between
the upper and lower sections. A positive door holder will be furnished with this
compartment
Two (2) shelves and one (1) pull out tray shall be provided in this compartment. Two
(2) adjustable shelves and one (1) pull out bottom tray with 2" sides and 500lbs
capacity.
D2
A horizontally hinged, single lift -up door compartment over the rear wheels will be
provided The interior dimensions of this compartment will be as close possible to 66"
wide x 32" high x 26" deep. The depth of the compartment will be calculated with the
compartment door closed The lift -up door will be furnished with two gas- charged
cylinders to assist in the opening of the door and to maintain the door in an open
position Closing of the door will not require releasing, unlocking, or unlatching any
mechanism.
This compartment will included a manufacturer installed swing out tool board that pivots
to the rear of the vehicle The back wall of the compartment will also be designed as a
tool board with the ability of purchaser to place tool holding brackets as needed
PEGBOARD:
There shall be one (1) aluminum pegboard(s) provided. The pegboard(s) shall be
installed on the back wall of D2.
The pegboard shall be 188" thick with .20" diameter holes punched 1.00" on center in a
pegboard pattern
The board shall be spaced 1.00" from the wall to provide room for fasteners.
ES -10 -006, Fire Apparatus
page 43 of 78
SWING OUT TOOLBOARD:
A swing out aluminum tool board shall be provided
It shall be a minimum of 188" thick with .20" diameter holes in a pegboard pattern with
1 00" centers between holes.
A 1 00" x 1.00" aluminum tube frame shall be welded to the edge of the pegboard
The board shall be mounted on a pivoting device on the top and bottom to allow easy
movement in and out of the compartment The maximum tool load shall be 400
pounds
The board shall have positive lock in the stowed and extended position
There shall be one (1) provided and installed D2.
D3
A full height, vertically hinged, double door compartment behind the rear wheels will be
provided. The interior dimensions of this compartment will be as close possible to 48"
wide x 67" high x 26" deep. The depth of the compartment will be calculated with the
compartment door closed.
The compartment interior will be fully open from the compartment ceiling to the
compartment floor and designed so that no permanent dividers are required between
the upper and lower sections. A positive door holder will be furnished with this
compartment
Two (2) shelves and one (1) pull out tray shall be provided in this compartment. Two
(2) adjustable shelves and one (1) pull out bottom tray with 2" sides and 500Ibs
capacity
ES -10 -006, Fire Apparatus page 44 of 78
COMPARTMENTATION, PASSENGER'S SIDE:
P1
A full height, vertically hinged, single door compartment ahead of the rear wheels will
be provided The door will open away from the pump panel The interior dimensions of
this compartment will be as close possible to 34" wide x 67" high x 26" deep in the
lower 26" of the compartment and 12" deep in the remaining upper portion.
The depth of the compartment will be calculated with the compartment door closed.
The compartment interior will be fully open from the compartment ceiling to the
compartment floor and designed so that no permanent dividers are required between
the upper and lower sections A positive door holder will be furnished with this
compartment
Three (3) shelves shall be provided in this compartment. Two (2) adjustable shelves in
the upper portion, and one (1) adjustable shelf in lower portion.
P2
A horizontally hinged, single lift -up door compartment over the rear wheels will be
provided. The interior dimensions of this compartment will be as close possible to 66"
wide x 32" high x 12" deep. The depth of the compartment will be calculated with the
compartment door closed. The lift -up door will be furnished with two gas- charged
cylinders to assist in the opening of the door and to maintain the door in an open
position Closing of the door will not require releasing, unlocking, or unlatching any
mechanism.
P3
A full height, vertically hinged, double door compartment behind the rear wheels will be
provided. The interior dimensions of this compartment will be as close possible to 48"
wide x 67" high x 26" deep in the lower 26" of compartment and 12" deep in the
remaining upper portion. The depth of the compartment will be calculated with the
compartment door closed.
The compartment interior will be fully open from the compartment ceiling to the
compartment floor and designed so that no permanent dividers are required between
the upper and lower sections A positive door holder will be furnished with this
compartment
Two (2) shelves and one (1) pull out tray shall be provided in this compartment. Two
(2) adjustable shelves in the upper portion, and one (1) pull out bottom tray with 2"
sides and 500Ibs capacity.
ADJUSTABLE SHELVES:
The adjustable shelves will have a minimum capacity of 215 pounds provided The
shelf construction shall consist of pan- shaped aluminum with 2.00" sides. Each shelf
shall be infinitely adjustable by means of a threaded fastener, which slides in a track
ES -10 -006, Fire Apparatus
page 45 of 78
MOUNTING TRACKS:
There shall be five (5) sets of tracks for mounting shelf(s) in D1, D3, P1, P3, and R1
These tracks shall be installed vertically to support the adjustable shelf(s).
DOORS, SIDE COMPARTMENT:
All hinged compartment doors will be lap style with double panel construction and will
be a minimum of 1.50" thick To provide additional door strength a "C" section
reinforcement will be installed between the outer and interior panels
Doors will be provided with gaskets to ensure a weather resisting compartment
All compartment doors will have polished stainless steel continuous hinge that is bolted
or screwed on with stainless steel fasteners.
All door lock mechanisms will be fully enclosed within the door panels to prevent fouling
of the lock in the event equipment inside shifts into the lock area
Doors will be latched with recessed, polished stainless steel "D" ring handles. To
prevent corrosion caused by dissimilar metals, compartment door handles will not be
attached to outer door panel with screws. A rubber gasket will be provided between the
"D" ring handle and the door.
COMPARTMENTATION, REAR:
A roll -up door compartment above the rear tailboard will be provided.
Interior dimensions of this compartment will be as close possible to 40" wide x 40" high
x 26" deep A louvered, removable access panel will be furnished on the back wall of
the compartment.
Closing of the door will not require releasing, unlocking, or unlatching any mechanism
and will easily be accomplished with one hand.
One (1) adjustable shelf shall be provided
PARTITION, TRANSVERSE REAR COMPARTMENT:
Two (2) partitions shall be bolted in place to separate driver and passenger side rear
compartment from the rear tailboard compartment.
ES -10 -006, Fire Apparatus page 46 of 78
ROLL -UP DOOR, REAR COMPARTMENT:
The roll -up door will be of an anodized satin finish, double faced, aluminum
construction
Lath sections shall be an interlocking rib design and will be individually replaceable
without complete disassembly of door
Between each slat at the pivoting joint will be a PVC inner seal to prevent metal to
metal contact and prevent dirt or moisture from entering the compartments. Seals will
allow door to operate in extreme temperatures ranging from plus 180 to minus 40
degrees Fahrenheit. Side, top and bottom seals will be provided to resist ingress of dirt
and weather.
A polished stainless steel lift bar shall be provided for each roll -up door. The lift bar
shall be located at the bottom of door and have latches on the outer extrusion of the
doors frame. A ledge shall be supplied over lift bar for additional area to aid in closing
the door.
Door(s) shall be constructed from an aluminum box section. The exterior surface of
each slat will be flat. The interior surfaces will be concave to provide strength and
prevent loose equipment from jamming the door from inside.
To conserve space in the compartment(s), the spring roller assembly shall not exceed
3.00" in diameter.
A roll -up door that retracts below the compartment ceiling (garage door style) shall not
be acceptable
The header for the roll -up door assembly will not exceed 4 00" A heavy -duty magnetic
switch shall be used for control of "open compartment door" warning lights
SCBA BOTTLE STORAGE:
Above the rear wheels wells shall be provided storage compartments for SCBA bottles
There shall be three (3) provided. One (1) located behind drivers rear wheel, and two
(2) provided on passenger side, one in front and the other behind the rear wheel. They
should each have the capacity to hold two (2) MSA H -45 4500psi bottles for a total
capacity of six (6) The flooring will be rubber lined with a drain hole A stainless steel
door with a chrome plated latch will be provided to contain bottles.
EXTINGUISHER STORAGE:
A total of one (1) extinguisher compartment will be provided. The extinguisher
compartment will be in the form of a square (minimum 8.25 and adequate depth to
accommodate different size extinguishers. Flooring will be rubber lined and have a
drain hole. A stainless steel door with a chrome plated latch will be provided to contain
extinguisher.
Location of extinguisher compartment shall be ahead of rear wheels driver's side wheel
well
V
ES -10 -006, Fire Apparatus page 47 of 78
RUB RAIL:
Bottom edge of the side compartments will be trimmed with a bright aluminum extruded
rub rail
The rub rails will not be an integral part of the body construction, which allows
replacement in the event of damage
BODY FENDER CROWNS:
Stainless steel fender crowns will be provided around the rear wheel openings
Installation shall include moisture and corrosion protection
HANDRAILS:
The handrails shall be 1.25" diameter anodized aluminum extrusion, with a ribbed
design, to provide a positive gripping surface
Chrome plated end stanchions will support the handrail. Plastic gaskets will be used
between end stanchions and any painted surfaces.
Drain holes shall be provided in the bottom of all vertically mounted handrails
Four (4) handrails shall be provided, two above each side pump panel.
One (1) vertical handrail, not less than 29.00" long, will be located on each rear
beavertail (rear compartments).
One (1) full width horizontal handrail will be provided below the hose bed at the rear of
the apparatus.
EXTENSION LADDER:
There will be a 24', two (2) section, aluminum extension ladder provided
ROOF LADDER:
There will be a 14' aluminum roof ladder provided
LADDER BRACKET:
Ground ladders will be mounted above the right side of hose body in a specially
designed "swing down" cradle The hydraulic ladder rack will be electric /hydraulic
operated The pivot points will be at each end of the ladder rack, no exceptions.
The electronic controls will be located in such a manner to allow the operator full view
of the area into which the ladders are lowered. The controls for the ladder rack will be
located on the passenger side pump panel
It shall have the capacity to contain a 24' extension ladder, 14' roof ladder, 10' folding
attic ladder, one (1) 10' pike pole, and one (1) 8' rubbish hook. The hydraulic ladder
rack will be equipped with air actuated clamps to secure the rack to vehicle when the
rack is stored in the up position above truck The ladder rack shall not diminish the
compartment capacity on the passenger side.
ES -10 -006, Fire Apparatus
page 48 of 78
FOLDING LADDER:
One (1) 10' aluminum folding ladder provided.
PUMP:
Bidder may substitute different pump as the one specified, as long as it meets the same
performance specifications
Pump shall be a Waterous CSU, 1500 gpm single (1) stage midship mounted
centrifugal type.
Pump shall be the class "A" type.
Pump shall deliver the percentage of rated discharge at pressures indicated below:
100% of rated capacity at 150 psi net pump pressure.
70% of rated capacity at 200 psi net pump pressure.
50% of rated capacity at 250 psi net pump pressure.
Pump body shall be close grained gray iron, bronze fitted, and horizontally split in two
(2) sections for easy removal of the entire impeller shaft assembly (including wear
rings).
Pump shall be designed for complete servicing from the bottom of the truck, without
disturbing the pump setting or apparatus piping
Pump case halves shall be bolted together on a single horizontal face to minimize
chance of leakage and facilitate ease of reassembly No end flanges shall be used
Discharge manifold of the pump shall be cast as an integral part of the pump body
assembly and shall provide a minimum of three (3) 3 50" openings for flexibility in
providing various discharge outlets for maximum efficiency.
The three (3) 3.50" openings shall be located as follows one (1) outlet to the right of
the pump, one (1) outlet to the left of the pump, and one (1) outlet directly on top of the
discharge manifold.
Impeller shaft shall be stainless steel, accurately ground to size It shall be supported
at each end by sealed, anti friction ball bearings for rigid precise support. Impeller shall
have flame plated hubs assuring maximum pump life and efficiency despite any
presence of abrasive matter in the water supply.
Bearings shall be protected from water and sediment by suitable stuffing boxes, flinger
rings, and oil seals No special or sleeve type bearings shall be used.
Pump shall be equipped with a self adjusting, maintenance -free, mechanical shaft seal.
The mechanical seal shall consist of a flat, highly polished,, spring fed carbon ring that
rotates with the impeller shaft The carbon ring shall press against a highly polished
stainless steel stationary ring that is sealed within the pump body.
ES -10 -006, Fire Apparatus page 49 of 78
In addition, a throttling ring shall be pressed into the steel chamber cover, providing a
very small clearance around the rotating shaft in the event of a mechanical seal failure.
The pump performance shall not deteriorate, nor shall the pump lose prime, while
drafting if the seal fails during pump operation
Wear rings shall be bronze and easily replaceable to restore original pump efficiency
and eliminate the need to replace the entire pump casing due to wear.
FOAM SYSTEM:
The vehicle shall be provided with a foam firefighting system Bidder must provide
detailed specifications of the proposed system While the proposed system may not
meet these specifications exactly it should meet the performance requirements
detailed. Foam system must be installed by vehicle manufacturer
FOAM PROPORTION SYSTEM:
A foam proportioning system shall be provided that is an on demand, automatic
proportioning, single point, direct injection system suitable for all types of Class "A"
"B" foam concentrates, including the high viscosity (6000 cps), alcohol resistant Class B
foams. Operation shall be based on direct measurement of water flow, and remain
consistent within the specified flows and pressures. The system shall automatically
balance and proportion foam solution at rates from 0.1% to 9 9% regardless of
variations in water pressure and flow, up to the maximum rated capacity of the foam
concentrate pump.
The design of the system shall allow operation from draft, hydrant, or relay operation
This shall provide a versatile system to meet the demands at a fire scene
SYSTEM CAPACITY:
The system shall have the ability to deliver the following minimum foam solution flow
rates at accuracies that meet or exceed NFPA requirements at a pump rating of 250
PSI
200 GPM 6%
400 GPM 3%
1200 GPM @1%
Class A foam setting in .1 increments from 1% to 1% Typical settings of 1%,
.5% and .3% (Maximum capacity shall be limited to the plumbing and water pump
capacity)
ES -10 -006, Fire Apparatus page 50 of 78
CONTROL SYSTEM:
The system shall be equipped with a digital electronic control display located on the
pump operator's panel. Push button controls shall be integrated into the panel to turn
the system on /off, control the foam percentage, direct which foam to use on a multi -tank
system, and to set the operation modes (automatic, manual, draft, calibration, or flush).
The percent of injection shall have presets for class A and class B foam. These presets
can be changed at the fire department as desired The percent of injection shall be
able to be easily changed at the scene to adjust to changing demands
System information shall be displayed on the panel by way of LEDs. System on and
foam pump on indicator lights shall also be included Information displayed shall include
mode of operation (automatic, manual, draft, calibration, or flush), foam supply selected
(Class A or Class B), water total, foam total, foam percentage, remaining gallons, and
time remaining.
The control display shall direct a microprocessor, which receives input from the systems
water flow meter while also monitoring the position of the foam concentrate pump. The
microprocessor shall compare the values of the water flow versus the position /rate of
the foam pump, to ensure the proportion rate is accurate. One (1) check valve shall be
installed in the plumbing to prevent foam from contaminating the water pump.
LOW LEVEL, FOAM TANK:
The control head shall display a warning message when the foam tank in use is below
a quarter tank.
HYDRAULIC DRIVE SYSTEM:
The foam concentrate pump shall be powered by a hydraulic drive system, which is
automatically activated, whenever the vehicle water pump is engaged. A system that
drives the foam pump via an electric motor shall not be acceptable.
Hydraulic oil cooler shall be provided to automatically prevent overheating of the
hydraulic oil, which is detrimental to system components The oil /water cooler shall be
designed to allow continuous system operation without allowing hydraulic oil
temperature to exceed the oil specifications.
The hydraulic oil reservoir shall be of four (4) gallons minimum capacity and shall also
be of sufficient size to minimize foaming and be located to facilitate checking oil level or
adding oil without spillage or the need to remove access panels.
ES -10 -006, Fire Apparatus
page 51 of 78
FOAM CONCENTRATE PUMP:
The foam concentrate pump shall be of positive displacement, self priming; linear
actuated design, driven by the hydraulic motor The pump shall be constructed of brass
body; chrome plated stainless steel shaft, with a stainless steel piston. In order to
increase longevity of the pump, no aluminum shall be present in its construction
A relief system shall be provided which is designed to protect the drive system
components and prevent over pressuring the foam concentrate pump.
The foam concentrate pump shall have minimum capacity for 12 gpm with all types of
foam concentrates with a viscosity at or below 6000 cps including protein, fluoroprotein,
AFFF, FFFP, or AR -AFFF The system shall deliver only the amount of foam
concentrate flow required, without recirculating foam back to the storage tank
Recirculating foam concentrate back to the storage tank can cause agitation and
premature foaming of the concentrate, which can result in system failure The foam
concentrate pump shall be self priming and have the ability to draw foam concentrate
from external supplies such as drums or pails.
PANEL MOUNTED STRAINER /EXTERNAL PICK -UP CONNECTION:
A bronze body strainer connector unit shall be provided The unit shall be mounted to
the pump panel The external foam pick -up shall be one (1) 1 00" male connection
with chrome plated cap integrated to a 2.00" strainer cleanout cap A check valve shall
be installed in the pick -up portion of the cleanout cap A basket style stainless steel
screen shall be installed in the body of the strainer connector unit. Removal of the
2.00" cleanout cap shall be all that is required to gain access to and remove the
stainless steel basket screen. The strainer connector unit shall be ahead of the foam
concentrate pump inlet port to insure that all agents reaching the foam pump has been
strained.
SYSTEM ELECTRICAL LOAD:
The foam proportioning shall not impose an electrical load on the vehicle electrical
system any greater than five (5) amps at 12VDC
TANK SELECTOR:
Electric valves shall be used for the foam supply. The foam supply valves shall be
controlled at the foam system control head for ease of operation. The supply valves
shall be electric, remote controlled, to eliminate air pockets in the foam tank supply
hose.
MAINTENANCE MESSAGE:
A message shall be displayed on the control head to advise when system maintenance
needs to be performed The message shall display interval for cleaning the foam
strainer, cleaning for the water strainers, and changing the hydraulic oil.
ES -10 -006, Fire Apparatus
page 52 of 78
FLUSH SYSTEM:
The system shall be designed such that a flush mode shall be provided to allow the
system to flush all foam concentrate with clear water. The flush circuit control logic shall
ensure the foam tank supply valve is closed prior to opening the flush valve The flush
valve shall be operated at the foam system control head for ease of operation. The
valve shall be electrically controlled and located as close to the foam tank supply valve
as possible A manual flush drain valve shall be labeled and located under the driver's
side running board
DISCHARGES:
The foam system shall be plumbed to five (5) discharges The discharges capable of
dispensing foam shall be two crosslays, front discharge, rear DS and PS 2.5"
discharges.
FOAM TANKS:
Two tanks will be provided for foam concentrate. One (1) shall have a capacity of 20
gallons; one (1) shall have a capacity of 40 gallons. They will be constructed of
polypropylene and incorporated into the water tank. They should not reduce the water
capacity of the water tank below 500 gallons.
The 20 gallon tank will be used for class "A" foam concentrate and the 40 gallon tank
will be used for class "B" concentrate.
AIR PUMP SHIFT:
Pump shift engagement will be made by a two (2) position sliding collar, actuated
pneumatically (by air pressure), with a three (3) position air control switch located in the
cab. A manual back -up shift control will also be located on the driver's side pump panel
Two (2) indicator lights will be provided adjacent to the pump shift inside the cab One
(1) green light will indicate the pump shift has been completed and be labeled "pump
engaged The second green light will indicate when the pump has been engaged, and
that the chassis transmission is in pump gear. This indicator light will be labeled "OK to
pump
Another green indicator light will be installed adjacent to the hand throttle on the pump
panel and indicate either the pump is engaged and the road transmission is in pump
gear, or the road transmission is in neutral and the pump is not engaged. This indicator
light will be labeled "Warning Do not open throttle unless light is on The pump shift
control in the cab will be illuminated to meet NFPA requirements.
TRANSMISSION LOCK -UP:
The direct gear transmission lock -up for the fire pump operation will engage
automatically when the pump shift control, in the cab, is activated
ES -10 -006, Fire Apparatus
page 53 of 78
AUXILIARY COOLING SYSTEM:
A supplementary heat exchange cooling system will be provided to allow the use of
water from the discharge side of the pump for cooling the engine water. The heat
exchanger will be cylindrical type and will be a separate unit The heat exchanger will
be installed in the pump or engine compartment with the control located on the pump
operator's control panel. Exchanger will be plumbed to the master drain valve.
INTAKE RELIEF VALVE:
A relief valve shall be installed on the suction side of the pump preset at 125 psig
Relief valve shall have a working range of 75 psig to 250 psig.
Outlet shall terminate below the frame rails with a 2.50" National Standard hose thread
adapter and shall have a "do not cap" warning tag.
Control shall be located behind an access door at the right (passenger's) side pump
panel.
PRESSURE GOVERNOR
A pressure sensing governor (PSG) system will be provided. The PSG system will
eliminate the need for a discharge pressure relief valve
The pressure governor system will be connected directly to the engine mounted
Electronic Control Module (ECM) or may be an integral part of the engine ECM. A
pressure transducer will be installed in the water discharge manifold on the pump The
transducer continuously monitors pump pressure sending a signal to the pressure
governor. The pressure governor then sends a signal to the engine ECM, which
modulates fueling in order to maintain a set pressure or engine speed (within
engine /pump operating capabilities) There will be no user serviceable items or
maintenance required on the PSG system. The PSG system will not require a
mechanical drive, oil, or air supply for a means of control The pressure sensor
governor system will be operable only after the vehicle parking brake has been set, the
transmission is the pumping mode, and the fire pump has been engaged.
The pressure sensor governor system will have two (2) modes of operation: pressure
mode or rpm mode
When in the pressure mode, the PSG system will automatically maintain the discharge
pressure set by the operator regardless of flow (within engine /pump operating
capabilities).
In the rpm mode, the PSG system will automatically maintain a set engine speed,
regardless of engine load (within engine operation capabilities)
A pump cavitation protection feature will be provided which will return the engine to idle
should the pump cavitate.
ES -10 -006, Fire Apparatus page 54 of 78
ESP PRIMING PUMP:
Priming pump shall be a positive displacement vane type, electrically driven, and
conforming to standards outlined in NFPA pamphlet #1901.
One (1) priming control will open the priming valve and start the priming motor. Primer
shall be environmentally safe and self lubricating
PUMP WARRANTY:
A five 5) year warranty will be provided for the pump
PUMP MANUALS:
Two (2) pump manuals from the pump manufacturer will be furnished in compact disc
format with the apparatus The manuals will cover pump operation, maintenance, and
parts.
PLUMBING:
All inlet and outlet plumbing, 3 00" and smaller, shall be plumbed with either stainless
steel pipe or synthetic rubber hose reinforced with high tensile polyester braid. Small
diameter secondary plumbing such as drain lines will be stainless steel, brass or hose.
Where vibration or chassis flexing may damage or loosen piping or where a coupling is
required for servicing, the piping shall be equipped with Victaulic or rubber couplings
Plumbing manifold bodies will be ductile cast iron or stainless steel.
All lines shall drain through a master drain valve or shall be equipped with individual
drain valves. All individual drain lines for discharges shall be extended with a hose to
drain below the chassis frame.
All water carrying gauge lines shall be of flexible polypropylene tubing.
PUMP PLUMBING WARRANTY:
The stainless steel plumbing components and ancillary brass fittings used in the
construction of the water /foam plumbing system shall be warranted for a period of ten
(10) years or 100,000 miles This covers structural failures caused by defective
design or workmanship, or perforation caused by corrosion, provided the apparatus is
used in a normal and reasonable manner. This warranty is extended only to the
original purchaser for a period of ten years from the date of delivery. A copy of the
warranty shall be submitted with the bid. (no exception)
MAIN PUMP INLETS:
A 6.00" pump manifold inlet shall be provided on each side of the vehicle. The suction
inlets shall include removable die cast zinc screens that are designed to provide
cathodic protection for the pump, thus reducing corrosion in the pump
ES -10 -006, Fire Apparatus page 55 of 78
INLET BUTTERFLY VALVE:
Two (2) butterfly valves shall be provided on both the driver's side and the passenger's
side main pump inlets The 6 00" inlet valve shall be partially recessed behind the
pump panel with a "key hole" shaped stainless steel trim ring around the opening
A built -in, adjustable pressure relief valve and a 3/4" bleeder valve shall be provided on
the inlet side of the valve. Valve shall be electrically operated An electric actuator, with
seven (7) valve position LED indicator lights shall be provided at the pump operator's
panel.
The electric actuator shall be furnished with a manual over ride, extended to the pump
panel
INLET (Left side):
On the left side pump panel will be one (1) 2 50" auxiliary suction, terminating in 2 50"
National Standard Hose Thread The auxiliary suction shall be provided with a strainer,
chrome swivel and plug
The location of the valve for the one (1) inlet shall be recessed behind the pump panel.
INLET (Right side):
On the left side pump panel will be one (1) 2 50" auxiliary suction, terminating in 2.50"
National Standard Hose Thread. The auxiliary suction shall be provided with a strainer,
chrome swivel and plug.
The location of the valve for the one (1) inlet shall be recessed behind the pump panel
INLET CONTROL:
Control for the side auxiliary inlet(s) shall be located at the inlet valve.
INLET BLEEDER VALVE:
A .75" ball type bleeder valve shall be provided for each side -gated inlet. The valves
shall be located behind the panel with control extended to the outside of the panel. The
water that is discharged by the valve shall be routed below the chassis frame rails
TANK TO PUMP:
The booster tank shall be connected to the intake side of the pump with heavy duty
piping and a quarter turn 3 00" full flow line valve with the control remotely located at
the operator's panel. Tank to pump line shall run straight (no elbows) from the pump
into the front face of the water tank and angle down into the tank sump A rubber
coupling shall be included in this line to prevent damage from vibration or chassis
flexing.
A check valve shall be provided in the tank to pump supply line to prevent the possibility
of "back filling" the water tank
ES -10 -006, Fire Apparatus page 56 of 78
TANK REFILL:
A 1 50" combination tank refill and pump re- circulation line shall be provided, using a
quarter -turn full flow ball valve controlled from the pump operator's panel
DISCHARGE OUTLETS (Left Driver Side):
There shall be two (2) discharge outlets with a 2.50" valve on the left side of the
apparatus, terminating with a male 2 50" National Standard hose thread adapter
DISCHARGE OUTLETS (Right Passenger Side):
There shall be one (1) discharge outlet with a 2 50" valve on the right side of the
apparatus, terminating with a male 2 50" National Standard hose thread adapter. This
discharge outlet shall be actuated with a lever control at the pump operator's control
panel.
DISCHARGE OUTLET, 3.50
There shall be a 3.50" discharge outlet with a 3 50" slow open /close valve with a 3.00"
ball, installed on the right side of the apparatus. This discharge outlet shall be actuated
with a lever control at the pump operator's control panel
DISCHARGE OUTLET (Rear):
There shall be two (2) discharge outlets piped to the rear of the vehicle, below the hose
bed, installed so proper clearance is provided for spanner wrenches or adapters
Plumbing shall consist of 2.50" piping along with a 2 50" full flow ball valve with the
control from the pump operator's panel. One discharge shall) be located on the driver's
side rear and one discharge will be located on the passenger side rear
DISCHARGE OUTLET (Front):
There shall be a 1.50" gated discharge outlet, with a swivel, piped to the driver's side on
top of the front bumper extension.
Plumbing shall consist of 2.00" piping and flexible hose according to the design
requirements of the chassis A 2 00" full flow ball valve controlled at the pump
operator's panel shall be used in the outlet plumbing. Automatic drains shall be
provided at all low points of piping.
DISCHARGE CAPS:
Chrome plated, rocker lug, caps with chains shall be furnished for all side discharge
outlets
OUTLET BLEEDERS:
A 75" bleeder valve shall be provided for each outlet 1 50" or larger. Automatic drain
valves are acceptable with some outlets if deemed appropriate with the application. The
valves shall be located behind the panel with control extended to the outside of the side
ES -10 -006, Fire Apparatus
page 57 of 78
pump panel The handles shall be chrome plated and provide a visual indication of
valve position. The swing handle shall provide an ergonomic position for operating the
valve without twisting the wrist and provides excellent leverage. Bleeders shall be
located at the bottom of the pump panel
They shall be properly labeled identifying the discharge they are plumbed in to The
water discharged by the bleeders shall be routed below the chassis frame rails.
ELBOWS, LEFT SIDE OUTLETS:
The 2.50" discharge outlets, located on the left side pump panel, shall be furnished with
a 2 50 "(F) National Standard hose thread x 2 50 "(M) National Standard hose thread,
chrome plated, 45 degree elbow.
ELBOWS, RIGHT SIDE OUTLETS:
The 2 50" discharge outlets, located on the right side pump panel, shall be furnished
with a 2.50 "(F) National Standard hose thread x 2.50 "(M) National Standard hose
thread, chrome plated, 45 degree elbow
ELBOWS, REAR OUTLETS:
The 2.50" discharge outlets, located at the rear of the apparatus, shall be furnished with
a 2.50 "(F) National Standard hose thread x 2.50 "(M) National Standard hose thread,
chrome plated, 45 degree elbow.
ELBOW, 3.50" OUTLET:
The 3 50" outlet shall be furnished with a 3 50 "(F) National Standard hose thread x
5.00" Storz 45 degree elbow adapter with Storz cap.
DISCHARGE OUTLET CONTROLS:
The discharge outlets shall incorporate a quarter -turn ball valve with the control located
at the pump operator's panel The valve operating mechanism shall indicate the
position of the valve.
DELUGE RISER:
A 3 00" deluge riser shall be installed above the pump in such a manner that a monitor
can be mounted and used effectively Piping shall be rigidly braced and installed
securely so no movement develops when the line is charged. The riser shall be gated
and controlled at the pump operator's panel. The deluge riser shall have male National
Pipe Threads for mounting the monitor.
MONITOR:
Vehicle shall come equipped with an Elkhart "Stinger" 8297 -51 portable monitor with
shaper and stacked tips. The monitor shall have the ability to be mounted on vehicle or
removed to a portable base The portable base will have a single 5" Storz connection
ES -10 -006, Fire Apparatus page 58 of 78
CROSSLAY HOSE BEDS:
Two (2) crosslays with 1.50" outlets shall be provided Each bed shall be capable of
carrying 200 feet of 1 75" double jacketed hose and will be plumbed with 2 00" i.d. pipe
and gated with a 2 00" quarter turn ball valve.
Outlets shall be equipped with a 1.50" National Standard hose thread 90 degree swivel
located in the hose bed so that hose may be removed from either side of apparatus
The crosslay controls shall be at the pump operator's panel
The center crosslay dividers shall be fabricated aluminum and will provide adjustment
from side to side. The divider shall be unpainted with a brushed finish. The remainder of
the crosslay bed will be painted job color.
Vertical scuff plates, constructed of stainless steel, shall be provided at the front and
rear ends of the bed on each side of vehicle
Crosslay bed flooring shall consist of removable perforated brushed aluminum.
CROSSLAY /SPEEDLAY HOSE RESTRAINT:
An elastic netting shall be provided across the top and on the ends of two (2)
crosslay(s) /speedlay(s) to secure the hose during travel.
PUMP COMPARTMENT:
The pump compartment shall be separate from the hose body and compartments so
that each may flex independently of the other. It shall be a fabricated assembly of steel
tubing, angles and channels which supports both the fire pump and the side running
boards.
PUMP MOUNTING:
Pump shall be mounted to a substructure which shall be mounted to the chassis frame
rail using rubber isolators The mounting will allow chassis frame rails to flex
independently without damage to the fire pump
PUMP CONTROL PANELS (Left Side Control):
All pump controls and gauges shall be located at the left (driver's) side of the apparatus
and properly identified.
Layout of the pump control panel shall be ergonomically efficient and systematically
organized
The pump operator's control panel shall be removable for ease of maintenance
The lower section of the panel shall contain all inlets, outlets, and drains.
All push /pull valve controls shall have 1/4 turn locking control rods with polished chrome
ES -10 -006, Fire Apparatus page 59 of 78
plated zinc tee handles Guides for the push /pull control rods shall be chrome plated
zinc castings securely mounted to the pump panel Push /pull valve controls will be
capable of locking in any position. The control rods shall pull straight out of the panel
and will be equipped with universal joints to eliminate binding.
IDENTIFICATION TAGS:
The identification tag for each valve control shall be recessed in the face of the tee
handle. All discharge outlets shall have color -coded identification tags, with each
discharge having its own unique color. Color- coding shall include the labeling of the
outlet and the drain for each corresponding discharge
All line pressure gauges shall be mounted directly above the corresponding discharge
control tee handles and recessed within the same chrome plated casting as the rod
guide for quick identification. The gauge and rod guide casting shall be removable from
the face of the pump panel for ease of maintenance The casting shall be color coded
to correspond with the discharge identification tag.
All remaining identification tags shall be mounted on the pump panel The pump panel
on the right (passenger's) side shall be removable
PUMP PANEL CONFIGURATION:
The pump panel configuration shall be arranged and installed in an organized manner
that will provide user friendly operation
PUMP AND GAUGE PANEL:
The pump and gauge panels shall be constructed of black vinyl covered aluminum, to
allow easy identification of the gauges and controls and to eliminate glare.
The black vinyl shall be bonded to the aluminum by the company that supplies the
metal A polished aluminum trim molding shall be provided around each panel.
The passenger's side pump panel shall be removable and fastened with swell type
fasteners.
PUMP PANEL GAUGES AND CONTROLS:
The following shall be provided on the pump and gauge panels in a neat and orderly
fashion:
Engine Oil Pressure Gauge. With visual and audible warning
Engine Water Temperature Gauge With visual and audible warning
Tachometer' Electric
Master Pump Drain Control
Voltmeter
Check Transmission Warning Indicator Light
Stop Engine Warning Indicator Light
Check Engine Warning Indicator Light.
ES -10 -006, Fire Apparatus
page 60 of 78
GAUGES, VACUUM and PRESSURE:
The pump vacuum and pressure gauges shall be silicone filled
The pump pressure and vacuum gauges shall be installed adjacent to each other at the
pump operator's control panel
Test port connections shall be provided at the pump operator's panel. One shall be
connected to the intake side of the pump, and the other to the discharge manifold of the
pump They shall have 0.25" standard pipe thread connections and polished stainless
steel plugs. They shall be marked with a label
PRESSURE GAUGES:
The individual "line" pressure gauges for the discharges shall be Class 1 interlube filled.
They shall be a minimum of 2.00" in diameter and have white faces with black lettering
The individual pressure gauge shall be installed as close to the outlet control as
practical. This gauge shall include a 10 year warranty against leakage, pointer defect,
and defective bourdon tube
WATER LEVEL GAUGE:
An electronic water level gauge shall be provided on the operator's panel that registers
water level by means of five colored LED lights. The lights shall be durable, ultra- bright
five LED design viewable through 180 degrees. The water level indicators shall be as
follows:
100% Green
75% Yellow
50% Yellow
25% Yellow
Refill Red
The light shall flash when the level drops below the given level indicator to provide an
eighth of a tank indication To further alert the pump operator, the lights shall flash
sequentially when the water tank is empty.
The level measurement shall be based on the sensing of head pressure of the fluid in
the tank. The display must have complete protection from water and environmental
elements.
ES -10 -006, Fire Apparatus
page 61 of 78
LIGHT SHIELD:
Illumination will be provided for controls, switches, essential instructions, gauges, and
instruments necessary for the operation of the apparatus and the equipment provided
on it
One pump panel light will come on at the operator's panel when the pump is shifted into
gear from inside the cab This is to afford the operator some illumination when first
approaching the control panel The remaining lights to be actuated from a switch
located on the pump panel.
The pump panel controls and gauges shall be illuminated by three white LED lights
installed under an aluminum diamond plate combination step /light shield The stepping
surface shall be a minimum of 8.00" deep and properly reinforced to support a man's
weight.
ELECTRICAL HARNESSING INSTALLATION:
All wiring harnesses installed by the apparatus manufacturer shall conform to the
following specifications
SAE J1128 Low tension primary cable
SAE J1292 Automobile, truck, truck tractor, trailer and motor coach wiring
SAE J163 Low tension wiring and cable terminals and splice clips
SAE J2202 Heavy duty wiring systems for on- highway trucks
NFPA 1901 Standard for automotive fire apparatus
FMVSS 302 Flammability of interior materials for passenger cars, multipurpose
passenger vehicles, trucks and buses
SAE J1939 Serial communications protocol
SAE J2030 Heavy duty electrical connector performance standard
SAE J2223 Connections for on board vehicle electrical wiring harnesses
NEC National Electrical Code
SAE J561 Electrical terminals Eyelet and spade type
SAE J928 Electrical terminals Pin and receptacle type A
Harnesses shall be routed throughout the cab and chassis in a manner which allows
the harnessing to be laid into its mounting location Routing of harnessing which
requires pulling of wires through tubes shall not be allowed
Wiring shall be run in loom or conduit where exposed, and have grommets or other
edge protection where wires pass through metal. Wiring shall be color, function and
number coded
Wire colors shall be integral to each wire insulator and run the entire length of each
wire Harnessing containing multiple wires and uses a single wire color for all wires
shall not be allowed.
Function and number codes shall be continuously imprinted on all wiring harness
conductors. All wiring installed between the cab and into doors shall be protected by an
expandable rubber boot to protect the wiring. Exterior exposed wire connectors shall be
positive locking, and environmentally sealed to withstand elements such as
ES -10 -006, Fire Apparatus
page 62 of 78
temperature extremes, moisture and automotive fluids.
Electrical wiring and equipment shall be installed utilizing the following guidelines:
(1) All wire ends not placed into connectors shall be sealed with a heat shrink end cap.
Wires without a terminating connector or sealed end cap will not be allowed
(2) All holes made in the roof shall be caulked with silicon. Large fender washers,
liberally caulked, shall be used when fastening equipment to the underside of the
cab roof.
(3) Any electrical component that is installed in an exposed area shall be mounted in a
manner that shall not allow moisture to accumulate in it. Exposed area shall be
defined as any location outside of the cab or body.
(4) Electrical components designed to be removed for maintenance shall be quickly
accessible. For ease of use, a coil of wire shall be provided behind the appliance to
allow them to be pulled away from the mounting area for inspection and service
work.
(5) Corrosion preventative compound shall be applied to non waterproof electrical
connectors located outside of the cab or body All non waterproof connections shall
require this compound in the plug to prevent corrosion and for easy separation of
the plug
(6) Any lights containing non waterproof sockets in a weather exposed area shall have
corrosion preventative compound added to the socket terminal area.
(7) All electrical terminals in exposed areas shall have protective coating applied
completely over the metal portion of the terminal.
(8) Rubber coated metal clamps shall be used to support wire harnessing and battery
cables routed along the chassis frame rails.
(9) Heat shields shall be used to protect harnessing in areas where high temperatures
exist Harnessing passing near the engine exhaust shall be protected by a heat
shield.
(10) Cab and crew cab harnessing shall not be routed through enclosed metal tubing.
Dedicated wire routing channels shall be used to protect harnessing therefore
improving the overall integrity of the vehicle electrical system The design of the cab
shall allow for easy routing of additional wiring and easy access to existing wiring
(11) All braided wire harnesses shall have a permanent label attached for easy
identification of the harness part number and fabrication date
(12) All standard wiring entering or exiting the cab shall be routed through sealed
bulkhead connectors to protect against water intrusion into the cab
ES -10 -006, Fire Apparatus page 63 of 78
BATTERY CABLE INSTALLATION:
All 12 -volt battery cables and battery cable harnessing installed by the apparatus
manufacturer shall conform to the following requirements:
SAE J1127 Battery Cable
SAE J561 Electrical terminals, eyelets and spade type
SAE J562 Nonmetallic loom
SAE J836A Automotive metallurgical joining
SAE J1292 Automotive truck, truck tractor, trailer and motor coach wiring
NFPA 1901 Standard for automotive fire apparatus
Battery cables and battery cable harnessing shall be installed utilizing the following
guidelines.
(1) All battery cables and battery harnesses shall have a permanent label attached for
easy identification of the harness part number and fabrication date.
(2) Splices shall not be allowed on battery cables or battery cable harnesses
(3) Battery cables shall be color coded. All positive battery cables shall be red in color
or wrapped in red loom the entire length of the cable. All negative battery cables
shall be black in color.
(4) All positive battery cable isolated studs throughout the cab and chassis shall be red
in color
(5) All electrical buss bars located on the exterior of the apparatus shall be coated to
prevent corrosion
ELECTRICAL COMPONENT INSTALLATION:
All lighting used on the apparatus shall be, at a minimum, a two (2) wire light grounded
through a wired connection to the battery system Lights using an apparatus metal
structure for grounding shall not be allowed
An operational test shall be conducted to ensure that any equipment that is
permanently attached to the electrical system is properly connected and in working
order The results of the tests shall be recorded and provided to the purchaser at time
of delivery.
STEP LIGHTS:
Four (4) LED, step lights shall be provided One (1) step light shall be provided on each
side, on the front compartment face and two (2) step lights at the rear to illuminate the
tailboard.
These step lights shall be actuated with the pump panel light switch. All other steps on
the apparatus shall be illuminated per the current edition of NFPA 1901.
ES -10 -006, Fire Apparatus page 64 of 78
REAR FMVSS LIGHTING:
The rear stop /tail /directional lights shall be light emitting diode (LED) lamp kits. Each
lamp kit shall include a lamp, a rubber grommet and a connector plug
The following light kits shall be provided:
Two (2) red stop /tail light assemblies.
Two (2) amber directional light assemblies.
The lights will be mounted on the rear face of the rear fender compartment by the
use of the rubber grommet
Four (4) red reflectors will be provided.
A license plate bracket shall be mounted on the driver's side above the warning
lights. A step lamp shall illuminate the license plate
Two (2) backup lights will be provided.
REAR ID /MARKER DOT LIGHTING:
The three (3) identification lights located at the rear shall be installed per the following:
As close as practical to the vertical Centerline.
Centers spaced not less than six (6) inches or more than twelve (12) inches apart
Red in color
All at the same height.
The outside clearance lights located at the rear shall be installed per the following:
To indicate the overall width of the vehicle.
At least one (1) each side of the vertical Centerline.
All at the same height
As near the top as practical
To be visible from the rear and the side.
Per FMVSS 108 and CMVSS 108 requirements.
"DO NOT MOVE APPARATUS" INDICATOR:
A flashing red indicator light, located in the driving compartment, shall be illuminated
automatically per the current NFPA requirements.
The light shall be labeled "Do Not Move Apparatus If Light Is On
The same circuit that activates the Do Not Move Apparatus indicator shall activate a
steady tone alarm when the parking brake is released.
ES -10 -006, Fire Apparatus
page 65 of 78
DO NOT MOVE TRUCK MESSAGES:
Messages shall be displayed on the gauge panel LCD located forward of the steering
wheel directly in front of the driver whenever the Do Not Move Truck light is active The
messages shall designate the item or items not in the stowed for vehicle travel position
(parking brake disengaged)
The following messages shall be displayed (where applicable)•
Do Not Move Truck
DS Cab Door Open (Driver Side Cab Door Open)
PS Cab Door Open (Passenger's Side Cab Door Open)
DS Crew Cab Door Open (Driver Side Crew Cab Door Open)
PS Crew Cab Door Open (Passenger's Side Crew Cab Door Open)
DS Body Door Open (Driver Side Body Door Open)
PS Body Door Open (Passenger's Side Body Door Open)
Rear Body Door Open
PS Ladder Rack Down (Passenger Side Ladder Rack Down)
Lt Tower Not Stowed (Light Tower Not Stowed)
Hatch Door Open
Any other device that is opened, extended, or deployed that creates a hazard or is
likely to cause major damage to the apparatus if the apparatus is moved shall be
displayed as a caution message after the parking brake is disengaged.
COMPARTMENT LIGHTING:
Compartment lighting shall consist of LED "rope" style lighting along the inside door
1 edges
Opening the compartment door shall automatically turn compartment lighting on
PERIMETER SCENE LIGHTS, CAB:
There shall be a LED grommet mount weatherproof light provided for each cab door.
Lighting shall be designed to provide illumination on areas under the driver, officer, and
crew cab riding area exits, which shall be activated automatically when the exit doors
are opened and by the same means as the body perimeter lights.
The lighting shall be capable of providing illumination at a minimum level of two (2) foot
candles on ground areas within 30 00" of the edge of the apparatus in areas which
personnel climb in or out of the apparatus or descend from the apparatus to the ground
level.
ES -10 -006, Fire Apparatus page 66 of 78
PERIMETER SCENE LIGHTS, BODY:
There shall be a total of four (4) LED grommet mount weatherproof lights provided on
the apparatus. Two (2) lights shall be provided under the rear step area and two (2)
lights shall be provided under the pump panel running boards. The lights shall be
spaced one (1) each side of apparatus and have a clear lens The perimeter scene
lights shall be activated by a parking brake The lighting shall be capable of providing
illumination at a minimum level of two (2) foot candles on ground areas within 30.00" of
the edge of the apparatus in areas designed for personnel to climb onto the apparatus
or descend from the apparatus to the ground level.
REMOTE CONTROLLED SPOT LIGHT:
A remote controlled spot light shall be mounted on center of cab roof behind light bar.
Controls shall be located within convenient reach of the officer seat position.
ADDITIONAL CAB LIGHTING:
One (1) FRC 150 W 12V OPA851 -HD15 Optimum, HID visor light (or equivalent) shall
be mounted on center of cab above windshield but below emergency light bar. Control
for light shall be within convenient reach of the driver seat position
Two (2) FRC 150 W 12V OPA570 -H15, Optimum, HID Fixed Head light (or equivalent)
shall be mounted on the side of the cab. One (1) each located on the driver and
passenger side. They shall be mounted on the side of the 12" raised roof section of the
cab.
DECK LIGHTS:
One (1) 6.00" Unity AG deck light (or equivalent) with swivel mount shall be provided at
the rear of the hose bed, mounted on drivers side The light shall be furnished with a
160,000 candle power halogen spot bulb and a 6,000 candle power halogen flood bulb.
HAND HELD LIGHT:
There shall be two (2) Streamlight LiteBox lights with an orange thermoplastic body
provided. The location shall be determined at the preconstruction meeting.
AIR HORN SYSTEM:
Two (2) air horns with shall be provided and located, in the front bumper, recessed
inside the frame rails The horn system shall be piped to the air brake system wet tank.
A pressure protection valve shall be installed in -line to prevent the loss of air, in the air
brake system.
AIR HORN CONTROL:
The air horns shall be actuated by a pull cord, mounted to cab ceiling, located towards
the officer side above the engine tunnel and by the horn button in the steering wheel.
The driver shall have the option to control the air horns or the chassis horns from the
horn button by means of a selector switch located on the instrument panel
ES -10 -006, Fire Apparatus
page 67 of 78
ELECTRONIC SIREN:
A "Code 3 model 3692 (or equivalent), electronic siren with noise canceling
microphone shall be provided
Electronic siren head shall be recessed in the overhead console above the engine
tunnel on the officer side.
A foot pedal shall be located in front of the officer seat on the floor. This pedal shall
have the option to activate the siren and change siren mode
SPEAKER:
There shall be one (1) speaker, Code -3 Model PB100C (or equivalent) with chrome
finish, recessed in the front bumper. Connection shall be connected to the siren
amplifier. The speaker(s) shall be recessed in the center of the front bumper
WARNING LIGHT (Cab Roof):
A Whelen (or equivalent) Freedom LED lightbar with incorporated Opticom emitter in
center of bar shall be provided The color of these lights shall be red Super LED /clear
lens.
Two (2) 24" Whelen, Model: Freedom (or equivalent) Mini LED lightbars shall be
mounted on the roof, one (1) on each side, behind the front lightbar facing towards side
of vehicle
Each lightbar shall include the following:
Two (2) red flashing corner LED modules
Two (2) red flashing LED light.
These lightbars shall be controlled by the roof light switch
SIDE ZONE LOWER LIGHTING:
Six (6) Whelen (or equivalent), Model 50 *03Z *R flashing LED lights shall be located at
the following positions
Two (2) lights, one each side on side of cab behind rear doors
Two (2) lights, one each side on the bumper extension.
The color of these lights shall be red Super LED /red lens.
Two (2) lights, above rear fender panel.
The color of these lights shall be red Super LED /red lens.
The above six (6) lights shall be required to meet the lower level optical warning and
optical power requirements of NFPA
One (1) switch located in the cab on the switch panel shall control these lights.
These lights will be provided with a chrome plated ABS plastic flange.
ES -10 -006, Fire Apparatus page 68 of 78
REAR ZONE LOWER LIGHTING:
Two (2) Whelen, SUPER -LEDTM model 50 *03F *R flashing LED lights (or equivalent)
shall be located at the rear of the apparatus required to meet the lower level optical
warning and optical power requirements of NFPA
The color of the lights shall be red Super LED /red lens.
Each light will be installed with a crome plated ABS plastic flange
WARNING LIGHTS (Rear of Hose Bed):
Two (2) Whelen MCFLED2R warning lights (or equivalent) shall be mounted on the top
rear of the apparatus. One (1) each located on the driver and officer side.
PAINT:
The vehicle shall be painted red to match the color of the current vehicles used by the
Port Angeles Fire Department. The cab shall be two -tone, with the upper section
painted white.
PAINT CHASSIS FRAME ASSEMBLY:
The chassis frame assembly shall be painted black before the installation of the cab
and body, and before installation of the engine and transmission assembly, air brake
lines, electrical wire harnesses, etc.
Components that are included with the chassis frame assembly shall be painted black
are frame rails, cross members, axles, suspension, steering gear, fuel tank, body
substructure supports, miscellaneous mounting brackets, etc.
WARRANTY PAINT AND CORROSION:
Bidder shall provide all information on paint and corrosion warranty with proposal.
REFLECTIVE BAND:
Three (3) reflective stripes shall be provided across the front of the vehicle and along
the sides of the body. The reflective band shall consist of a 1" white stripe at the top
with a 1" gap then a 6" white stripe with a 1" gap and a 1" white stripe on the bottom
ES -10 -006, Fire Apparatus
page 69 of 78
DECALS:
A Port Angeles Fire Department Maltese cross logo shall be installed on the driver's
door and passenger's door of the cab This logo shall match as closely as possible to
current apparatus decals.
If space allows with cab design, the letters "PAFD" shall be located above the front grill,
centered, below the windshield These letters shall be approximately four (4) inches
high and gold leaf in color.
Located on each rear door of the cab, above the white reflective band shall be the
words "FIRE /MEDIC These letters shall be approximately four (4) inches high and
gold leaf in color.
CHEVRON STRIPING, REAR:
There shall be alternating chevron striping located on the rear facing vertical surface of
the apparatus The entire rear surface, excluding the rear compartment door, shall be
covered.
The colors shall be determined by purchaser after bid selection.
Each stripe shall be 6.00" in width This shall meet the requirements of NFPA 1901,
2009 edition, which states that 50% of the rear surface will be covered with chevron
striping.
REFLECTIVE STRIPE, CAB DOORS:
A 6.00" x 16.00" white reflective stripe shall be provided across the interior of each cab
door The stripe shall be located approximately 1 00" up from the bottom, on the door
panel This stripe shall meet the NFPA 1901 requirement
LOOSE EQUIPMENT:
The following equipment shall be furnished with the completed unit
One (1) bag of chrome, stainless steel, or cadmium plated screws, nuts, bolts and
washers, as used in the construction of the unit
The bidder shall include with their submitted proposal the following optional equipment
for the vehicle Each option shall include the total additional cost for that option to add
to the base bid. Any, all, or no optional bid items may be added for award with the base
bid at the sole discretion of the City
OPTION #1
OPTIONAL EQUIPMENT
COMPRESSED AIR FOAM SYSTEM
FOAM GENERATING SYSTEM, CAF:
A Hercules 140 cfm capacity compressed air foam, shall be provided. The system
ES -10 -006, Fire Apparatus
page 70 of 78
shall supply five (5) discharges with compressed air foam It shall be capable of
providing foam solution or compressed air foam from any of the specified CAFS
discharges simultaneously In addition, the consistency of the compressed air
foam (wet to dry) from each discharge shall be adjustable. All CAF capable
discharges shall have the discharge valve control, air injection control, and
discharge pressure gauge mounted in a group on the operator's panel. Each CAF
capable discharge shall feature a check valve to prevent reverse flows of
compressed air foam that is integrated into the discharge valve. The wafer check
valve shall be a type and design approved by the manufacturer of the discharge
valve
DISCHARGES TO BE CAF CAPABLE:
The two crosslays, front discharge, rear DS and PS 2 5" discharges, shall be
capable of discharging compressed air foam There is no second pump on the
vehicle
AIR COMPESSOR, HYDRAULIC DRIVEN:
An oil flooded rotary screw compressor rated for at least 140cfm 150psig shall
be provided. The compressor shall be mounted in an area that allows for proper
service and maintenance of the components The compressor shall be driven by
a hydraulic drive system. The hydraulic drive system shall be driven by the vehicle
transmission through a PTO All components of the system shall be sized and
rated for the system to deliver compressed air, uninterrupted, for up to two (2)
hours at a time without undue stresses, vibrations, or overheating. The air
compressor shall be capable of delivering the rated capacity of the compressor
when the fire pump is delivering 250gpm @120psi from tank or draft.
The hydraulic compressor drive system shall be comprised of a variable
displacement piston type hydraulic pump supplying a fixed displacement piston
hydraulic motor The displacement of the hydraulic pump shall be controlled by a
fixed orifice type, load sensing, hydraulic circuit. The hydraulic system shall have
a properly sized reservoir, cooler, filter(s) and accessory components The
components shall be mounted in the vehicle body to facilitate routine maintenance
operations The hydraulic drive design shall be certified by manufacturer of the
primary components as suitable for the intended use and duty cycle
All components of the air compressor and drive system shall be readily available
on the domestic air compressor hydraulic market (USA) The compressor shall
be designed and assembled by the apparatus manufacturer, using standard
components available to air compressor OEM's. The hydraulic drive system shall
be assembled by the apparatus manufacturer using standard mobile hydraulic
components. The hydraulic drive system shall drive the foam proportioner, in
addition to the air compressor.
The PTO shall be a 10 bolt SAE type mounted to the PTO opening of the vehicle's
Allison transmission. The PTO shall be rated for at least 20 percent more torque
throughput than the air compressor drive system shall demand
The air /oil separator for the compressor system shall be easily serviced. The
separator shall be inside a cast iron compressor base, receiver combination The
separator shall consist of two stages The first stage being a centrifuge
ES -10 -006, Fire Apparatus
page 71 of 78
arrangement engineered into the compressor base The second stage shall be a
cartridge arrangement inside an enclosure featuring an "inside to outside" flow of
the air through the cartridge The cartridge shall be serviceable by the removal of
the compressor system minimum pressure valve The separation system shall be
capable of at least 140 SCFM flow at 40 psi tank pressure. The allowable oil carry
over shall be no more than 10 parts per million oil in air.
A cast iron air /oil receiver tank shall be provided The tank shall be constructed
and tested to the applicable standards as addressed by NFPA 1901 for CAF
system air compressor tanks The tank shall be mounted in a manner that allows
easy access to the fill opening and the level sight gauges. The tank shall be of
the vertical type with the minimum pressure valve of the compressor system
integrated into the top of the tank The minimum pressure valve shall be rotatable
to facilitate different discharge arrangements from the tank.
The compressor lubricant shall be filtered by spin on type filter. The filter shall have a
25 Micron rating and a safety bypass valve The filter assembly shall be mounted and
located in a manner that allows easy service. A thermostat valve shall be integrated
into the oil filter and compressor base housing. The thermostat shall route lubricant to
the oil cooler to maintain the compressor's temperature between minimum and
maximum limits
A water /oil cooler shall be provided to cool the compressor. The cooler shall be
sized to meet the duty cycle requirements as specified.
A heavy duty, automotive type, dry element air cleaner shall be provided The air
cleaner shall be mounted in such a manner as to be easily serviced. The air
cleaner shall be mounted, or the inlet of the filter routed, in such a manner that the
air cleaner intakes fresh air from outside the vehicle body In addition, the
compressor air intake shall be screened to prevent debris from entering the filter
housing.
The system shall have the following safety or monitoring devices
Minimum pressure valve
Compressor lube temperature gauge
Compressor system pressure gauge
Air flow meter
Compressor lube temperature warnings, audible and visible
High pressure relief valve on receiver tank
Applicable warning and information decals
The air compressor shall be controlled by a modulating inlet valve mounted on the
air compressors inlet port A controller shall be provided that senses air pressure
and controls the delivery volume of the air compressor while maintaining a
constant pressure The controller shall feature an automatic balancing system to
maintain the air pressure within plus or minus 5% of the discharge pressure of the
fire pump, throughout a pressure range of 60psi to 150psi.
The compressor system shall have operator's controls at the pump panel for the
following functions
ES -10 -006, Fire Apparatus page 72 of 78
Automatic pressure regulation, to match the compressor discharge pressure to
the pump discharge pressure
Fixed pressure regulation, to set the air pressure at on pressure for the use of
air tools, etc.
PTO engagement switch
PTO engaged indicator light
OPTION #2
LIGHT TOWER:
The vehicle shall be provided with a Wiliburt Night Scan 3.0 (powerlight -ns 10) roof
mounted fold down light tower. The tower shall be mounted on the cab roof behind the
light bars if there is sufficient space or else on top of the raised portion of the cab The
light tower shall be connected to the vehicle generator.
The roof shall be properly reinforced to support the additional weight of the light tower.
OPTION #3
TRAFFIC DIRECTIONAL LIGHT:
The vehicle shall be equipped with a Whelen #TAL65, 36" long LED traffic directional
light (or equivalent). This light would be mounted below the hose bed above the roll up
door on the rear of the vehicle. Controls shall be mounted on the dash within easy
reach of the officer or driver.
OPTION #4
VENTILATION SYSTEM:
A compartment ventilation system shall be incorporated in up to ten (10) compartments.
The system shall consist of a 400 cfm twin fan motor located in the pump house area.
PVC tubing shall be used to force the air into each compartment.
A timer shall allow the system to operate two (2) hours on and four (4) hours off
OPTION #5
Bidder shall include the additional cost to mount the vehicle tires on polished aluminum
wheels instead of painted wheels.
OPTION #6
Seventeen (17) sections of 1 3/4" X 50' double jacketed fire hose with 1 1/2" NH
aluminum couplings.
Ten (10) sections of 2 1/2" X 50' double jacketed fire hose with 2 1/2" NH aluminum
ES -10 -006, Fire Apparatus
a
page 73 of 78
couplings
Two (2) sections of 1" X 50' double jacketed fire hose with 1" NH aluminum couplings
Two (2) Akron Brass #1581 2 1/2" to (2) 1 1/2" gated wye
Six (6) Task Force Tips Automatic nozzles Model #HD -VPGI with pistol grips
One (1) Task Force Tips Automatic nozzle Model #H -2VPGI with pistol grip
One (1) Task Force Tips Automatic nozzle Model #B -BGH with pistol grip
ES -10 -006, Fire Apparatus page 74 of 78
Bidder must bid on all bid items. The bidder hereby bids the following amounts for all material
described in the Schedule A of the Contract Document.
Fire Apparatus Base Bid:
Complete chassis and body price, inspection, training, delivery, and specified
equipment as per the specifications of the Fire Apparatus:
Subtotal:
Total with Washington State sales
tax (if applicable):
Total:
Chassis Year
Manufacturer
Model
Fire Apparatus Optional Bid Items:
Option #1: Compressed Air Foam
System
Option #2: Light Tower
Option #3: Traffic Directional Light
Option #4 Ventilation System
Option #5: Polished Aluminum Wheels
Option #6 Fire Hose Sections, Wye,
Nozzles
ES -10 -006, Fire Apparatus
City of Port Angeles
Bid No. ES -10 -006
BID FORM
Fire Apparatus
437,621.00
475,694.03
475,694.03*
2010
Pierce Manufacturing, Inc.
Custom Contender Pumper (Big Block)
$22,920.00 Add an additional
$3,039.00 if training at the fire
department is desired
$14,620.00 Command Light CL611 -220
(6) 1000 Watt Lights
$1,069.00
2,485.00
3,640.00
$12,347.00
*Please see the Pierce Price Page for available payment options and deductions.
page 75 of 78
Will you sell additional units to the City of Port Angeles at the bid price untiHurther notice?
Yes VT No
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda
No(s). N/A to this project manual.
The undersigned hereby accepts the terms and conditions as set forth herein This bid submittal
sheet must be signed and dated by the bidder or a representative legally authorized to bind
the bidder.
FULL LEGAL NAME OF BIDDER Pierce Manufacturing, Inc.
TYPE OF BUSINESS. t Corporation Partnership (general) Partnership (limited)
Sole Proprietorship 0 Limited Liability Company
ADDRESS 2600 American Drive
CITY /STATE /ZIP Appleton, Wisconsin
PHONE 800- 747 -6510*
NAME (PLEASE PRINT) Andy Klein
TITLE Sales Representative
SIGNED It
*Main Contact: Hughes Fire Equipment, Inc.
910 Shelley Street, Springfield, Oregon 97477
800 747 -6510 Phone
541- 747 -0073 Fax
aklein @hughesfire.com
City of Port Angeles
Bid No. ES -10 -006
Fire Apparatus
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
FAX 541 747 -0073*
DATE April 29, 2010
ES -10 -006, Fire Apparatus page 76 of 78
45 Rev)
STATE OF
COUNTY OF UN'
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine
and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named;
and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder
on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from
bidding; and that said bidder has not in any manner sought by collusion to secure to him /her self an
advantage over any other bidder or bidders.
Subscribed and sworn to before me this 2--14b day of A 1 20 (b
OFFICIAL SEAL
(,;y; SHERI LYNN TAYLOR
NOT ARV PUBLIC OREGON
�r1� ;iSION NO 437093
MY^,OMMIS ,IONS XPIRES APRIL 8, 2013
NON COLLUSION AFFIDAVIT
Signature of B d /Contractor
L 1 Gk. t- A
Notary Public in andifjr the
State of C, ko
Residing at L-LL?P C)
My Comm. Exp.'
ES -10 -006, Fire Apparatus
page 77 of 78
BIDDER'S CHECKLIST
1 Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable?
2. Has the Non Collusion Affidavit been property executed?
3 Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet?
4 BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A
VALID BID.
ES -10 -006, Fire Apparatus page 78 of 78
April 29, 2010
City of Port Angeles
Public Works and Utilities Department
PO Box 1150, 321 East Fifth Street
Port Angeles, Washington 98362
Pierce Manufacturing, Inc and Hughes Fire Equipment, Inc. are pleased to offer for your
consideration the enclosed proposal for one (1) Fire Apparatus, per your Invitation to Bid
Purchase Contract No ES -10 -006.
The price for this Pierce Custom Contender Pumper (Big Block) is $437,621.00 F O.B. Port
Angeles, Washington plus Washington State sales tax 8.4% and Washington State new vehicle
tax 0.3% in the amount of 38,073.03 for a total of $475,694.03. The unit would be ready for
delivery from the factory within 180 to 210 calendar days after execution of the contract. Final
payment is due 30 days after the unit leaves the factory for delivery We have submitted two (2)
stock units as alternate bids for the City to consider- Please see the proposal books for units 18565
and 21021.
If the City will make a chassis progress payment, $6,227.00 will be deducted from the bid price.
The chassis progress payment in the amount of $207,562.00 will be due three (3) months prior to
the ready for delivery from the factory date.
If the City will pay any remaining balance due upon completion of the unit at the factory $4,988.00
will be deducted from the bid price.
If the City elects to pre -pay for the entire unit, upon execution of the contract and or receipt of the
performance bond if required, an additional $6,216.00 will be deducted from the bid price. This
deduction is in addition to all other discounts listed above and is based upon the City paying cash
or financing the unit through Oshkosh Capital. If the unit is financed through a different lending
institution, resulting in a lien holder other than Oshkosh Capital listed on the MSO, the pre -pay
deduction available is $5,791 00. If this option is elected, final payment for any changes processed
during manufacturing will be due prior to the unit leaving the factory for delivery. If the City would
like to consider a pre payment of less than 100% the available deduction will be provided upon
request.
If the City elects to transport the unit from the factory in Bradenton, Florida to Port Angeles,
Washington $5,850.00 will be deducted from the bid price. The unit will be required to be
delivered to a Hughes Fire Equipment facility for a pre delivery inspection If this option is elected
payment in full and proof of insurance must be provided prior to leaving the factory and the City is
responsible for compliance with all state, local and federal D.O.T requirements including the driver
possessing a valid CDL license.
Please Note' The above referenced transportation funds have been included to drive the unit under
its own power from the factory to the customer location. If, due to Federal and /or State DOT
requirements or customer preference, delivery via flatbed or rail system is necessary additional
transportation charges will be required If transportation, other than driving under the unit's own
power is required, Hughes Fire Equipment, Inc our dealer representative for your area, will
coordinate the transportation, provide an estimate and bill the customer directly for those additional
charges. Payment of the invoice from Hughes Fire Equipment, Inc for additional charges will be due
immediately upon receipt of the invoice This requirement will become part of the contract terms
pqrips I of 3
Price Recap
Description
One (1) Custom Contender Pumper (Big Block) AK225
Less Discount for Chassis Progress Payment in the amount of $207,562.00
Less Payment at time of Completion at the Factory Discount
Less 100% Pre- Payment Discount
Subtotal including all pre payment discounts
Less Customer Transport the unit from the Factory Discount
Less Performance Bond Discount
Total Unit Price Including all Available Discounts
Plus Washington State sales tax 8.4% and Washington State new vehicle tax
@0.3%
Total Unit Price Including all Discounts and Washington State Taxes
If the City deducts the performance bond requirement, $1,310.00 will be deducted from the bid
price
If all of the above options and payment deductions were elected, the net unit price would be
$413,030.00 F.O.B Bradenton, Florida plus Washington State sales tax 8.4% and Washington
State new vehicle tax 0.3% in the amount of 35,933.61 for a total of $448.963.61.
Dollar Amount
$437,621.00
(6,227.00)
(4,988.00)
(6,216.00)
$420,190.00
(5,850 00)
(1,310.00)
$413,030.00
35,933.61
$448.963.61_
The above proposal price will be valid pending engine availability. Due to new mandatory 2010
Federal EPA guidelines for diesel engines that went into effect January 1, 2010, Pierce has
purchased a limited quantity of 2007 emissions compliant transition engines. The engine
included in the above proposal price will be held for the City until May 21, 2010. After this date,
the transition engine will be available on a first come, first serve basis
Two (2) factory inspection trips (drawing review and final inspection) for two (2) fire department
customer representatives are included in the above pricing. The inspection trips will be
scheduled at times mutually agreed upon between the manufacturer's representative and the
customer. Airfare, lodging and meals while at the factory are included. If the City would like to
conduct the drawing review via WebEx, rather than traveling to the factory, $2,700 00 can be
deducted from the above bid price.
Hughes Fire Equipment, Inc., located in Springfield, Oregon, is the Pierce dealer for your territory
and can be reached by calling 800 747 -6510. Service will be provided by Meridian Hughes Fire
Apparatus Service located in Puyallup, Washington who can be reached by calling 800 523 -1123.
Pierce Manufacturing, Inc., a subsidiary of Oshkosh Corporation, has been is the manufacturing
business since 1913 in Appleton, Wisconsin, and also has facilities located in Weyauwega,
Wisconsin and Bradenton, Florida.
Page 2 of 3
to 'gee
Fidelity and Deposit Company of Maryland
POST OFFICE BOX 1227 BALTIMORE, MD 21203
KNOW ALL MEN BY THESE PRESENTS:
Signed and sealed this
6th
a t L.
Witness. Cheri L Sewell
day of
i"
Witness- Tirfacy K Matthews
BID BOND
Bond No. Bid Bond
That we, Pierce Manufacturing Inc as Principal, (hereinafter called the "Principal
14UU scnaumburg
and Fidelity and Deposit Company of Maryland American Lane IL L 60196 -1056
a corporation duly organized under the laws of the State of MD as Surety, (hereinafter called the "Surety") are held and
firmly bound unto City of Port Angeles
WA as Obligee, (hereinafter called the "Obligee
in the sum of Ten Percent of Amount Bid Dollars 10% 1
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for One (1) Pierce Custom Contender Pumper
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract
with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding
or contract documents with good and sufficient surety for the faithful performance of such contract, including the attached
warranty of Pierce Manufacturing, Inc., McNeilus Companies Inc., or Medtec Ambulance Corporation, as applicable herein,
and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the
Pnncipal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference
not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee
may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null
and void, otherwise to remain in full force and effect.
April 2010
Pierce Manufacturing Inc
By
Kelly Quinn .Asst C orp Secretary Name and Title
Fidelity and Deposit Company of Maryland
By: /1/z
Lucy A Hantzch
P,inapal
Surety
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY,
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Law id Company, which are
set forth on the reverse side hereof and are hereby certified to be in full force and eff .t :f.: reof, does hereby
nominate, constitute and appoint Daniel J. SAPIRO, Daniel J. KWIEC i►� r Kathleen A.
CRARY, Tracy K. MATTHEWS, Cathy HUTSON, Lisa c.�; all of Milwaukee,
Wisconsin, EACH its true and lawful agent and A s a.'':'ma Y �J��"d eliver, for, and on its behalf
as surety, and as its act and deed: any a b 1 nde .,`I xecution of such bonds or undertakings in
pursuance of these presents, sh. .r Wupon r ju ly and amply, to all intents and purposes, as if they
had been duly exec ge.. ,12r:> ected officers of the Company at its office in Baltimore, Md., in
their own proper pe evokes that issued on behalf of Daniel J. SAPIRO, Daniel J.
KWIECINSKI, WenSr�E7 een A. CRARY, Tracy K. MATTHEWS, Cathy HUTSON, Lisa M. SLAKES,
dated August 7, 200
The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By -Laws of said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 7th day of October,
A.D. 2008.,
ATTEST:
POA -F 184 -6514
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
/114/1,+7,.
By:
Gregory E. Murray Assistant Secretary Theodore G Martinez
State of Maryland ss:
City of Baltimore f
On this 7th day of October, A.D. 2008, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals
and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same,
and bemg by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said
Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority
and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
Dennis R Hayden Notary Public
My Commission Expires February 1, 2009
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice President, or any of the Senior
Vice Presidents or Vice- Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice- Presidents, Assistant Vice- Presidents and Attorneys -in -Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recogmzances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and mstruments in
the nature of mortgages,. .and to affix the seal of the Company thereto."
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice President who executed the said Power of Attorney was one of the additional Vice Presidents specially authorized
by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
bindmg upon the Company with the same force and effect as though manually affixed
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this
EXTRACT FROM BY LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
day of
CERTIFICATE
Assistant Secretary