NOTICE TO BIDDERS CITY OF PASSAIC

Size: px
Start display at page:

Download "NOTICE TO BIDDERS CITY OF PASSAIC"

Transcription

1 NOTICE TO BIDDERS CITY OF PASSAIC Sealed Proposals will be received on Wednesday, August 31, 2016 at 10:30 A.M. prevailing time in the Purchasing Conference Room, 2 nd Floor, Room 203, 330 Passaic Street, Passaic, New Jersey and then publicly opened and read aloud for the following: FURNISHING AND DELIVERY OF ONE (1) NEW MID MOUNT AERIAL PLATFORM AND ONE (1) NEW HEAVY DUTY ENGINE/PUMPER CITY OF PASSAIC Instructions, Specifications and Proposal blanks may be obtained at the Division of Purchasing, 330 Passaic Street, Passaic, New Jersey between the hours of 8:30 A.M. and 4:00 P.M. daily except Saturdays, Sundays and Holidays. Proposal must be made on the standard proposal form provided, accompanied by a Proposal Guarantee in the form of a Bid Bond from a Surety/Bonding Company licensed and qualified to do business in the State of New Jersey, a Certified Check or Cashier s Check in the amount of ten percent (10%) of the total amount bid, but not in excess of $20, to insure signing of the contract. Bidder shall also submit with the bid a Certificate of Surety from a Surety Company licensed and qualified to do business in the State of New Jersey, pursuant to Federal and/or State law as a Surety, stating that it will provide the contractor with a Performance Bond of the total price bid. Proposal, Proposal Guarantee, Certificate of Surety and all other required documents must be enclosed in a sealed envelope addressed to the City of Passaic, Purchasing Department, Attn: Doris Dudek, Director of Purchasing; bearing the name and address of the bidder written on the face of the envelope, and clearly marked BID with the contract title. Bidders must be registered with the Division of Revenue, State of New Jersey for a Business Registration Certificate at the time of contract award. The City of Passaic is only responsible for forwarding addendums or clarifications to those prospective bidders who obtained specifications from the City of Passaic, Division of Purchasing or to those who have put the City of Passaic Division of Purchasing on notice as having received the specification. Bidders are required to comply with the requirement of P.L. 1975, c (NJAC 17:27). The City Council has the right to consider bids for sixty (60) days after their receipt. DORIS DUDEK, R.P.P.O., QPA DIRECTOR OF PURCHASING

2 Date Mrs. Doris Dudek Director of Purchasing 330 Passaic Street Passaic, NJ Dear Mrs. Dudek: (I) or (We) have carefully examined the Legal Advertisement, Instructions to Bidders and Specifications for the Furnishing and Delivery of One (1) New Mid Mount Aerial Platform and One (1) New Heavy Duty Engine/Pumper, City of Passaic, Fire Department BASE BID: AWARD WILL INCLUDE BOTH MID MOUNT AERIAL PLATFORM AND HEAVY DUTY ENGINE/PUMPER ONE (1) NEW MID MOUNT AERIAL PLATORM: MAKE: MODEL: BID PRICE $ In Words ONE (1) NEW HEAVY DUTY ENGINE/PUMPER MAKE: MODEL: BID PRICE $ In Words GRAND TOTAL (BOTH TRUCKS): In Words Approximate delivery after acceptance of bid days.

3 OPTION 1: ONE (1) NEW MID MOUNT AERIAL PLATORM: MAKE: BID PRICE MODEL: $ In Words OPTION 2: ONE (1) NEW HEAVY DUTY ENGINE/PUMPER: MAKE: BID PRICE MODEL: $ In Words THE CITY OF PASSAIC RESERVES THE RIGHT TO AWARD THE CONTRACT ON THE BASE BID (BOTH TRUCKS) OR INDIVIDUAL OPTIONS, WHICHEVER THE CITY DEEMS TO BE IN THEIR BEST INTEREST A Bid Bond from a Surety/Bonding Company licensed and qualified to do business in the State of New Jersey by the appropriate agencies, a Certified Check or Cashier s Check is enclosed in the amount $ equal to 10% of the total bid, not to exceed $20, In addition bidder shall also submit a Certificate of Surety from a Surety Company licensed and qualified to do business in the State of New Jersey stating that it will provide the contractor with a Performance bond of the total price bid. We certify that the price quoted is not in collusion with any other bidder. All prices are exclusive of Federal and State Taxes and delivered to Passaic, NJ. The City of Passaic reserves the right to consider bids for 60 days after their receipt. NAME OF BIDDER ADDRESS AUTHORIZED SIGNATURE FEDERAL I.D. # TELEPHONE NO. FAX #

4 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM City of Passaic NJ is providing the following specifications to purchase a New Mid Mount Aerial Platform any interested parties wishing to take part must present sealed bid that will be received by City Of Passaic for the furnishing of all necessary labor, equipment and material for the Fire Apparatus and other equipment as outlined in the following specifications. It shall be the intent of these specifications to cover the furnishing and delivery of a complete fire apparatus. These detailed specifications cover the minimum requirements as to the type of construction, finish, equipment and tests to which the fire apparatus shall conform. Minor details of construction and materials, which are not otherwise specified, are left to the discretion of the contractor. Time is of the essence and will be a factor in the award process. INSTRUCTIONS TO BIDDERS The purchaser's standards for bidding automotive fire apparatus must be strictly adhered to, and all bid forms and questions must be complete and submitted with the bid. Omissions and variations shall result in immediate rejection of the bid. 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 15 years. Each bidder shall furnish satisfactory evidence of their ability to construct the apparatus specified. Each bid shall be accompanied by a set of manufacturer's set of specifications consisting of a detailed description of the apparatus, construction methods, and equipment proposed to which the apparatus furnished under contract shall conform. These specifications shall indicate size, type, model and make of all components parts and equipment, providing proof of compliance with each and every item in the departments advertised specifications. A letter only, even though written on company letterhead, shall not be sufficient. An exception to this requirement shall not be acceptable. In accordance with the current edition of NFPA 1901 standards, the proposal shall specify required loose equipment. The purchaser will utilize this advertised specification to compare all submitted bid proposals. To facilitate comparison, all bid proposal specifications shall be submitted in the same sequence as the advertised specification. Any bidder who fails to submit a set of bid proposal specifications, or who photo copies and submits these specifications as their own construction details will be considered non responsive. This shall render such proposal ineligible for award. The purchaser's specification shall, in all cases, govern the construction of the apparatus, unless a properly documented exception or deviation was approved. Any bid indicating that the manufacturer's proposal shall supersede the purchaser's specification will be considered a complete substitute and immediately rejected. THE CITY OF PASSAIC HAS THE RIGHT TO REJECT ANY BIDS WHICH IN THEIR OPINION DO NOT MEET THESE SPECIFICATIONS AND IS THE SOLE DECIDER TO DEEM WHICH BID IS IN THE BEST INTEREST OF THE PURCHASER. EXCEPTIONS These specifications are based upon design and performance criteria which have been developed by the fire department as a result of extensive research and careful analysis. Subsequently these specifications reflect the only type of fire apparatus that is acceptable at this time and all specifications herein contained are considered as minimum. Therefore exceptions to the specifications may be accepted as long as it is equal to or superior. 1 P age

5 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM The apparatus shall be designed with due consideration to distribution of load between the front and rear axles. Weight balance and distribution shall be in accordance with the recommendations of the National Fire Protection Association. The bidder shall make accurate statements as to the apparatus weight and dimensions. QUALITY AND WORKMANSHIP The design of this apparatus must comply and embody the latest approved automotive engineering practices. The workmanship must be the highest quality in its respective field. Special consideration shall be given to the following points: Accessibility to various areas requiring periodic maintenance, ease of operation and symmetrical proportions. Construction utilized shall be rugged and safety factors a priority to carry loads as specified and to meet the road requirements and speed conditions as set forth under "Performance Tests and Requirements". Welding shall not be employed in the assembly of the apparatus in a manner that shall prevent the removal of major component parts for service and/or repair. This includes the following but is not limited to compartment doors, hinges, fender liners, and running boards, hose beds, and pump panels, etc. It is the intent of this specification to describe the essential minimum requirements for construction and performance of the apparatus and associated equipment. Items not described in this specification for construction or performance, or in National Fire Protection Association (NFPA) Standard #1901 (Latest edition), may be accepted as the standard of the bidder, who shall be solely responsible for the design, construction and performance of apparatus and equipment. The unit shall comply with all Federal, State, I.C.C., and D.O.T regulations, standards, and laws relating to commercial vehicles as well as to fire apparatus. The unit shall be able to pass a state motor vehicle inspection for commercial vehicles. Any error, omission, or inconsistency that is identified by the bidder shall be listed as such in the exceptions, and a proposal to meet the intent of the specifications shall be listed. PERFORMANCE TESTS AND REQUIREMENTS A road test shall be conducted with the apparatus fully loaded and a continuous run of ten (10) miles or more shall be made under all driving conditions, during which time the apparatus shall show no loss of power or overheating. The transmission drive shaft or shafts, and rear axle shall run quietly and be free from abnormal vibration or noise throughout the operating range of the apparatus. Vehicle shall adhere to the following parameters: A) The apparatus, when fully equipped and loaded, shall have not less than 25 percent or more than 50 percent of the weight on the front axle, and not less than 50 percent nor more than 75 percent on the rear axle. B) The apparatus shall be capable of accelerating to 35 mph from a standing start within 25 seconds and a minimum top speed of 50 MPH on a level concrete highway without exceeding the maximum governed rpm of the engine. C) The service brakes shall be capable of stopping a fully loaded vehicle in 35 feet at 20 mph on a level concrete highway. The air brake system shall conform to Federal Motor vehicle Safety Standards (FMVSS) 121. D) The apparatus, fully loaded, shall be capable of obtaining a speed of 65 mph on a level concrete highway with the engine not exceeding the governed rpm. Full load= (Tank Filled) 2 P age

6 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM FAILURE TO MEET TEST In the event the apparatus fails to meet the test requirements of these specifications on the first trial, second trials may be made at the option of the bidder within 30 days of the date of the first trial. Such trials shall be final and conclusive and failure to comply with these requirements shall be cause for rejection. Failure to comply with changes to conform to any clause of the specifications, within 30 days after notice is given to the bidder of such changes, shall also be cause for rejection of the apparatus. Permission to keep or store the apparatus in any building owned or occupied by the purchaser or its use by the purchaser during the above-specified period with the permission of the bidder shall not constitute acceptance. 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. COMMERCIAL GENERAL LIABILITY/AUTOMOBILE INSURANCE Proof of appropriate insurances must be provided *As per the instructions in the City of Passaic Bidders package. SINGLE SOURCE MANUFACTURER Bids shall only be accepted from a single source apparatus manufacturer. The definition of single source is a manufacturer that designs and manufactures their products using an integrated approach, including the chassis, cab, pump house (including the sheet metal enclosure, valve controls, piping and operator s panel) and body being designed, fabricated and assembled on the bidder's premises. The electrical system (hardwire) shall be both designed and integrated by the same apparatus manufacturer. The warranties relative to these major components (excluding component warranties such as engine, transmission, axles, pump, etc.) must be from a single source manufacturer and not split between manufacturers (i.e. body, pump house, cab and chassis). The bidder shall provide evidence that they comply with this requirement. The bidder shall state the location of the factory where the apparatus is to be built SERVICE AND WARRANTY SUPPORT (DEALERSHIP) To insure full service after delivery, the bidder dealership must be capable of providing service when required. The bidder/dealership shall show that the company is in position to render prompt service and to furnish replacement parts. APPROVAL DRAWING Prior to construction, the successful bidder shall provide three approval drawings of the apparatus for the fire department's review. The drawings shall show such items as the chassis being utilized, lights, horns, sirens, pump panels, and all compartment locations and dimensions. The blueprint shall be a visual interpretation of the unit as it is to be constructed. The buying authority shall sign all drawings. One print shall be retained by the Fire Department, the dealer shall retain one print, and one print, shall be returned to the manufacturer. PRE-CONSTRUCTION CONFERENCE A pre-construction conference will be held at the factory prior to the actual construction of the vehicle(s). The conference will be held in the manufactures facility with Four (4) representatives of the Passaic Fire Department and appropriate representatives of the manufacture. Transportation, lodging and meals will be the responsibility of the manufacture. (4) Pre-Construction Conference - Factory, Airfare/Lodging/Meals Per Person 3 P age

7 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM POST CONSTRUCTION INSPECTION OF AERIAL DEVICE The factory authorized Distributor shall be required, during manufacturing, to have a post-construction inspection conference at the site of the aerial manufacturing facility with three (3) individuals from the City of Passaic Fire Department to inspect the aerial device after completion. Factory and Sales representatives will be available at the time of inspection. Transportation, lodging and meals will be the responsibility of the manufacture. Three (3) Post Inspections - Factory (Airfare/Lodging/Meals) Per Person FINAL INSPECTION There will be a final inspection for Four (4) representatives of the Passaic Fire Department at the facility where the apparatus is being constructed. The inspection trip will be completed when the chassis is complete. Factory and Sales representatives will be available at the time of inspection. Transportation, lodging and meals will be the responsibility of the manufacture. Four (4) Final Inspections - Factory (Airfare/Lodging/Meals) Per Person NFPA 2016 STANDARDS /COMPLIANCY This unit shall comply with the NFPA 1901 standards effective January 1, 2016, Certification of slip resistance of all stepping, standing and walking surfaces shall be supplied with delivery of the apparatus. Apparatus proposed by the bidder shall meet the applicable requirements of the National Fire Protection Association (NFPA) as stated in the current edition at time of contract execution. Fire Department's specifications that differ from NFPA specifications shall be indicated in the proposal as "non-nfpa." A plate that is highly visible to the driver while seated shall be provided. This plate shall show the overall height, length, and gross vehicle weight rating. The manufacturer shall have programs in place for training, proficiency testing and performance for any staff involved with certifications. GENERAL CONSTRUCTION The apparatus shall be designed with due consideration to distribution of load between the front and rear axles, so that all specified tools equipment, a full complement of will be carried without injury to the apparatus. Weight balance and distribution shall be in accordance with the recommendations of the National Fire Protection Agency (NFPA) 1901 documentation. The apparatus shall be designed so that all recommended daily maintenance checks can be performed easily by the operator without the need for hand tools. Apparatus components that interfere with repair or removal of other major components must be attached with fasteners (cap, screws, nuts, etc.) so that the components can be removed and installed with normal hand tools. These components must not be welded or otherwise permanently secured into place. The GAWR and GVWR of the chassis shall be adequate to carry the fully equipped apparatus including all tanks filled, the specified hose load, unequipped personnel weight, ground ladders and a miscellaneous equipment allowance per NFPA criteria. It shall be the responsibility of the purchaser to provide the contractor with the weight of equipment to be carried if it is in excess of the allowance as set forth by NFPA. The height of the fully loaded vehicle's center of gravity shall not exceed the chassis manufacturer's maximum limit. The front to rear weight distribution of the fully loaded vehicle shall be within the limits set by the chassis manufacturer. The front axle loads shall not be less than the minimum axle loads specified by the chassis manufacturer, under full loads and all other loading conditions. The difference in weight on the end of each axle, from side to side, when the vehicle is fully loaded and equipped shall not exceed 7 percent. The apparatus shall be so designed that the various parts are readily accessible for lubrication, inspection, adjustment and repair. 4 P age

8 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM Where special tools manufactured or designed by the contractor and are required to provide routine service on any component of the apparatus built or supplied by the contractor, such tools shall be provided with the apparatus. INSPECTION CERTIFICATE A third party inspection certificate for the aerial device shall be furnished upon delivery of the aerial device. The certificate shall be Underwriters Laboratories Inc. Type 1 and shall indicate that the aerial device has been inspected on the production line and after final assembly. Visual structural inspections shall be performed on all welds on both aluminum and steel ladders. On critical weld areas, or on any suspected defective area, the following tests shall be conducted: - Magnetic particle inspection shall be conducted on steel aerials to assure the integrity of the weldments and to detect any flaws or weaknesses. Magnets shall be placed on each side of the weld while iron powder is placed on the weld itself. The powder shall detect any crack that may exist. This test shall conform to ASTM E709 and be performed prior to assembly of the aerial device. - A liquid penetrate test shall be conducted on aluminum aerials to assure the integrity of the weldments and to detect any flaws or weaknesses. This test shall conform to ASTM E165 and be performed prior to assembly of the aerial device. - Ultrasonic inspection shall be conducted on all aerials to detect any flaws in pins, bolts and other critical mounting components. In addition to the tests above, functional tests, load tests, and stability tests shall be performed on all aerials. These tests shall determine any unusual deflection, noise, vibration, or instability characteristics of the unit. GENERATOR TEST If the unit has a generator, the generator shall be tested, approved, and certified by Underwriters Laboratories at the manufacturer's expense. The test results shall be provided to the Fire Department at the time of delivery. BREATHING AIR TEST If the unit has breathing air, the apparatus manufacturer shall draw an air sample from the air system and certify that the air quality meets the requirements of NFPA 1989, Standard on Breathing Air Quality for Fire and Emergency Services Respiratory Protection. WEEKLY PROGRESS REPORTS/WEB SITE The successful bidder shall also provide weekly progress reports and inspection services via e- mail. These progress reports and inspection shall begin once the apparatus starts the manufacturing and assembly process. The manufacturer may also have a web site available for the customers to 'watch' their unit being produced. The web site shall also include documentation of cab and body crash tests, as well as progress reports. DELIVERY The manufacturer will deliver the completed apparatus within three hundred sixty-five (365) calendar days or before from the pre construction meeting. The pre construction meeting shall take place within 30 days from receipt of award. 5 P age

9 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM Apparatus, to insure proper break in of all components while still under warranty, shall be delivered under its own power, within 365 calendar days or 12 months from the date of execution of contract. Rail or truck freight shall not be acceptable. A qualified delivery engineer representing the manufacturer shall deliver the apparatus and remain for a sufficient length of time to instruct personnel in the proper operation, care and maintenance of the equipment delivered. Biding manufacturer must submit a firm delivery time, with the number of calendar days from date of order to date of delivery of said apparatus with his bid. Quoting number of days after receipt of all components is unacceptable. The parties recognize that in many instances when there is a default or breach of the Contract by bidding manufacturer, the actual damages incurred by City of Passaic will be difficult or impossible to determine. Accordingly, bidding manufacturer shall pay the City of Passaic as liquidated damages and not as a penalty, $ per day for each day the apparatus is not delivered (after 365 days). If the apparatus is delivered but not acceptable, liquidated damages of $ per day, beginning the day after delivery will be deducted from the final payment until the apparatus is considered acceptable. PRE-DELIVERY SERVICE Upon completion on the unit and delivery of same to the New Jersey service center, but prior to delivery to the customer, the apparatus shall undergo a complete service with respect to changing the engine and transmission oils and filters, and fuel filters. All other fluid levels shall be checked and brought to their proper levels. All chassis components shall be re-torque as required by the manufacturer's pre-delivery inspection sheet and service bulletins. Apparatus is not to be delivered to the fire station to begin training until this service is performed. ELECTRICAL WIRING /DIAGRAMS All wiring will be hard wired. Two (2) electrical wiring diagrams, prepared for the model of chassis and body, shall be provided. The use of point to point wiring is preferred were possible and color coded, any use of multiplexing shall be confined to the Ladder portion of this apparatus. MODEL The cab and chassis shall include design considerations for multiple emergency vehicle applications, rapid transit and maneuverability. The chassis shall be manufactured for heavy duty service with the strength and capacity to support a fully laden apparatus, one hundred (100) percent of the time. The apparatus shall be a mid-mount aerial vehicle designed for emergency service use. The apparatus shall be equipped with a mid mount aerial ladder, elevating platform or water tower. COUNTRY OF SERVICE The chassis shall be put in service in the country of United States of America (USA). The chassis will meet applicable U.S.A. federal motor vehicle safety standards per CFR Title 49 Chapter V Part 571 as clarified in the incomplete vehicle book per CFR Title 49 Chapter V Part 568 Section 4 which accompanies each chassis. VEHICLE TYPE The chassis shall be manufactured for use as a straight truck type vehicle and designed for the installation of a permanently mounted apparatus behind the cab. The apparatus of the vehicle shall be supplied and installed by the apparatus manufacturer. PRELIMINARY DRAWING Bidder shall provide a preliminary drawing of the proposed vehicle with the bid package. This must be drawn to scale and be specific to the unit being proposed. No substations of "similar" units shall be permitted. These drawings must be supplied on 11x17 paper, minimum, and show 5 views- front, rear, 6 P age

10 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM top, driver side and passenger side. Drawing must be complete showing options that have been selected, as much as practical. USE OF BRAND NAMES IN THESE SPECIFICATIONS Whenever in these specifications a brand or manufacturer's name is utilized, it is included for descriptive purposes only. Products that are equivalent or better to that provided by the individual brand or manufacturer's name may be substituted provided that documentation and satisfactory proof to the purchaser is furnished establishing such equivalency. MAXIMUM OVERALL HEIGHT The maximum overall height of the apparatus shall exceed 11 under is preferred. MAXIMUM OVERALL LENGTH The maximum overall length of the apparatus shall not exceed 46 and it is preferred that it be under 46. GVW RATING The gross vehicle weight rating shall be a minimum of 82,000 FRAME The frame shall consist of double rails running parallel to each other with a minimum of 5 cross members. Each rail shall be constructed of at least 110,000 psi yield high strength low alloy 0.38 thick steel. Each double rail section shall be rated by a Resistance Bending Moment (RBM) minimum of 3,119,040 inch pounds and have a minimum section modulus of cubic inches. The cross members shall be attached using zinc coated grade 8 fasteners. The bolt heads shall be flanged type, held in place by distorted thread flanged lock nuts. Each cross member shall be mounted to the frame rails utilizing a minimum of 0.38 inch thick gusset reinforcement plates at all corners balancing the area of force throughout the entire frame. The frame and cross members shall carry a lifetime warranty to the original purchaser. A copy of the frame warranty shall be made available upon request. CUSTOM CHASSIS Chassis provided shall be a new, tilt-type custom fire apparatus. The chassis shall be manufactured in the apparatus body builder's facility eliminating any split responsibility. It is the intent of the technical specifications contained herein to ensure the custom cab and chassis specified shall be engineered, designed, and manufactured exclusively for heavy-duty continuous use in extreme environments with rust protection and rigorous adverse conditions. This custom cab and chassis shall be manufactured in strict compliance with all applicable requirements as set forth in the current edition of the NFPA (National Fire Protection Association) pamphlet 1901 with maximum safety as the key focus throughout the design and development phase of each component. FRONT AXLE The front axle shall be a reverse "I" beam type with inclined kingpins. It shall be a Meritor axle, Model MFS-20, with a minimum rated capacity of 23,000 lb. HEAVY DUTY FRONT SUSPENSION TO MATCH FRONT AXLE RATING The front springs shall be HEAVY duty taper design approximately 54.00" long x 4.00" wide, with a ground rating of 24,000 lb. The two (2) top leaves shall wrap the forward spring hanger pin. The top leaf shall also wrap the rear spring hanger pin. Both the front and rear eyes shall be Berlin style wraps that shall place the eyes in the horizontal plane within the main leaf. This shall reduce bending stress from 7 P age

11 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM acceleration and braking. A steel encased rubber bushing shall be used in the spring eye. The steel encased rubber bushing shall be maintenance free and require no lubrication. FRONT SHOCK ABSORBERS Heavy-duty telescoping shock absorbers shall be provided on the front suspension. FRONT OIL SEALS Oil seals with viewing window shall be provided on the front axle. REAR SUSPENSION The rear suspension shall be a Hendrickson HN FR VariRate spring system with an equalizing beam design that distributes the load equally between the two (2) axles. The ground rating of the suspension shall be 58,000 lb. REAR OIL SEALS Oil seals shall be provided on the rear axle(s). REAR AXLE The rear axle shall be a Meritor, Model RT58-185, with a capacity of 58,000 lb. REAR AXLE The rear axle shall be a Meritor, Model RT58-185, tandem axle assembly with a capacity of 58,000 lb. An inter-axle differential, which divides torque evenly between axles, shall be provided, with an indicator light mounted on the cab instrument panel. FRONT TIRE The front tires shall be Goodyear 425/65R PR "L" tubeless radial G296 MSA mixed service tread. The front tire stamped load capacity shall be 22,800 pounds per axle with a nominal speed rating of 68 miles per hour when properly inflated to 120 pounds per square inch. REAR TIRE The rear tires shall be Goodyear 315/80R PR "J" tubeless radial Regional RHD II HCT regional tread. The rear tire stamped load capacity shall be 29,560 pounds per axle with a speed rating of 75 miles per hour when properly inflated to 125 pounds per square inch. TOP SPEED OF VEHICLE A rear axle ratio shall be furnished to allow the vehicle to reach a top speed of 55 MPH. CAB STYLE The cab shall be a custom, fully enclosed, with a 10 raised roof over the driver, officer, and crew area, designed and built specifically for use as an emergency response vehicle by a company specializing in cab and chassis design for all emergency response applications. The cab shall be designed for heavy-duty service utilizing superior strength and capacity for the application of protecting the occupants of the vehicle. This style of cab shall offer up to six (6) seating positions. The cab shall incorporate a fully enclosed design with side wall roof supports, allowing for a spacious cab area with no partition between the front and rear sections of the cab. To provide a superior finish by 8 P age

12 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM reducing welds that fatigue cab metal; the roof, the rear wall and side wall panels shall be assembled using a combination of welds and proven industrial adhesives designed specifically for aluminum fabrication for construction. The cab shall be constructed using multiple aluminum extrusions in conjunction with aluminum plate, which shall provide proven strength and the truest, flattest body surfaces ensuring less expensive paint repairs if needed. All aluminum welding shall be completed to the American Welding Society and ANSI D requirements for structural welding of aluminum. All interior and exterior seams shall be sealed for optimum noise reduction and to provide the most favorable efficiency for heating and cooling retention. CAB The cab shall be designed specifically for the fire service and manufactured by the chassis builder. The cab shall be a custom, fully enclosed, with a inch raised roof over the driver, officer, and crew area, designed and built specifically for use as an emergency response vehicle by a company specializing in cab and chassis design for all emergency response applications. The cab shall be designed for heavy-duty service utilizing superior strength and capacity for the application of protecting the occupants of the vehicle. This style of cab shall offer up to six (6) seating positions. Construction of the cab shall consist with a minimum of (5052-H3 2).125" aluminum welded to extruded aluminum framing. The cab shall be built by the apparatus manufacturer in a facility located on the manufacturer's premises (no exception). The cabs seating capacity for emergency personnel shall be six. All storage areas inside the cab shall fully comply with NFPA 1901 restraint requirements of 9G s The cab shall be a minimum of 94 wide outside to outside of doors, with an interior width of approximately 92". The forward cab section shall have an overall height (from the cab roof to the ground) of approximately 100". The crew cab section shall have a raised roof. The overall height listed shall 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 shall increase the overall height listed. Floor to ceiling height inside the crew cab shall be approximately Front 55" and Rear 60. The crew cab shall have a total minimum length 130. This doesn t include the front bumper The cab will be equipped with an electrically powered hydraulic cab tilt system, allowing easy maintenance of the engine compartment. The engine shall be easily accessible and capable of being removed with the cab tilted. Provisions for checking the transmission, oil and power steering fluid levels shall be placed so that they are accessible without raising the cab. The cab shall have three (3)-point rubber mounting and shall be tilted by a hydraulic pump connected to two (2) cab lift cylinders. The cab shall then be locked down by a two (2)-point automatic locking mechanism that actuates after the cab has been lowered. The cab and crew cab shall be completely open to allow visual and audio communication with the passengers. 9 P age

13 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM The exact width, length and height of the cab will be finalized at the Pre-construction meeting. The above measurements are approximate and should be considered maximum requirements all bids should be within reasonable listed sizes of cab. The Rear outside wall of cab shall covered in tread plate; this is the portion of the cab facing the rear of the apparatus Interior cab Officer Side must have 12 volt power outlet and a USB outlet, also power leads hidden for future use in crew cab area. Stainless Steel may be used in place of Aluminum TRIM REAR CAB WALL EXTERIOR The exterior rear wall of the cab shall include an overlay of 3003-H22 aluminum tread plate which shall be 0.07 inches thick. This overlay shall cover the entire rear wall of the cab. TRIM CAB ROOF The rear of the cab roof shall include 3003-H22 bright aluminum embossed tread plate which is 0.08 inches thick. This plate shall be intended for reinforcement value and shall be inches long starting from the rear edge of the roof forward and shall be the full width of the flat portion of the roof centered left to right. The tread plate shall be held in place using stainless steel fasteners and shall be sealed with silver silicone caulk around the perimeter of the tread plate and at each mounting screw. INCREASED LEG ROOM Maximum space shall be utilized to provide as much room as possible for the Driver and Officer area. CAB ENTRY DOOR TYPE All cab entry doors shall be barrier clear design resulting in exposed lower cab steps. The doors shall provide approximately inches of clearance from the ground to the bottom of the door so cab doors may be opened un-hindered by most obstacles encountered, such as guard rails along interstate highways. To enhance entry and egress to the cab, the forward cab doors shall be a minimum of 37.50" wide x 61.75" high. The crew cab doors shall be located on the sides of the cab and shall be constructed in the same manner as the forward cab doors. The crew cab doors shall measure a minimum of 34.88" wide x 61.75" high. The forward cab and crew cab doors shall be constructed of extruded aluminum with a nominal material thickness of 0.125". The exterior door skins shall be constructed from 0.090" aluminum. A flush mounted, chrome plated paddle type door handle shall be provided on the exterior of each cab door. Each door shall also be provided with an interior flush paddle handle. The cab doors shall be provided with both interior (rotary knob) and exterior (keyed) locks as required by FMVSS 206. The locks shall be capable of activating when the doors are open or closed. The doors shall remain locked if locks are activated when the doors are opened, then closed. A full length, heavy duty, stainless steel, piano-type hinge with a 0.38" pin and 11 gauge leaf shall be provided on all cab doors. There shall be double automotive-type rubber seals around the perimeter of the door framing and door edges to ensure a weather-tight fit. A chrome grab handle shall be provided on the inside of each cab and crew cab door. The cab steps at each door location shall be located below the cab doors and shall be exposed to the exterior of the cab. There shall be a full height brushed stainless steel door panel installed on the inside of all cab doors. The cab door panels shall be removable without disconnecting door and window mechanisms. 10 P age

14 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM ELECTRIC OPERATED CAB DOOR WINDOWS All four (4) cab doors shall be equipped with electric operated windows with flush mounted automotive style switches. The driver's side lower instrument panel shall also have three (3) controls, officer's door window and both crew cab door windows. CAB STEPS The forward cab and crew cab access steps shall be a full size two (2) step design to provide largest possible stepping surfaces for safe ingress and egress. The bottom steps shall be designed with a grip pattern punched into bright aluminum treadplate material to provide support, slip resistance, and drainage. The bottom steps shall be a bolt-in design to minimize repair costs should they need to be replaced. The forward cab steps shall be a minimum 24.75" wide, and the crew cab steps shall be 21.25" wide with an 8.00" minimum depth. The inside cab steps shall not exceed 18.00" in height and be limited to two (2) steps. Three (3) step entrance designs shall not be acceptable due to safety concerns. A slip-resistant handrail shall be provided adjacent to each cab door opening to assist during cab ingress and egress. STIRRUP STEPS A stirrup step shall be provided below each cab and crew cab door. The steps shall be designed with a grip pattern punched into bright aluminum tread plate material providing support, slip resistance, and drainage. The steps shall be a bolt-on design and provide an 18.50" wide x 5.00" deep stepping surface. Each step shall provide a step height of 8.25" from the top of the stirrup step to the first step of the cab. The stirrup step shall be lit by an Amdor, Model AY , 12 volt DC LED light provided on the step. The step light shall be activated automatically when the battery switch is on and the exit doors are opened or by the same means as the body step lights. STEP LIGHTS For reduced overall maintenance costs compared to incandescent lighting, there shall be four (4) white LED step lights provided. The lights shall be installed at each cab and crew cab door, one (1) per step. The lights shall be located in the driver side front doorstep, driver side crew cab doorstep, passenger side front doorstep and passenger side crew cab doorstep. In order to ensure exceptional illumination, each light shall provide a minimum of 25 foot-candles (fc) covering an entire 15.00" x 15.00" square placed 10.00" below the light and a minimum of 1.5 fc covering an entire 30.00" x 30.00" square at the same 10.00" distance below the light. The lights shall be activated when the adjacent door is opened. CAB INTERIOR LIGHTING Auxiliary lights shall be provided in the cab and consisting of: - Two (2) LED split red and white Dome Light: Located in the center crew cab, controlled by switch. - Two (2) LED Clear Dome Light: Split red and clear. Located above Driver and Officer Seat. - An LED Courtesy Light at Each Door Opening: Controlled by automatic door switches. CREW CAB WINDOWS On each side of the crew cab, a window with tinted glass shall be provided. CAB INTERIOR The door panels shall be constructed of smooth aluminum and painted to match the cab interior, also bottom portion of doors shall have an aluminum finish with STOP decal. 11 P age

15 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM Headliner shall be installed in both forward and rear cab sections. Headliner material shall be vinyl. A sound barrier shall be part of its composition. Material shall be installed on aluminum sheet and securely fastened to interior cab ceiling. Forward portion of cab headliner shall permit easy access for service of electrical wiring or other maintenance needs. CAB INTERIOR UPHOLSTERY The cab interior upholstery shall be heavy duty black, durable and water resistive. Such as Dura Wear INTERIOR PAINT (Cab) The cab interior metal surfaces shall be sprayed or painted black durable material that will resist chipping. CAB FLOOR The cab and crew cab floor areas shall be covered with floor mat consisting of a black pyramid rubber facing and closed cell foam. The top surface of the material has a series of raised pyramid shapes evenly spaced, which offer a superior grip surface. Additionally, the material has.25" thick closed cell foam (no water absorption) which offers a sound dampening material for reducing sound levels. CAB INSTRUMENTATION The cab instrument panel shall include gauges, telltale indicator lamps, control switches, alarms, and a diagnostic panel. The function of the instrument panel controls and switches shall be identified by a label adjacent to each item. Actuation of the headlight switch shall illuminate the labels in low light conditions. Telltale indicator lamps shall not be illuminated unless necessary. The cab instruments and controls shall be conveniently located within the forward cab section, forward of the driver. The gauge assembly and switch panels are designed to be removable for ease of service and low cost of ownership. Bid must list all gauges, telltale indicator lamps, control switches, alarms, and diagnostic panel components MAP & BINDER STORAGE There shall be one (1) binder/map storage box installed in the cab between the driver and officer seats. The storage box shall be made of.125 inch (3.18 mm) smooth aluminum and consist of three (3) equal size slots approximately 2.50 inches (63.50 mm) x inches ( mm) x 8.00 inches ( mm) deep. Two (2) straps shall be included to secure the contents stored in the box. The storage slots shall also be angled to help retain the contents while driving. The map box shall have a black Multi-Tone finish. POWER POINT DASH MOUNT The cab shall include two (2) 12 volt cigarette lighter type receptacles in the dash to provide a power source for 12 volt electrical equipment. The receptacles shall be wired to be live with the battery master switch. CAB HEATER/DEFROSTER Two (2) 29,000 BTU fresh air heater/defroster units shall be provided inside the cab. A three (3)-speed blower and temperature control shall be provided with the heating units. Blower control shall allow for independent control of defrost and heat for driver and passenger. Vents shall be made of durable material to resist cracking-metal preferred. 12 P age

16 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM Two electric fans shall be mounted one on the Officers and one on driver s side to assist in air movement and defrosting. Final location determined at Pre-Con. AIR CONDITIONING ( BTU or Greater) A high performance, customized air conditioning system shall be furnished inside the cab and crew cab. A cubic inch compressor shall be installed on the engine. The air conditioning system shall be capable of cooling the average cab temperature from 100 degrees Fahrenheit to 75 degrees Fahrenheit within 30 minutes at 50 percent relative humidity. The cooling performance test shall be run only after the cab has been heat soaked at 100 degrees Fahrenheit for a minimum of four (4) hours. A roof mounted condenser with a BTU rating sufficient to meet and exceed the performance specification shall be installed on the cab roof. Mounting the condenser below the cab or body would reduce the performance of the system and shall not be acceptable. Two (2) evaporator units shall be installed, one (1) in the cab and one (1) in the crew cab. The evaporator units shall have an adequate BTU rating to meet the performance specifications. Adjustable air outlets shall be strategically located on the evaporator. The air conditioner refrigerant shall be R-134A and shall be installed by a certified technician. The air conditioner shall be controlled by a single electronic control panel. For ease of operation, the control panel shall include variable adjustment for temperature and fan control and be conveniently located on the dash in clear view of the driver. The control panel shall include robust knobs for both fan speed and temperature adjustment. It is preferred that all vent be made of a durable material such as metal. SEAT MATERIAL The seats shall be covered with high-strength, wear-resistant and durable material. The cab seats shall be black in color DRIVER'S SEAT The driver's seat shall be a Bostrom Model Sierra high-back with air ride suspension. The seat shall have 4-way adjustability by the driver in accordance with SAE J1517. The seat shall be equipped with an integrated 3-point seat belt with an automatic retractor. The belt shall be red in color to meet current NFPA requirements. OFFICER'S SEAT The officer's seat shall be a Bostrom Tanker 450 SCBA non-suspension. Seat back shall include a springloaded flip-up headrest. The seat shall be equipped with an integrated 3-point shoulder harness with lap belt and an automatic retractor built into the seat assembly. The belt shall be red in color to meet current NFPA requirements. There shall be a SecureAll auto lock SCBA holder provided with the seat. The SCBA holder shall have an integrated one-touch release handle located centered below the seat cushion. The SecureAll system meets NFPA 1901 standards and requirements of EN CREW SEAT, DRIVER'S SIDE REAR FACING One-(1) outboard, rear facing, seat shall be installed behind the driver. The seat shall be Bostrom Tanker 450 SCBA non-suspension seat. The seat back shall include spring-loaded flip-up headrest. The seat shall be equipped with 3-point seat belt with automatic retractor. The belt shall be red in color to meet current NFPA requirements. There shall be a SecureAll auto lock SCBA holder provided with the seat. The 13 P age

17 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM SCBA holder shall have an integrated one-touch release handle located centered below the seat cushion. The SecureAll system meets NFPA 1901 standards and requirements of EN CREW SEAT, OFFICER'S SIDE REAR FACING One-(1) outboard, rear facing, seat shall be installed behind the officer. The seat shall be Bostrom Tanker 450 SCBA non-suspension seat. The seat shall include a spring-loaded flip-up headrest. The seat shall be equipped with a 3-point seat belt. The belt shall be red in color to meet current NFPA requirements. There shall be a SecureAll auto lock SCBA holder provided with the seat. The SCBA holder shall have an integrated one-touch release handle located centered below the seat cushion. The SecureAll system meets NFPA 1901 standards and requirements of EN COMPARTMENT, CENTER FORWARD FACING One-(1) EMS compartment constructed of 1/8" smooth aluminum shall be mounted in the cab. The compartment shall be approximately 40 W x 60 H and as deep as practical. This cabinet shall be installed on the back wall replacing the two center forward facing seats. The cabinet shall be finished with a spray on polyurethane liner, color to match the interior with a Roll down door. This cabinet height and width is approximate and it is left up to the manufacturer for proper fit based on passenger safety and comfort. EMS COMPARTMENT LIGHT There shall be one (1) 36" LED light shall be installed in the EMS compartment. The light shall provide 15HB of surface mounted LED'S per 10" sections and produce a minimum of 200 lumens per 10" of length. SHELF, EMS COMPARTMENT There shall be Two (2) vertically adjustable shelf (shelves) shall be installed in the EMS cabinet. The shelf shall be constructed of smooth aluminum and have a 2" lip at the front and rear of the shelf. Along with slip resistive matting. 120V RECEPTACLE(S), EMS COMPARTMENT There shall be one (1) 120V Duplex receptacle(s) shall be installed in the center forward facing EMS compartment. The outlet shall be a household type with straight blade plugs. The outlet shall be located in the lower left corner of the cabinet. The receptacle shall be wired to the shore power. Shall also include a USB port 12V POWER OUTLET(S), EMS COMPARTMENT There shall be One (1) 12-volt power outlet supply installed in the EMS compartment. CREW SEATS, OUTBOARD FORWARD FACING Two-(2) outboard, forward facing, flip-up seats shall be installed in the crew area. The seat base shall be spring-loaded, flip-up and utilizes the rear wall of the cab as the backrest. The seat shall be equipped with a 3-point seat belt with an automatic retractor. The belts shall be red in color to meet current NFPA requirements. HEAVY DUTY UNDERBODY SUPPORT SYSTEM Due to the severe loading requirements of this Ladder a method of body and compartment support suitable for the intended load shall be provided. The backbone of the support system shall be the chassis frame rails which is the strongest component of the chassis and is designed for sustaining maximum loads. Attached to the bottom of the steel vertical angles shall be horizontal angles, with gussets welded to the vertical members, which extend to the outside edge of the body. A steel frame shall be mounted on the top of these supports to create a floating substructure which shall result in a 500 lb equipment support 14 P age

18 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM rating per lower compartment. The floating substructure shall be separated from the horizontal members with neoprene elastomeric isolators. These isolators shall reduce the natural flex stress of the chassis from being transmitted to the body Isolators shall have a broad load range, proven viability in vehicular applications, be of a failsafe design and allow for all necessary movement in three (3) transitional and rotational modes A design with body compartments hanging on the chassis in an unsupported fashion shall not be acceptable. TESTING OF BODY DESIGN Body structural analysis has been fully tested. Proven engineering and test techniques such as finite element analysis, stress coating and strain gauging shall be performed with special attention given to fatigue, life and structural integrity of the cab, body and substructure. Body shall be tested while loaded to its greatest in-service weight. The criteria used during the testing procedure shall include: Rising opposite corners of the vehicle tires 9.00" to simulate the twisting a truck may experience when driving over a curb. Making a 90 degree turn, while driving at 20 mph to simulate aggressive driving conditions. Driving the vehicle at 35 mph on a washboard road. Driving the vehicle at 55 mph on a smooth road. Accelerating the vehicle fully, until reaching the approximate speed of 45 mph on rough pavement. -Actual testing techniques shall be made available. 120V RECEPTACLES COMPARTMENT There shall be Two (2) 120V Duplex receptacle(s) shall be installed in the forward compartment. The outlet shall be a household type with straight blade plugs. The outlet shall be located in the lower left corner of the cabinet. R-1 and L-1. Shall also include USB ports One (1) additional in the crew cab area MOUNTING PLATE ON ENGINE TUNNEL Equipment installation provisions shall be installed on the engine tunnel. A 0.188" aluminum plate shall be bolted to the top surface of the engine tunnel and the angled portion of the blister for the engine. The plate shall be spaced off the engine tunnel 1.00" to allow for wire routing below the plate. The mounting surface shall be painted with black, vinyl texture paint, which shall not match the cab interior color. SEALED ENGINE TUNNEL The engine tunnel shall be a structural part of the passenger cab, constructed from welded 3/16 Aluminum plate and reinforced with aluminum extrusions. The rear of the engine tunnel shall be no less than 52 inches from the rear wall of the cab, allowing maximum legroom for forward facing passenger. After welding, the seams shall be completely sealed with silicone caulking. Engine enclosures that are not an integral part of the cab structure are not acceptable. The interior of the engine tunnel shall be insulated with 1 thick foil backed insulating foam, attached with stud and button method. A cross-section analysis of the insulation shall reveal a 1/8 thick barrier material for additional noise and heat insulation. The engine hood shall be insulated for protection from heat and sound. The noise insulation shall keep the DBA level within the limits stated in the current NFPA series 1900 pamphlet. 15 P age

19 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM CRASH TEST The cab shall exceed the strict and detailed requirements of the Economic Commission for Europe Structural Standard, ECE-29R. The test shall consist of an impact load test and a vertical load test to the cab. CAB CORROSION PROTECTION A corrosion preventative material shall be applied during cab construction. A ten-(10) year warranty against corrosion perforation shall be provided for the cab. FENDER LINERS Full circular inner fender liners in the wheel wells shall be provided. FENDER CROWNS Black rubber Front and Rear axle fenderettes with full dept radiuses wheel well liners shall be included. MUD FLAPS Must have on all wheel wells WINDSHIELD A curved, safety glass windshield shall provide an appropriate sized clear viewing area. The cab windshield shall have bright trim inserts in the rubber molding holding the glass in place. A stationary window shall be provided on each side of the crew cab. All cab glass shall be tinted. Shall be as dark as the law allows. SUN VISORS Two (2) sun visors shall be provided. The sun visors shall be located above the windshield with one (1) mounted on each side of the cab. WINDSHIELD WIPERS The windshield wipers shall be electrically controlled and meet FMVSS requirements. Wiper shall have a single driver side controlled and have a speed modulation feature allowing the driver to adjust the speed of the wiper. The windshield wipers shall also be furnished with a return to park feature, which allows the wiper to return to the stored position when the wiper is not in use. Each wiper shall be equipped with a washer and wiper control. The washer reservoir shall be able to be filled without raising the cab. SIDEVIEW MIRRORS West Coast style single vision mirror heads shall be provided and installed on each of the front cab doors. The mirrors shall be mounted via 1.00 inch diameter tubular stainless steel arms to provide a rigid mounting to reduce mirror vibration. The mirrors shall measure 8.00 inches wide X inches high and shall include an 8.00 inch convex mirrors with a stainless steel back, model 980-4, installed below the flat glass to provide a wider field of vision. The flat mirrors shall be motorized with remote horizontal and vertical adjustment. The control switches shall be mounted within easy reach of the driver. The convex mirrors shall be manually adjustable. The flat mirror glass shall be heated for defrosting in severe cold weather conditions. The mirror backs shall be constructed of vacuum formed chrome plated ABS plastic housings that are corrosion resistant and shall include an amber marker light. The mirrors shall be manufactured with the finest quality non-glare glass. 16 P age

20 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM SIDEVIEW MIRROR HEAT SWITCH The heat for the rearview mirrors shall be controlled through a rocker switch on the dash in the switch panel. AUXILIARY EXTERIOR MIRRORS The cab exterior shall include one (1) Retrac inch diameter convex look down mirror with a black plastic back. The mirror shall be located above the right side front windshield using a Retrac model stainless steel arm assembly to provide a stable three-point mount to reduce mirror vibration. The mirror shall provide additional visibility to the right front corner of the vehicle. RADIO Must supply and install a Motorola RADIO UNIT APX 6500 P25 MOBILE RADIO must have proper Wire leads, speakers and antenna installed, model and speaker placement will be discussed at Precon. Must be mounted on a swivel bracket. GRILLE A bright finished aluminum mesh grille screen, inserted behind a bright finished grille surround, shall be provided on the front center of the cab. Painted American Flag Preferred BATTERY SYSTEM There shall be six (6) 12 volt Exide, Model 31S950X3W, batteries that include the following features shall be provided: 950 CCA, cold cranking amps 190 amp reserve capacity High cycle Group 31 Rating of 5700 CCA at 0 degrees Fahrenheit -140 minutes of reserve capacity Threaded stainless steel studs Each battery case shall be a black polypropylene material with a vertically ribbed container for increased vibration resistance. The cover shall be manifold vented with a central venting location to allow a 45 degree tilt capacity. The inside of each battery shall consist of a "maintenance free" grid construction with poly wrapped separators and a flooded epoxy bottom anchoring for maximum vibration resistance. BATTERY SYSTEM There shall be a single starting system with an ignition switch and starter button provided and located on the cab instrument panel. MASTER BATTERY SWITCH There shall be a master battery switch provided within the cab within easy reach of the driver to activate the battery system. An indicator light shall be provided on the instrument panel to notify the driver of the status of the battery system. 17 P age

21 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM BATTERY COMPARTMENTS Batteries shall be stored in well-ventilated compartments that are located under the cab and bolted directly to the chassis frame. The battery compartments shall be constructed of 0.188" steel plate and be designed to accommodate a maximum of three (3) group 31 batteries in each compartment. The battery hold-downs shall be of a non-corrosive material. All bolts and nuts shall be stainless steel. The compartments shall include formed fit heavy duty roto-molded polyethylene battery trays with drain tubes for the batteries to sit in. Heavy-duty battery cables shall be used to provide maximum power to the electrical system. Cables shall be color-coded. Battery terminal connections shall be coated with anti-corrosion compound. Battery solenoid terminal connections shall be encapsulated with semi-permanent rubberized compound. JUMPER STUDS One (1) set of battery jumper studs with plastic color-coded covers shall be installed on the bottom of the driver's side battery box. This shall provide for easy jumper cable access. BATTERY CHARGER/ AIR COMPRESSOR There shall be a Kussmaul Pump Plus 1200, Model # , single output battery charger/air compressor system shall be provided. A display bar graph indicating the state of charge shall be included. The automatic charger shall maintain one (1) set of batteries with a maximum output current of 40 amps. The 12-volt air compressor shall be installed to maintain the air system pressure when the vehicle is not in use. The battery charger shall be wired directly to the AC shoreline inlet. Battery charger/compressor shall be located behind the officer's seat, with a cover painted to match the cab interior. The battery charger indicator shall be displayed through the window behind the driver seat. The display shall be mounted on a bracket so that it is visible from outside the apparatus in the front lower corner of the window. AUTO EJECT FOR SHORELINE There shall be one (1) Kussmaul, Model , 20 amp 120 volt AC shoreline inlet(s) provided to operate the dedicated 120 volt AC circuits on the apparatus. The shoreline inlet(s) shall include white weatherproof flip up cover(s). There shall be a release solenoid wired to the vehicle's starter to eject the AC connector when the engine is starting. The shoreline(s) shall be connected to battery charger and shoreline outlets. There shall be a mating connector body supplied with the loose equipment. There shall be a label installed near the inlet(s) that state the following: Line Voltage Current Ratting (amps) Phase Frequency The shoreline receptacle shall be located on the driver side of cab, above wheel. 18 P age

22 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM AUTO TRANSFER SWITCH To protect either the generator or external power source from back feed, an automatic relay system shall be installed to switch the on line device between the generator and the external power source when it is connected for use. The transfer switch shall power all interior cab shoreline receptacles and all interior body shoreline receptacles. ALTERNATOR It shall have a rated output current of 430 amp as measured by SAE method J56. Also, it shall have a custom three (3)-set point voltage regulator, The alternator shall be connected to the power and ground distribution system with heavy-duty cables sized to carry the full rated alternator output. Bidder must provide a draw/ load test. ELECTRONIC LOAD MANAGEMENT There shall be a Kussmaul, electronic load management (ELM) system provided that monitors the vehicles 12-volt electrical system, and automatically reduces the electrical load in the event of a low voltage condition and by doing so, ensures the integrity of the electrical system. The ELM shall monitor the vehicle's voltage while at the scene (parking brake applied). It shall sequentially shut down individual electrical loads when the system voltage drops below a preset value. Five (5) separate electrical loads shall be controlled by the load manager. The ELM shall sequentially re-energize electrical loads as the system voltage recovers. The (ELM) also includes sequencer function for the five (5) managed loads and two (2) additional. ENGINE The chassis engine shall be a Cummins ISX15 engine. The ISX15 engine shall be an in-line six (6) cylinder, four cycle diesel powered engine. The engine shall offer a rating of 550 horse power at 1800 RPM and shall be governed at 2100 RPM. The torque rating shall feature 1850 foot pounds of torque at 1200 RPM with 912 cubic inches (14.9 liter) of displacement. The ISX15 engine shall feature a VGT Turbocharger, a high pressure common rail fuel system, fully integrated electronic controls with an electronic governor, and shall be EPA certified to meet the 2013 emissions standards using cooled exhaust gas recirculation and selective catalytic reduction technology. The engine shall include an engine mounted combination full flow/by-pass oil filter with replaceable spin on cartridge for use with the engine lubrication system. The engine shall include CITGO brand Citgard 500, or equivalent SAE 15W40 CJ4 low ash engine oil which shall be utilized for proper engine lubrication. A wiring harness shall be supplied ending at the back of the cab. The harness shall include a connector which shall allow an optional harness for the pump panel. The included circuits shall be provided for a tachometer, oil pressure, engine temperature, hand throttle, high idle and a PSG system. A circuit for J1939 data link shall also be provided at the back of the cab. The engine shall include On-board diagnostics (OBD), which provides self diagnostic and reporting. The system shall give the owner or repair technician access to state of health information for various vehicle sub systems. The system shall monitor vehicle systems, engine and after treatment. The system shall illuminate a malfunction indicator light on the dash console if a problem is detected. 19 P age

23 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM CAB ENGINE TUNNEL The cab interior shall include an integrated engine tunnel constructed of 5052-H32 Marine Grade 0.19 of an inch thick aluminum alloy plate. The tunnel shall be approximately of inches wide X inches high. DIESEL PARTICULATE FILTER CONTROLS There shall be two (2) controls for the diesel particulate filter. One (1) control shall be for regeneration and one (1) control shall be for regeneration inhibit. ENGINE PROGRAMMING HIGH IDLE SPEED The engine high idle control shall maintain the engine idle at approximately 1250 RPM when engaged. ENGINE HIGH IDLE CONTROL(Jacobs Brake) The vehicle shall be equipped with an automatic high-idle speed control. It shall be pre-set so when activated, it will operate the engine at the appropriate RPM to increase alternator output. This device shall operate only when the master switch is activated and the transmission is in neutral with the parking brake set. When automatically engaged the high idle shall disengage when the operator depresses the brake pedal, or the transmission is placed in gear, and shall be available to manually or automatically reengage when the brake is released, or when the transmission is placed in neutral. ENGINE PROGRAMMING ROAD SPEED GOVERNOR The engine shall include programming which will govern the top speed of the vehicle. AUXILIARY ENGINE BRAKE A compression brake, for the six (6) cylinder engine shall be provided. A cutout relay shall be installed to disable the compression brake when in pump mode or when an ABS event occurs. The engine compression brake shall activate upon 0% accelerator when in operation mode and actuate the vehicle s brake lights. The engine shall utilize a variable geometry turbo (VGT) as an integrated auxiliary engine brake to offer a variable rate of exhaust flow, which when activated in conjunction with the compression brake shall enhance the engine's compression braking capabilities. AUXILIARY ENGINE BRAKE CONTROL An engine compression brake control device shall be included. The electronic control device shall monitor various conditions and shall activate the engine brake only if all of the following conditions are simultaneously detected: A valid gear ratio is detected. The driver has requested or enabled engine compression brake operation. The throttle is at a minimum engine speed position. The electronic controller is not presently attempting to execute an electronically controlled final drive gear shift. There is no active ABS event. The compression brake shall be controlled through an off/low/high rocker switch on the dash. ELECTRONIC ENGINE OIL LEVEL INDICATOR 20 P age

24 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM The engine oil shall be monitored electronically and shall send a signal to activate a warning in the instrument panel when levels fall below normal. The warning shall activate in a low oil situation upon turning on the master battery and ignition switches without the engine running. FLUID FILLS The front of the chassis shall accommodate fluid fill for the engine oil through the grille. This area shall also accommodate a check for the engine oil. The transmission, power steering, and coolant fluid fills and checks shall be under the cab. The windshield washer fill shall be accessible through the front left side mid step. ENGINE DRAIN PLUG The engine shall include an original equipment manufacturer installed oil drain plug. ENGINE PROGRAMMING REMOTE THROTTLE The engine ECM (Electronic Control Module) discreet wire remote throttle circuit shall be turned off for use with a J1939 based pump controller or when the discreet wire remote throttle controls are not required. ENGINE PROGRAMMING IDLE SPEED The engine low idle speed will be programmed at 700 rpm. ENGINE FAN DRIVE The engine cooling system fan shall incorporate a thermostatically controlled, Horton clutched type fan drive. When the clutched fan is disengaged it shall facilitate improved vehicle performance, cab heating in cold climates, and fuel economy. The fan clutch design shall be fail safe so that if the clutch drive fails the fan shall engage to prevent engine overheating due to the fan clutch failure. ENGINE COOLING SYSTEM There shall be a heavy-duty aluminum cooling system designed to meet the demands of the emergency response industry. The cooling system shall have the capacity to keep the engine properly cooled under all conditions of road and pumping operations. The cooling system shall be designed and tested to meet or exceed the requirements specified by the engine and transmission manufacturer and all EPA requirements. The complete cooling system shall be mounted to isolate the entire system from vibration or stress. The individual cores of the cooling system shall be mounted in a manner to allow expansion and contraction at various rates without inducing stress into the adjoining cores. The cooling system shall be comprised of a charge air cooler to radiator serial flow package that provides the maximum cooling capacity for the specified engine as well as serviceability. The main components shall include a surge tank, a charge air cooler bolted to the front of the radiator, recirculation shields, a shroud, a fan, and required tubing. The radiator shall be a down-flow design constructed with aluminum cores, plastic end tanks, and a steel frame. The radiator shall be equipped with a drain cock to drain the coolant for serviceability. The cooling system shall include a one piece injected molded polymer eleven (11) blade fan with a fiberglass fan shroud. The cooling system shall be equipped with a surge tank that is capable of removing entrained air from the system. The surge tank shall be equipped with a low coolant probe and sight glass to monitor the level of the coolant. The surge tank shall have a dual seal cap that meets the engine manufacturer's pressure requirements, and allows for expansion and recovery of coolant into a separate integral expansion chamber. All radiator tubes shall be formed from aluminized steel tubing. Recirculation shields shall be installed where required to prevent heated air from reentering the cooling package and affecting performance. 21 P age

25 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM The charge air cooler shall be a cross-flow design constructed completely of aluminum with cast tanks. All charge air cooler tubes shall be formed from aluminized steel tubing and installed with silicone hump hoses and stainless steel constant torque style clamps meeting the engine manufacturer's requirements. ENGINE COOLING SYSTEM PROTECTION The engine cooling system shall include a recirculation shield designed to act as a light duty skid plate below the radiator to provide additional protection for the engine cooling system from light impacts, stones, and road debris. The skid plate shall be painted to match the frame color. ENGINE COOLANT The cooling package shall include Extended Life Coolant (ELC). The use of ELC provides longer intervals between coolant changes over standard coolants providing improved performance. The coolant shall contain a 50/50 mix of ethylene glycol and de-ionized water to keep the coolant from freezing to a temperature of -34 degrees Fahrenheit. Proposals offering supplemental coolant additives (SCA) shall not be considered, as this is part of the extended life coolant makeup. ENGINE COOLANT FILTER An engine coolant filter with a shut-off valve for the inlet and outlet shall be installed on the chassis. The location of the filter shall allow for easy maintenance. Proposals offering engines equipped with coolant filters shall be supplied with standard non-chemical type particulate filters. ELECTRONIC COOLANT LEVEL INDICATOR The instrument panel shall feature a low engine coolant indicator light which shall be located in the center of the instrument panel. An audible tone alarm shall also be provided to warn of a low coolant incident. COOLANT HOSES The cooling system hoses shall be silicone heater hose with rubber hoses in the cab interior. The radiator hoses shall be formed silicone coolant hoses with formed aluminized steel tubing. All heater hose, silicone coolant hose, and tubing shall be secured with stainless steel constant torque band clamps. ENGINE AIR INTAKE The engine air intake system shall include an ember separator air intake filter which shall be located behind the right hand side headlamp. This filter ember separator shall be designed to protect the downstream air filter from embers, using a combination of unique flat and crimped metal screens packaged in a corrosion resistant heavy duty galvanized steel frame. This multilayered screen shall be design traps embers and allows them to burn out before passing through the pack. The engine air intake system shall also include a stainless steel air cleaner mounted to the frame and located beneath the cab on the right side of the vehicle. The air cleaner shall utilize a replaceable filter element designed to prevent dust and debris from being ingested into the engine. The air cleaner housing and connections in the air intake system shall be designed to mitigate water intrusion into the system during severe weather conditions. The air intake system shall also include a restriction indicator light in the warning light cluster on the instrument panel, which shall activate when the air cleaner element requires replacement. AIR INTAKE PROTECTION 22 P age

26 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM A light duty skid plate shall be supplied for the engine air intake system below the right front side of the cab. The skid plate shall provide protection for the air intake system from light impacts, stones, and road debris. The skid plate shall be painted to match the frame color. ENGINE EXHAUST SYSTEM The exhaust system shall include a diesel particulate filter (DPF), a diesel oxidation catalyst, and a selective catalytic reduction (SCR) catalyst to meet current EPA standards. The selective catalytic reduction catalyst utilizes a diesel exhaust fluid solution consisting of urea and purified water to convert NOx into nitrogen, water, and trace amounts of carbon dioxide. The solution shall be injected into the system through the decomposition tube between the DPF and SCR. The system shall utilize 0.07 inch thick stainless steel exhaust tubing between the engine turbo and the DPF. Zero leak clamps seal all system joints between the turbo and DPF. The DPF, the decomposition tube, and the SCR canister through the end of the tailpipe shall be connected with zero leak clamps. The discharge shall terminate horizontally on the right side of the vehicle ahead of the rear tires. The exhaust system shall be mounted below the frame approximately 9.00 inches further outboard than the standard outboard position, approximately inches from the chassis centerline with the SCR canister in line rearward of the DPF. Tail pipe should terminate with straight pipe allowing to fit Plymo vent system as well universal for Neiderman system ENGINE EXHAUST ACCESSORIES An exhaust temperature mitigation device shall be shipped loose for installation by the body manufacturer on the vehicle. The temperature mitigation device shall lower the temperature of the exhaust by combining ambient air with the exhaust gasses at the exhaust outlet. ENGINE EXHAUST WRAP The exhaust tubing between the engine turbo and the diesel particulate filter (DPF) shall be wrapped with a thermal cover in order to retain the necessary heat for DPF regeneration. The exhaust wrap shall also help protect surrounding components from radiant heat which can be transferred from the exhaust. TRANSMISSION An Allison 5th generation, model EVS 4500P, electronic torque converting automatic transmission shall be provided. Two (2) PTO openings shall be located on left side and top of converter housing (positions 8 o'clock and 1 o'clock). A transmission temperature gauge with red light and buzzer shall be installed on cab instrument panel. Transmission, Shifter, 6-Spd, Push Button, 4500 EVS, AXT, Qtm, Dash CF TRANSMISSION SHIFTER A six (6)-speed push button shift module shall be mounted to right of driver on console. Shift position indicator shall be indirectly lit for after dark operation. The transmission ratio shall allow for proper acceleration up inclines and should be able to reach 35 MPH in 200 feet on a 15% grade incline [Trans, ratio 1 st 4.70 To 1, 2 nd 2.21 to 1, 3 rd 1.53 to 1.00, 4 th 1.00 to 1.00, 5 th 0.76 to 1.00, 6 th 0.67 to 1, Reverse 5.55 to 1.00]. 23 P age

27 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM TRANSMISSION MODE PROGRAMMING The transmission, upon start-up, will automatically select a four (4) speed operation. The fifth speed over drive shall be available with the activation of the mode button on the shifting pad. TRANSMISSION FEATURE PROGRAMMING The Allison 5 Gen V-E transmission EVS group package number 127 shall contain the 227 vocational package in consideration of the duty of this apparatus for rescue. This package shall incorporate an automatic neutral with selector override. This feature commands the transmission to neutral when the park brake is applied, regardless of drive range requested on the shift selector. This requires re-selecting drive range to shift out of neutral for the override. A transmission interface connector shall be provided in the cab. This package shall contain the following input/output circuits to the transmission control module. The Gen V-E transmission shall include prognostic diagnostic capabilities. These capabilities shall include the monitoring of the fluid life, filter change indication, and transmission clutch maintenance. Function ID Description Wire assignment Inputs C PTO Request 143 F Aux. Function Range Inhibit (Special) 101/142 Outputs G PTO Enable Output (See Input Function C) 130 S Neutral Indicator for PTO 145 Signal Return 103 ELECTRONIC TRANSMISSION OIL LEVEL INDICATOR The transmission fluid shall be monitored electronically and shall send a signal to activate a warning in the instrument panel when levels fall below normal. TRANSMISSION SHIFT SELECTOR An Allison pressure sensitive range selector touch pad shall be provided and located to the right of the driver within clear view and easy reach. The shift selector shall have a graphical Vacuum Florescent Display (VFD) capable of displaying two lines of text. The shift selector shall provide mode indication and a prognostic indicator (wrench symbol) on the digital display. The prognostics monitor various operating parameters and shall alert you when a specific maintenance function is required. TRANSMISSION PRE-SELECT WITH AUXILIARY BRAKE When the auxiliary brake is engaged, the transmission shall automatically shift to second gear to decrease the rate of speed assisting the secondary braking system and slowing the vehicle. TRANSMISSION COOLING SYSTEM The transmission shall include a water to oil cooler system located in the cooling loop between the radiator and the engine. The transmission cooling system shall meet all transmission manufacturer requirements. The transmission cooling system shall feature continuous flow of engine bypass water to maintain uninterrupted transmission cooling. LH PTO A Spartan supplied ten (10) bolt standard duty clutched drive PTO shall be installed on the transmission. Installation shall include mounting of the PTO and wiring the unit with a control switch. 24 P age

28 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM A ten (10) bolt Chelsea model 267-XDFJP-M5XD heavy duty transmission driven PTO shall be installed. The constant drive PTO is designed specifically for the Allison world transmission and provides torque ranges from 265 to 335 lb. ft. DRIVELINE All drivelines shall be heavy duty metal tube and equipped with Spicer 1810 series universal joints for the main drivelines, and 1710 series for the inter-axle shaft. The shafts shall be dynamically balanced prior to installation to alleviate future vibration. In areas of the driveline where a slip shaft is required, the splined slip joint shall be coated with Glide Coat. DRIVELINE GUARDS Two (2) driveline guard loops shall be provided and installed to support the driveline shafts for routine maintenance and in the event of a driveline component failure. FUEL FILTER/WATER SEPARATOR The fuel system shall have a fuel filter/water separator as a primary filter. The fuel filter shall have a drain valve and a see through cover to allow visual inspection of fuel and filter condition. It shall be a 10 micron filter capable of handling a maximum flow rate of 150 gallons per hour. A secondary fuel filter shall be included as approved by the engine manufacturer. An instrument panel lamp and audible alarm which indicates when water is present in the fuel-water separator shall also be included. FUEL LINES The fuel system supply and return lines installed from the fuel tank to the engine shall be black textile braided lines which are reinforced with braided high tensile steel wire. The fuel lines shall be connected with reusable steel fittings. ELECTRIC FUEL PRIMER Integral to the engine assembly is an electric lift pump that serves the purpose of pre-filter fuel priming. FUEL COOLER Aluminum cross flow air to fuel cooler shall be provided to lower fuel temperature allowing the vehicle to operate at higher ambient temperatures. The fuel cooler shall be located behind the rear axle. FUEL TANK The fuel tank shall have a capacity of sixty-five (65) gallons.the top corners of the tank shall be notched to allow the tank to be raised between the frame rails and the bottom rear portion of the tank shall kick up for an increased angle of departure for the chassis. The baffled tank shall be made of 12 gauge steel. The exterior of the tank shall be painted with a PRP Corsol black anti-corrosive exterior metal treatment finish. This results in a tank which offers the internal and external corrosion resistance. The tank shall have a vent port to facilitate venting to the top of the fill neck for rapid filling without "blow-back" and a roll over ball check vent for temperature related fuel expansion and draw. The tank is designed with dual draw tubes and sender flanges. The tank shall have 2.00 inch NPT fill ports for right or left hand fill. A 0.50 inch NPT drain plug shall be centered in the bottom of the tank. The fuel tank shall be mounted below the frame, behind the rear axle. Two (2) three-piece strap hanger assemblies with U straps bolted midway on the fuel tank front and rear shall be utilized to allow the tank to be easily lowered and removed for service purposes. Rubber isolating pads shall be provided between the tank and the upper tank mounting brackets. Strap mounting studs through the rail, hidden behind the body shall not be acceptable. 25 P age

29 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM FUEL TANK MATERIAL AND FINISH The fuel tank shall be constructed of 14 gauge aluminized steel. The exterior of the fuel tank shall be painted to match the frame color. FUEL TANK STRAP MATERIAL The fuel tank straps shall be constructed of stainless steel. FUEL TANK FILL PORT The fuel tank fill ports shall be provided with two (2) left fill ports located one (1) in the forward position and one (1) in the rearward position and the right fill port located in the rearward position of the fuel tank. FUEL TANK SERVICEABILTY PROVISIONS The chassis fuel lines shall have additional length provided so the tank can be easily lowered and removed for service purposes. The additional 8.00 feet of length shall be located above the fuel tank and shall be coiled and secured. The fuel line fittings shall be pointed towards the right side (curbside) of the chassis. FUEL TANK DRAIN PLUG A 0.5 inch NPT drain plug shall be centered in the bottom of the fuel tank. BUMPER A one (1)-piece, 0.25" thick steel channel bumper, a minimum 12" high shall be attached to the front of the chassis frame. The bumper shall be painted job color. Bump shall be designed with angled corners to reduce front clearance when turning. Drawings must show degree of angle. A 9.00" formed steel channel shall be mounted directly behind bumper for additional strength. The bumper shall be extended 10.00" from front face of cab. When calculating overall length of 46 ft or less a smaller bumper is acceptable. GRAVEL PAN A gravel pan, constructed of bright aluminum tread plate, shall be furnished between the bumper and cab face. The gravel pan shall be properly supported from the underside to prevent flexing and vibration of the aluminum tread plate. LIFT AND TOW MOUNTS Mounted to the frame extension shall be lift and tow mounts. The lift and tow mounts shall be designed and positioned to adapt to certain tow truck lift systems. The lift and tow mounts with eyes shall be painted the same color as the frame. TOW HOOKS No tow hooks are to be provided. This truck shall be equipped with a lift and tow package with integral tow eyes. BUMPER SCUFFPLATE The top edge of the painted bumper shall be wrapped with bright aluminum tread plate. The scuff plate shall protect the top edge of the bumper and shall wrap over the front of the bumper approximately.50". FRONT BUMPER NOTCH The front bumper shall be center notched for recessing of the Q2B siren. The notch shall be designed so that the bumper is one continuous piece. The notch shall be welded in place for strength with a 26 P age

30 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM continuous top and bottom flange. All welds shall be metal finished for appearance. The siren shall be located center of bumper. COMPARTMENTATION Compartmentization shall be fabricated of at least.125" 5052 aluminum. The side compartments shall be an integral assembly with the rear fenders. Fully enclosed rear wheel housings shall be provided to prevent rust pockets and for ease of maintenance. The mounting of the compartments shall be done with body support assemblies bolted to the chassis frame rails and the.125" compartment floors. Support assemblies shall be constructed of 3.00" steel channel properly coated to isolate the dissimilar metals. The side body panels shall be mounted independently of each other with the left panel mounted to the left frame rail and the right panel mounted to the right frame rail. The compartment flooring shall be of the sweep out design with the floor higher than the compartment door lip. The compartment door openings shall be framed by flanging the edges in 1.75" and bending out again.75" to form an angle. Drip protection shall be provided over all door openings by means of a bright aluminum extrusion or formed bright aluminum tread plate. The side compartment tops shall be covered with bright aluminum tread plate with a 1.00" rolled over edge on the front, rear and outward sides. The covers shall be fabricated in one (1) piece with the corners welded. A bright aluminum tread plate cover shall be provided on the front wall of each side compartment. All screws and bolts which protrude into a compartment shall have acorn nuts at the ends to prevent injury. AGGRESSIVE WALKING SURFACE All exterior surfaces designated as stepping, standing, and walking areas shall comply with the required average slip resistance of the current NFPA standards. LOUVERS All body compartments shall 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 shall be formed into the metal and not added to the compartment as a separate plate. COMPARTMENT IN PLACE OF PUMP A single roll-up door compartment shall be installed on each side, ahead of the rear wheels. The driver's side compartment shall be approximately 29.75" wide x 35.00" high x 24.50" deep with a clear door opening of approximately 21.25" wide x 27.88" high. The upper portion of the driver's side compartment shall be 29.75" wide x 12.00" high x 46.00" deep. The passenger's side compartment shall be approximately 29.75" wide x 25.00" high x 24.50" deep with a clear door opening of approximately 21.25" wide x 17.88" high. The passenger's side compartment shall have a reduced height to accommodate side stacked ladders. These compartments shall be installed in place of the pump and pump panel on each side of the truck. COMPARTMENTATION, DRIVER SIDE The following are approximate size and actual location and sizes will be based on manufacture and be finalized at Pre-Con. A roll-up door compartment, below the turntable, shall be 54.00" wide x 41.00" high x 12.00" deep with a clear door opening of 44.25" wide x 33.00" high. 27 P age

31 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM A compartment with a lift-up door above the rear wheels shall be 29.00" wide x 20.00" high x 26.00" deep inside with a door opening of 24.25" wide x 16.00" high. Two (2) compartments with lift-up doors above the rear wheels shall be 50.00" wide x 25.00" high x 26.00" deep inside with a door opening of 44.50" wide x 21.25" high. The partition between the two (2) above compartments shall have a rectangular opening with radiuses corners to allow for items to pass through. A full-height compartment with a roll-up door behind the rear stabilizer shall be 53.00" wide x 58.00" high x 26.00" deep with a door opening of 47.25" wide x 50.00" high. A compartment with a roll-up door at the rear shall be 27.25" wide x 45.00" high x 26.00" deep with a door opening of 18.75" wide x 37.00" high. UNDERBODY STORAGE COMPARTMENT One (1) underbody storage compartment with slide out tray and door shall be provided on the left side of the body behind the rear axle, below the rear compartment. The compartment tray shall be approximately inches wide x inches deep. The sides of the tray shall be approximately inches high towards the front and 4.50 inches high towards the rear of the apparatus. The compartment shall be constructed of aluminum and shall utilize a flanged lip with bulb type seal to keep water from entering the compartment. The tray shall be constructed using a pair of 300 pound capacity, steel ball bearing roller slides one (1) each side of the tray. The door shall utilize a "D" ring handle to secure the door in the closed position. The door shall have a 'plunger' style switch. If the door is not properly closed and the transmission is placed into drive or reverse mode with the parking brake released, it shall activate the hazard light in the cab to alert the crew. A drawing shall be provided to make sure compartment shall not bottom out when entering 2 different road elevations IE: any of our hilled streets where hill meets cross street COMPARTMENTATION, PASSENGER SIDE The following are approximate size and actual location and sizes will be based on manufacture and be finalized at Pre-Con. There shall be one (1) compartment located to the rear of the front outriggers. The approximate interior dimensions of this compartment shall be a minimum of 26.75" wide by 44.50" high with a depth of A roll-up door compartment below the turntable shall be 54.00" wide x 41.00" high x 19.50" deep with a clear door opening of 44.25" wide x 33.00" high. ` A compartment with a double lap door behind the rear wheels shall be approximately 53.00" wide x 32.75" high x 26.00" deep with a door opening of approximately 48.50" wide x 28.63" high. A compartment with a single lap door at the rear shall be approximately 27.50" wide x 26.75" high x 26.00" deep with a door opening of approximately 23.00" wide x 22.63" high. 28 P age

32 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM ROLL-UP DOOR, SIDE COMPARTMENTS There shall be a minimum of six (6) compartment doors installed on the side compartments. The doors shall be double faced aluminum construction, Painted job color finish and manufactured Lath sections shall be an interlocking rib design and shall be individually replaceable without complete disassembly of door. Between each slat at the pivoting joint shall be a PVC inner seal to prevent metal to metal contact and prevent dirt or moisture from entering the compartments. Seals shall allow door to operate in extreme temperatures ranging from plus 180 to minus 40 degrees Fahrenheit. Side, top and bottom seals shall be provided to resist ingress of dirt and weather and be made of Santoprene. All hinges, barrel clips and end pieces shall be nylon 66. All nylon components shall withstand temperatures from plus 300 to minus 40 degrees Fahrenheit. Hardened plastic shall not be acceptable. A polished stainless steel lift bar to be provided for each roll-up door. 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. Doors shall be constructed from an aluminum box section. The exterior surface of each slat shall be flat. The interior surfaces shall be concave to provide strength and prevent loose equipment from jamming the door from inside. To conserve space in the compartments, the spring roller assembly shall not exceed 3.00" in diameter. A garage style roll door shall not be acceptable. The header for the roll-up door assembly shall not exceed 4.00". A heavy-duty magnetic switch shall be used for control of open compartment door warning lights. REAR BUMPER An 8.00" rear bumper shall be furnished. Bumper shall be constructed of steel framework and shall be covered with polished aluminum tread plate. The bumper shall be 7.00" deep x 4.50" high and shall be spaced away from the body approximately 1.00". It shall extend the full width of the body. SCUFFPLATE, INSIDE DOOR PAN The one (1) compartment door shall include a brushed stainless steel scuffplate to cover the lower portion of the inside door pan of each door. Each scuffplate shall be 4.00" high and full width of the compartment door pan. DOOR GUARD All roll down compartment doors that shall include a guard/drip pan designed to protect the roll-up door from damage when in the retracted position and contain any water spray. The guard shall be fabricated from stainless steel and installed each painted roll-up door opening. COMPARTMENT LIGHTING/ DURO-STRIP All compartments will have LED compartment with two (2) light strips. Each strip shall be centered vertically along the door framing. There shall be a minimum of one (2) light per compartment. The compartments with these strip lights shall be located each compartment. Opening the compartment door shall automatically turn the compartment lighting on. MOUNTING TRACKS There shall be ten (10) sets of tracks for mounting shelf(s) in [Location, Shelf Track]. These tracks shall be installed vertically to support the adjustable shelf(s), and shall be full height of the compartment. The tracks shall be painted to match the compartment interior. 29 P age

33 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM ADJUSTABLE SHELVES There shall be five (5) shelves with a capacity of 500 lb provided. The shelf construction shall consist of.188" aluminum with 2.00" sides. Each shelf shall be painted to match the compartment interior. Each shelf shall be infinitely adjustable by means of a threaded fastener, which slides in a track. The shelves shall be held in place by.12" thick stamped plated brackets and bolts. The location shall be D2, D7, P2, P4, D1. PULL-OUT TRAY There shall be two (2) slide-out trays with 2.00" sides and a capacity of 500 pounds provided. Capacity rating shall be in the extended position. Slides (a minimum of two per tray) shall be an under mount-roller bearing type rated at 500lbs per pair with a factor of safety of 2. To ensure years of dependable service the slides shall be coated with a finish that is tested to withstand a minimum of 1,000 hours of salt spray per ASTM B117. To ensure years of easy operation, the slides shall require no more than a 50 pound force for push-in or pull-out movement when fully loaded after having been subjected to a 40 hour vibration (shaker) test under full load. Automatic locks shall be provided for both the "in" and "out" positions. The trip mechanism for it shall be located at the front of the tray for ease of use with a gloved hand. Tray location shall be D2, P2. Heavy-duty steel angle iron assembly shall support the body under the compartment floor. It shall be attached to the chassis frame for load transfer and to reduce stress on body. SLIDE-OUT/TILT-DOWN TRAY There shall be one (1) slide-out tray provided. The bottom of each tray shall constructed of 0.188" thick aluminum while special aluminum extrusions shall be utilized for the tray sides, ends, and tracks. The corners shall be welded to form a rigid unit. A spring loaded lock shall be provided on each side at the front of the tray. Releasing the locks shall allow the tray to slide out approximately two-thirds (2/3) of its length from the stowed position and tip 30 degrees down from horizontal. The tray shall be equipped with ball bearing rollers for smooth operation. Rubber padded stops shall be provided for the tray in both the stowed and extended positions. The capacity rating of the tray shall be a minimum of 215 lb in the extended position. The vertical position of the tray within the compartment shall be adjustable. The tray(s) shall be located in [Location, Tray]. COMPARTMENT FLOOR MATTING Turtle Tile compartment matting shall be provided in all compartments. The locations are each compartment floor where there is no roll out tray. The color of Turtle Tile shall be black. MATTING, COMPARTMENT SHELVING Turtle Tile compartment matting shall be provided in all shelves and roll out tray. The color of Turtle Tile shall be black. REAR WALL The entire rear surface of the apparatus and all the doors shall be covered with smooth aluminum. FLOOR EXTENSION There shall be a compartment floor extension provided. The floor extension shall extend from the area over the frame rails to within an inch of the compartment door. The floor extension shall have a 1.00" vertical lip and no return flange. A total of one (1) shall be provided and located D6 - fabricate so there is a 5' flat storage area from the P6 to the D6 compt. This is a DOL item.. 30 P age

34 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM RUB RAIL Bottom edge of the side compartments shall be trimmed with a bright aluminum extruded rub rail. Rub rail shall be 2.12" high with 1.25" flanges turned outward for rigidity. A full length, black poly insert shall be secured on the inside of the aluminum extrusion. The black poly insert shall be approximately 1.50" x 1.50" x full length, and shall extend past the outside edge of the aluminum extrusion by 0.50". The rub rails shall not be an integral part of the body construction, which allows replacement in the event of damage. AIR BOTTLE STORAGE A quantity of at least six (6) air bottle compartments, 7.75" in diameter x 26.00" deep, shall be provided on the passenger side, two single compartments between the tandem rear wheels and on the driver side, two single compartments between the tandem rear wheels. A brushed stainless steel door with a chrome plated flush lift & turn latch shall be provided to contain the air bottle. A dielectric barrier shall be provided between the door hinge, hinge fasteners and the body sheet metal. Inside the compartment, black rubber matting and strap to contain the air bottles shall be provided. DOOR OPEN INDICATOR Each roll up door shall have an integral door open indicator magnet in the lift bar. If the bar is not properly closed and the transmission is placed into drive or reverse mode with the parking brake released, it shall activate the Door Open indicator light in the cab to warn the crew. HORIZONTALLY SIDE STACKED LADDERS PASSENGER SIDE There shall be three (3) horizontally side stacked ladder(s) on the passenger side catwalk. There shall be a 28' Duo-Safety 1200-A, two (2)-section extension, a 30' Alco-Lite PEL-30, two (2)- section extension and a 18' Duo-Safety 875-A roof ladder(s) located on the catwalk. The ladders shall be held in place on each end with a vertically hinged latch. If there is more than one (1) ladder stored on the catwalk, they shall be separated by a horizontal divider so that one ladder can be removed without having to remove another ladder. The body side sheets shall be full depth to accommodate the side-stacked ladders. LADDER SUPPORT BRACKET There shall be an additional ladder support bracket, for the 18' roof ladder, located within the side stacked ladders over passenger side catwalk. This bracket shall be located toward the center of the roof ladder to prevent ladder "bounce" and body damage during travel. It shall be mounted off the side of the rear body. It shall be painted job color. Trough for a folding ladder shall be provided in the torque box ladder storage area. STOKES STORAGE IN THE TORQUE BOX Storage provisions shall be provided for a stokes basket in the torque box ladder storage area. The stokes basket make, model and size is Install per marked-up "ER". Ferno Washington #71 LADDER STORAGE LIGHTING There shall be two (2) Truck Lite Model 44042C, 4.00" white LED lights with Model 40700, grommets used to illuminate the torque box ladder storage compartment. One (1) each side shall be located on the side wall of the torque box near the ladder storage entry area. The lights shall be activated when the ladder storage compartment door is opened. ADDITIONAL FOLDING LADDER One (1) aluminum Little Giant Model 13 folding ladder shall be provided. The stored dimensions shall be 45.00" high x 24.75" wide x 8.00" deep. The weight shall be 26 lb. 31 P age

35 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM The ladder shall be located PS outboard, in torque box. GROUND LADDER STORAGE REAR COMPARTMENT The following ground ladders shall be stored below the cargo floor and shall be removable from the rear. They shall be enclosed so road dirt or debris cannot foul or damage them. They shall rest in full-length stainless steel slides and be arranged so they can be removed individually. To close up the compartment at the rear, double pan smooth aluminum vertically hinged double doors shall be provided EXTENSION LADDER There shall be one (1) 35', two (2) section, aluminum, Alco-Lite, Series TEL-35 extension ladder(s) provided. ADDED EXTENSION LADDER There shall be two (2) 28', two (2) section, aluminum, Alco-Lite TEL-28 extension ladder provided. ADDED EXTENSION LADDER There shall be a 30', three (3) section, aluminum, Duo-Safety Series 1225-A extension ladder provided. ROOF LADDER There shall be one (1) 18' aluminum, Duo-Safety, Series 875-A roof ladder provided. ADDED ROOF LADDER There shall be one (1) 16' roof, aluminum, Duo-Safety, Series 875-A, 16.00" width provided. This ladder is non compliant to NFPA 1931, Chapter , "Standard on Design of and Design Verification Tests for Fire Department Ground Ladders". Per Fire Department specification request of this ladder, the apparatus shall be non compliant to NFPA 1901 standards at time of contract execution. ADDED ROOF LADDER There shall be one (1) 12' roof, aluminum, Series 875-A provided. AERIAL FOLDING LADDER There shall be one (1) 10' aluminum Duo-Safety Series 585-A folding ladder(s) provided and located in the aerial torque box. 10' PIKE POLE There shall be One (1) pike pole pike pole(s) Fire Hooks Unlimited, model APH-10, ten (10)-feet long with a fiberglass handle provided and located aerial tip. PIKE POLES There shall be two (2) Fire Hooks Unlimited NYFG-12, 12' pike pole(s) with fiberglass handles and a ram knob end provided. The pike pole(s) shall be stored on the apparatus. PIKE POLE 8 FT There shall be two (2) Fire Hooks Unlimited NYFG-8, 8 foot pike pole(s) with fiberglass handles provided. PIKE POLE, 6' There shall be two (2) Fire Hooks Unlimited #APH-6, 6 foot pike pole(s) with fiberglass handles provided and located in ladder compartment. 32 P age

36 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM 40" PIKE POLE There shall be two (2) 40" pike poles, Fire Hooks Unlimited #NHFG-40", with fiberglass "D" handles shipped loose. 40" PIKE POLE There shall be two (2) 40" pike poles, Fire Hooks Unlimited Model PPST-40", with "D" handles and steel pole shipped loose. - [Qty,] 6 foot Plaster Hook: Fiberglass handle 6' PIKE POLE There shall be two (2) 6' long pike pole(s), Fire Hooks Unlimited NYFG-6, with fiberglass handles and "D" handles provided. PIKE POLES There shall be two (2) Fire Hooks Unlimited NYFG-14, 14' pike pole(s) with fiberglass handles and a ram knob end provided. The pike pole(s) shall be stored on the apparatus. PIKE POLE STORAGE Storage shall be provided in the torque box for one (1) pike poles. The pike pole sizes shall be 1- CTF 14' Pike pole. Pike poles shall be supplied by purchaser PIKE POLE STORAGE Stainless steel U-shaped trough be used for the storage of four (4) pike poles, with D-handle style grip, shall be provided and installed side by side, atop the rear ladder storage rack, for 6' D-handled pike poles. AIR HORN SYSTEM There shall be two (2) Grover, air horns provided and located in the front bumper, recessed to the outside of the frames. The horn system shall be piped to the air brake system wet tank utilizing 0.38" tubing. A pressure protection valve shall be installed in-line to prevent loss of air in the air brake system. AIR HORN CONTROL Shall be two (2) Air horn Buttons. Shall have 1 button controlled by Driver have control on the steering Column. Horns can be controlled by selector switch on dash master panel which may be selected for using the chassis horn in one position or Air horns in another position. An additional button shall be mounted at the turn tables control pane.l ELECTRONIC SIREN A Federal, Model PA-4000, electronic siren with noise canceling microphone shall be provided. This siren to be active when the battery switch is on and that emergency master switch is on. Electronic siren head shall be located in the center console. Siren shall be actuated by a foot switch on the officer's side and by the horn button in the steering wheel. The driver shall have the option to control the siren or the chassis horns from the horn button by means of a selector switch. SPEAKER There shall be one (1) speakers provided. Each speaker shall be a Federal Signal DynaMax, Model ES100, 100 watt. Speaker shall use a Federal Signal, Model ESFMT-EF, recess mount with stainless steel grille. Speaker shall be connected to the siren amplifier.. AUXILIARY MECHANICAL SIREN A Federal Q2B siren shall be furnished. A siren brake button shall be installed on the switch panel. The control solenoid shall be powered up after the emergency master switch is activated. 33 P age

37 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM The mechanical siren shall be recessed in the front bumper in the center. The siren shall be supported by the bumper framework. MECHANICAL SIREN SWITCHING The mechanical siren shall be actuated by one (1) foot switch located on the officer's side mounted on engine tunnel next to officer, moved forward at the final inspection. A second siren brake switch shall be installed on the passenger side. 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 shall support the handrail. Plastic gaskets shall be used between end stanchions and any painted surfaces. Drain holes shall be provided in the bottom of all vertically mounted handrails. - A minimum of 4 hand rails shall be mounted at every door on frame. - Four (4) handrails shall be provided, two above each side - One (1) vertical handrail, not less than 29.00" long, shall be located on each rear beavertail w/ Flag Mount DIESEL EXHAUST FLUID TANK A minimum of 4.5 gallon diesel exhaust fluid (DEF) tank shall be provided and mounted in the driver's side body forward of the rear axle. The tank shall be constructed of 16-gauge type 304- L stainless steel. A.50" drain plug shall be provided in a low point of the tank for drainage. A fill inlet shall be located on the driver's side of the body and be covered with a hinged, spring loaded, stainless steel door that is marked "Diesel Exhaust Fluid Only". The tank shall meet the manufacturer s requirement for 10 percent expansion space in the event of tank freezing. The tank shall include an integrated heater unit that utilizes engine coolant to thaw the DEF in the event of freezing. NOTE: Outside Panel Below each tank fill shall have tread plate to protect Paint finish. It is preferred to have access to Tank fill located in Cab area options are requested FRONT ZONE UPPER WARNING LIGHTS There shall be three (3) Whelen Freedom IV 21.50" light bars mounted on the cab roof. The driver's side light bar shall be installed at a 30 degree angle from the front of the cab. This light bar shall include the following: One (1) red flashing LED module in the outside end position. One (1) red flashing LED module in the outside front corner position. One (1) red flashing LED module in the outside front position. One (1) white flashing LED module in the inside front position. One (1) red flashing LED module in the inside front corner position. 34 P age

38 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM The center lightbar shall be installed parallel to the front of the cab. This lightbar shall include the following: One (1) white flashing LED module in the driver's side front corner position. One (1) red flashing LED module in the driver's side front position. One (1) red flashing LED module in the passenger's side front position. One (1) white flashing LED module in the passenger's side front corner position. The passenger's side lightbar shall be installed at a 30 degree angle from the front of the cab. This lightbar shall include the following: One (1) red flashing LED module in the inside front corner position. One (1) white flashing LED module in the inside front position. One (1) red flashing LED module in the outside front position. One (1) red flashing LED module in the outside front corner position. One (1) red flashing LED module in the outside end position. There shall be clear lenses. There shall be a switch in the cab on the switch panel to control the lightbars. The white flashing LEDs shall be disabled when the parking brake is applied. The red flashing LED modules in the center lightbar and the red flashing LED module in front inside corners in the side lightbars may be load managed when the parking brake is applied. ADDITIONAL BASKET WARNING LIGHTS There shall be two (2) pairs of Whelen, Model 50*03Z*R, flashing LED warning lights located on the basket, one (1) each side, front of platform. The color of these lights shall be driver side blue Super LED/clear lens, passenger side red Super LED/clear lens. The lights shall be installed with a flange. These lights shall be activated with the roof lights. These lights shall be deactivated when the boom is lifted out of the cradle. Any white lights shall be disabled when the parking brake is applied. Any amber lights shall only be activated when the parking brake is applied. ADDITIONAL WARNING LIGHTS There shall be two (2) Whelen, Model M6* LED flashing warning light(s) that include a chrome flange, located on the basket, one each side of platform, mount low above rubber edge. The color of these lights shall be blue to the right and red to the left and include a lens that is clear. The light(s) shall be activated with the roof light switch and be deactivated when the boom is lifted out of the cradle. These lights shall also include the following control after the parking brake is set" Any white warning lights shall be deactivated. Any forward facing amber warning lights shall be activated. Any other color warning lights may be load managed. SIDE WARNING LIGHTS There shall be two (2) 21.50" Whelen Freedom IV LED light bars mounted on the roof, one (1) on each side, over the crew cab doors. Each lightbar shall include the following: One (1) red flashing LED module in the outside rear corner position. One (1) red flashing LED module in the rear outside position. 35 P age

39 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM One (1) red flashing LED module in the front outside position. One (1) red flashing LED module in the outside front corner position. There shall be clear lenses. There shall be a switch in the cab on the switch panel to control the lightbars. These lights may be load managed when the parking brake is applied. CAB FACE WARNING LIGHTS There shall be four (4) Whelen, Model M6*C, LED flashing warning lights installed on the cab face, above the headlights, mounted in a common bezel. The driver's side front outside warning light to be white The driver's side front inside warning light to be red The passenger's side front inside warning light to be white The passenger's side front outside warning light to be red All four (4) lights shall include a clear lens. There shall be a switch located in the cab, on the switch panel, to control the four (4) lights. The inside lights may be load managed if colored or disabled if white, when the parking brake is set. SIDE ZONE LOWER LIGHTING There shall be four (4) Whelen, LED flashing warning lights, with Model M6FC chrome flanges, located in the following positions: Two (2) Whelen, Model M6V2**, LED combination warning and cornering/scene lights located, one (1) each side on the front cab corner. o The side front lights to be red The white LED perimeter light shall be provided as a cornering/scene light and mounted no higher than the low beam headlights. Two (2) Whelen, Model M6V2**, LED combination warning and cornering/scene lights located (1) each side over rear wheel wells. o The side rear lights to be red. The color of the lenses for the warning lights shall be clear. There shall be a switch located in the cab on the switch panel to control the warning lights. The white LED cornering/scene lights shall be wired so they activate and cancel when the battery switch is on, the headlight switch is on and with the directional light activation. These LED cornering/scene lights shall not be activated when the 4-way flashers are activated. The LED cornering/scene lights may be load managed when the parking brake is applied. INTERIOR CAB DOOR WARNING LIGHTS There shall be four (4) Whelen 5G*00F*R, amber 12 volt DC LED flashing strip lights provided. One (1) light on the driver's side cab door over the window. One (1) light on the passenger's side cab door over the window. One (1) light on the passenger's side crew cab door over the window. One (1) light on the driver's side crew cab door over the window. Each light shall be activated when the battery switch is on and the adjacent door is opened. Each light shall be installed so the flash pattern directs traffic away from the doors. 36 P age

40 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM REAR ZONE LOWER LIGHTING There shall be two (2) Whelen, Model M6* LED flashing warning lights with Whelen, Model M6FC chrome flanges located at the rear of the apparatus. The driver's side rear light to be red to the outside and blue to the inside. The passenger's side rear light to be blue to the outside and red to the inside. Both lights shall include a lens that is clear. There shall be a switch located in the cab on the switch panel to control the lights. REAR WARNING LIGHTS There shall be two (2) Whelen, Model B63M7**, LED Rota-Beam, beacons with Model M7**, lower LED flashing lights provided in a single polished aluminum housing at the rear of the truck. There shall be one (1) installed on the driver's side with the lower light to the rear: The driver's side beacon to include red LED's. The rear lower light on the driver's side to be red. There shall be one (1) installed on the passenger's side with the lower light to the rear: The passenger's side beacon to include amber LED's. The rear lower light on the passenger's side to be red. The color of the lenses for all the LED's to be clear. There shall be a switch located in the cab on the switch panel to control the lights. The lower light may be load managed when the parking brake is applied. ELECTRICAL SYSTEM GENERAL DESIGN for ALTERNATING CURRENT The following guidelines shall apply to the 120/240 VAC system installation: General Any fixed line voltage power source producing alternating current (ac) line voltage shall produce electric power at 60 cycles plus or minus 3 cycles. Except where superseded by the requirements of NFPA 1901, all components, equipment and installation procedures shall conform to NFPA 70, National Electrical Code (herein referred to as the NEC). Line voltage electrical system equipment and materials included on the apparatus shall be listed and installed in accordance with the manufacturer's instructions. All products shall be used only in the manner for which they have been listed. Grounding Grounding shall be in accordance with Section "Portable and Vehicle Mounted Generators" of the NEC. Ungrounded systems shall not be used. Only stranded or braided copper conductors shall be used for grounding and bonding. An equipment grounding means shall be provided in accordance with Section (Grounding Conductor Material) of the NEC. The grounded current carrying conductor (neutral) shall be insulated from the equipment grounding conductors and from the equipment enclosures and other grounded parts. The neutral conductor shall be colored white or gray in accordance with Section (Means of Identifying Grounding Conductors) of the NEC. In addition to the bonding required for the low voltage return current, each body and driving or crew compartment enclosure shall be bonded to the vehicle frame by a copper conductor. This conductor shall have a minimum amperage rating of 115 percent of the nameplate current rating of the power source specification label as defined in Section (amp capacities) of the NEC. A single conductor properly sized to meet the low voltage and line voltage requirements shall be permitted to be used. 37 P age

41 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM All power source system mechanical and electrical components shall be sized to support the continuous duty nameplate rating of the power source. OPERATION INSTRUCTIONS Instructions that provide the operator with the essential power source operating instructions, including the power-up and power-down sequence, shall be permanently attached to the apparatus at any point where such operations can take place. Provisions shall be made for quickly and easily placing the power source into operation. The control shall be marked to indicate when it is correctly positioned for power source operation. Any control device used in the drive train shall be equipped with a means to prevent the unintentional movement of the control device from its set position. A power source specification label shall be permanently attached to the apparatus near the operator's control station. The label shall provide the operator with the information detailed in Figure Direct drive (PTO) and portable generator installations shall comply with Article 445 (Generators) of the NEC. OVER CURRENT PROTECTION The conductors used in the power supply assembly between the output terminals of the power source and the main over current protection device shall not exceed " (3658 mm) in length. For fixed power supplies, all conductors in the power supply assembly shall be type THHW, THW, or use stranded conductors enclosed in nonmetallic liquid tight flexible conduit rated for a minimum of 194 degree Fahrenheit (90 degrees Celsius). For portable power supplies, conductors located between the power source and the line side of the main over current protection device shall be type SO or type SEO with suffix WA flexible cord rated for 600- volts at 194 degrees Fahrenheit (90 degrees Celsius). WIRING METHODS Fixed wiring systems shall be limited to the following: Metallic or nonmetallic liquid tight flexible conduit rated at not less than 194 degrees Fahrenheit (90 degrees Celsius) Or Type SO or Type SEO cord with a WA suffix, rated at 600 volts at not less than 194 degrees Fahrenheit (90 degrees Celsius) Electrical cord or conduit shall not be attached to chassis suspension components, water or fuel lines, air or air brake lines, fire pump piping, hydraulic lines, exhaust system components, or low voltage wiring. In addition the wiring shall be run as follows. Separated by a minimum of 12.00" (305 mm), or properly shielded, from exhaust piping Separated from fuel lines by a minimum of 6.00" (152 mm) distance Electrical cord or conduit shall be supported within 6.00" (152 mm) of any junction box and at a minimum of every 24.00" (610 mm) of continuous run. Supports shall be made of nonmetallic materials or corrosion protected metal. All supports shall be of a design that does not cut or abrade the conduit or cable and shall be mechanically fastened to the vehicle. WIRING IDENTIFCATION All line voltage conductors located in the main panel board shall be individually and permanently identified. The identification shall reference the wiring schematic or indicate the final termination point. When pre-wiring for future power sources or devices, the unterminated ends shall be labeled showing function and wire size. 38 P age

42 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM Wet Locations All wet location receptacle outlets and inlet devices, including those on hardwired remote power distribution boxes, shall be of the grounding type provided with a wet location cover and installed in accordance with Section "Receptacles and Cord Connections" of the NEC. All receptacles located in a wet location shall be not less than 24.00" (610 mm) from the ground. Receptacles on off-road vehicles shall be a minimum of 30.00" (762 mm) from the ground. The face of any wet location receptacle shall be installed in a plane from vertical to not more than 45 degrees off vertical. No receptacle shall be installed in a face up position. Dry Locations All receptacles located in a dry location shall be of the grounding type. Receptacles shall be not less than 30.00" (762 mm) above the interior floor height. All receptacles shall be marked with the type of line voltage (120-volts or 240-volts) and the current rating in amps. If the receptacles are direct current, or other than single phase, they shall be so marked. Listing All receptacles and electrical inlet devices shall be listed to UL 498, Standard for Safety Attachment Plugs and Receptacles, or other appropriate performance standards. Receptacles used for direct current voltages shall be rated for the appropriate service. ELECTRICAL SYSTEM TESTING The wiring and associated equipment shall be tested by the apparatus manufacturer or the installer of the line voltage system. The wiring and permanently connected devices and equipment shall be subjected to a dielectric voltage withstand test of 900-volts for one (1) minute. The test shall be conducted between live parts and the neutral conductor, and between live parts and the vehicle frame with any switches in the circuit(s) closed. This test shall be conducted after all body work has been completed. Electrical polarity verification shall be made of all permanently wired equipment and receptacles to determine that connections have been properly made. Operational Test per Current NFPA 1901 Standard The apparatus manufacturer shall perform the following operation test and ensure that the power source and any devices that are attached to the line voltage electrical system are properly connected and in working order. The test shall be witnessed and the results certified by an independent third-party certification organization. The prime mover shall be started from a cold start condition and the line voltage electrical system loaded to 100 percent of the nameplate rating. The power source shall be operated at 100 percent of its nameplate voltage for a minimum of two (2) hours unless the system meets category certification as defined in the current NFPA 1901 standard. Where the line voltage power is derived from the vehicle's low voltage system, the minimum continuous electrical load as defined in the current NFPA 1901 standard shall be applied to the low voltage electrical system during the operational test. GENERATOR The apparatus shall be equipped with a complete electrical power system. The generator shall be a 10 KW Hydraulic unit with electronic control. The wiring and generator installation shall conform to the present National Electrical Codes 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. 39 P age

43 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM The generator shall be driven by an engine transmission power take off unit, through a hydraulic pump and motor. The generator shall include an electrical control inside the cab. The hydraulic engagement supply shall be operational only after the chassis parking brake is applied. An electric/hydraulic valve shall supply hydraulic fluid to the clutch engagement unit provided on the chassis PTO drive. The generator hydraulic circuit shall include a soft start valve to protect the generator components during PTO engagement. Generator Instruments and Controls To properly monitor the generator performance a digital meter panel shall be furnished and mounted next to the circuit breaker panel. The meter shall indicate the following items: - Voltage - Amperage for both lines - Frequency - Generator run hours - Over current indication - Over temperature indication - Service required indication - "PTO" engagement indication - "Power On" indication - Two (2) fuse holders with two (2) amp fuses (for indicator light protection) The meter and indicators shall be installed near eye level in the compartment. Instruments shall be flush mounted in an appropriate sized weatherproof electrical enclosure. All instruments used shall be accurate within +/- Two (2) percent. Wiring: All electrical wiring shall be fine stranded copper type. The wire shall be sized to the load and circuit breaker rating; ten (10) gauge on 30 amp circuits, 12 gauge on 20 amp circuits and 14 gauge on 15 amp circuits. The cable shall be run in corner areas and extruded aluminum pathways built into the body for easy access. Load Center: The main load center shall be a Cutler Hammer with circuit breakers rated to load demand. Circuit Breakers: Individual breakers shall be provided for all on-line equipment to isolate a tripped breaker from affecting any other on-line equipment. GENERATOR LOCATION The generator shall be permanently mounted above the torque box above torque box. GENERATOR START There shall be a switch provided on the cab instrument panel to engage the generator. CIRCUIT BREAKER PANEL The circuit breaker panel shall be located low on the rear wall of compartment D5. ELECTRIC CORD REEL Furnished with the 120 volt AC electrical system shall be Two (2) Hannay, Series 1600, cord reel. The reel shall be provided with a 12 volt electric rewind switch that is guarded to prevent accidental operation 40 P age

44 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM and labeled for its intended use. The switch shall be protected with a fuse and installed at a height not to exceed 72.00" above the operators standing position. The exterior finish of the reel(s) shall be painted job color matching the body exterior. A captive roller assembly to 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 label shall be provided in a readily visible location adjacent to the reel. The label shall indicate current rating, current type, phase, voltage and total cable length. A total of two (2) cord reels shall be provided [Location, Electric Cord Reel]. The cord reel should be configured with three (3) conductors. CORD Provided for electric distribution shall be two (2) lengths, one (1) for each reel, of 200 feet of Carol Super Vu-Tron II yellow 12/3 electrical cord. A Hubbell L5-15, 15 amp, 120 volt, twist lock connector body shall be installed on the end of the cord. PORTABLE JUNCTION BOX There shall be a total of two (2) electrical junction box(es), listed for use in wet locations and provided with light to indicate power on. Each box shall be designed to keep the exterior electrical components above 2.00" of standing water, protected from corrosion, and capable of being carried with a gloved hand. There shall be a cable strain relief and direct connection, no plug provided for each box. Each box shall be powder coated yellow. Each Akron, EJBX, box shall be provided with the following receptacles: Four (4) 120 vac, 20 amp twist lock receptacles 120 VOLT RECEPTACLE There shall be [Qty,], 15 amp 120 volt AC three (3) wire straight blade duplex receptacle(s) with interior cover plate(s) installed [Location, Receptacle(s)]. The NEMA configuration for the receptacles shall be 5-15R. The receptacle(s) shall be powered from the shoreline inlet. There shall be a label installed near the receptacle(s) that state the following: Line Voltage Current Ratting (amps) Phase Frequency Power Source AUTOMATIC TIRE CHAINS The rear axle shall be equipped with an ON-SPOT automatic tire chain system. The system shall provide instant traction at the touch of a button, without having to stop the vehicle. The driver's dash shall have an electric control switch, clearly labeled for operation of the tire chains. The switch shall be provided with a guard to prevent accidental deployment of the tire chains. The switch when activated shall open a frame mounted solenoid, allowing air from the chassis air system to enter the spring loaded air cylinder and lower the chain wheel. The rubber covered chain wheel shall contact the inside of the tire causing the chain wheel to rotate and deploy the chains. The ON-SPOT automatic chains shall have six (6) lengths of chain, spaced at 60-degree intervals on the chain wheel, ensuring two chains between the tire and road surface for instant traction in slippery conditions whether accelerating, braking, or in a wheel lock up condition. The ON-SPOT chains shall be operable in When the chains are no longer needed the process is reversed, the dash board switch is turned off and the air is exhausted from the cylinder. The return springs in the air cylinder brings the chain wheels back to their resting position. One (1) Harness and Hose Routing either forward or reverse. 41 P age

45 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM TIRE SNOW CHAINS One set of manual snow chains for rear tires. EXHAUST SYSTEM The exhaust system shall be stainless steel from the turbo to the inlet of the selective catalytic reduction (SCR) device, and shall be 4.00" in diameter. The exhaust system shall include a diesel particulate filter (DPF) and an SCR device to meet current EPA standards. An insulation wrap shall be provided on all exhaust pipe between the turbo and SCR to minimize the transfer of heat to the cab. The exhaust shall terminate horizontally ahead of the passenger side rear wheels. A tailpipe diffuser shall be provided to reduce the temperature of the exhaust as it exists. Heat deflector shields shall be provided to isolate chassis and body components from the heat of the tailpipe diffuser. EXHAUST MODIFICATION The exhaust pipe shall be brought straight out from under the body. The exhaust pipe shall extend a maximum of 2.00" past the body side. The diameter of the pipe shall be 6.00". Retrofitted for Niederman System. RADIATOR The radiator and the complete cooling system shall meet or exceed NFPA and engine manufacturer cooling system standards. For maximum cooling performance, the radiator core shall be made of brass tubes with copper fins having a serpentine design. The tubes shall be welded to brass headers using the patented Beta-Weld process for increased strength, longer road life and solder-bloom corrosion protection. The radiator core shall have a minimum frontal area of 1063 square inches. Steel supply and return tanks shall be bolted to the core headers and steel side channels to complete the radiator assembly. The radiator shall be compatible with commercial antifreeze solutions. The radiator shall include an integral de-aeration/expansion tank. For visual coolant level inspection, the radiator shall have a built-in sight glass. The radiator shall be equipped with a 15 psi pressure relief cap. A drain port shall be located at the lowest point of the cooling system and/or the bottom of the radiator to permit complete flushing of the coolant from the system. A heavy-duty fan shall draw in fresh, cool air through the radiator. Shields or baffles shall be provided to prevent recirculation of hot air to the inlet side of the radiator. COOLANT LINES Rubber hose shall be used for all engine coolant lines to be installed by the chassis manufacturer. Hose clamps shall be stainless steel constant torque type to prevent coolant leakage. They shall react to temperature changes in the cooling system and expand or contract accordingly while maintaining a constant clamping pressure on the hose. WHEEL CHOCKS There shall be one (1) pair of folding aluminum alloy wheel blocks, with easy-grip handle provided. WHEEL CHOCK BRACKETS There shall be one (1) pair of horizontal mounting wheel chock brackets provided for the folding wheel chocks. The brackets shall be mounted under front left compartment. BRAKE SYSTEM A rapid build-up air brake system shall be provided. The air brakes shall include a two (2) air tank, three (3) reservoir system with a total of 4152 cubic inch of air capacity. A floor mounted treadle valve shall be mounted inside the cab for graduated control of applying and releasing the brakes. An inversion valve shall be installed to provide a service brake application in the unlikely event of primary air supply loss. All air reservoirs provided on the chassis shall be labeled for identification. All wheels shall lock when parking brake is applied. 42 P age

46 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM The rear axle spring brakes shall automatically apply in any situation when the air pressure falls below 25 PSI and shall include a mechanical means for releasing the spring brakes when necessary. An audible alarm shall designate when the system air pressure is below 60 PSI. A four (4) sensor, four (4) modulator anti-lock braking system (ABS) shall be installed on the front and rear axles in order to prevent the brakes from locking or skidding while braking during hard stops or on icy or wet surfaces. This in turn shall allow the driver to maintain steering control under heavy braking and in most instances, shorten the braking distance. The electronic monitoring system shall incorporate diagonal circuitry which shall monitor wheel speed during braking through a sensor and tone ring on each wheel. A dash mounted ABS lamp shall be provided to notify the driver of a system malfunction. The ABS system shall automatically disengage the auxiliary braking system device when required. The speedometer screen shall be capable of reporting all active defaults using PID/SID and FMI standards. Additional safety shall be accommodated through Automatic Traction Control (ATC) which shall be installed on the single rear axle. The ATC system shall apply the ABS when the drive wheels loose traction. The system shall scale the electronic engine throttle back to prevent wheel spin while accelerating on ice or wet surfaces. A momentary rocker style switch shall be provided and properly labeled mud/snow. When the switch is pressed once, the system shall allow a momentary wheel slip to obtain traction under extreme mud and snow conditions. During this condition the ATC light and the light on the rocker switch shall blink continuously notifying the driver of activation. Pressing the switch again shall deactivate the mud/snow feature. The Electronic Stability Control (ESC) unit is a functional extension of the electronic braking system. It is able to detect any skidding of the vehicle about its vertical axis as well as any rollover tendency. The control unit comprises an angular-speed sensor that measures the vehicle s motion about the vertical axis, caused, for instance, by cornering or by skidding on a slippery road surface. An acceleration sensor measures the vehicle s lateral acceleration. The Controller Area Network (CAN) bus provides information on the steering angle. On the basis of lateral acceleration and steering angle, an integrated microcontroller calculates a theoretical angular speed for the stable vehicle condition. The air tank shall be primed and painted to meet a minimum 750 hour salt spray test. To reduce the effects of corrosion, the air tank shall be mounted with stainless steel brackets. (No exception). - Air Dryer properly sized for the brake system with spin-on coalescing filter cartridge Watt Heater BRAKE LINES Color-coded nylon brake lines shall be provided. The lines shall be wrapped in a heat protective loom where necessary in the chassis. AIR INLET One (1) air inlet with male coupling shall be provided. It shall allow station air to be supplied to the apparatus brake system through a shoreline hose. The inlet shall be located on the driver side A check valve shall be provided to prevent reverse flow of air. The inlet shall discharge into the "wet" tank of the brake system. A mating female coupling shall also be provided with the loose equipment. 43 P age

47 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM AIR DISCHARGE It shall allow air to be supplied for maintenance. The discharge shall be located on the driver side pump panel. Tire air gauge and air fill adapter shall be provided. 25 feet of rubber airline hose with attached fitting on driver side compartment. Must have a air valve to control. DIRECTIONAL (Front) Front turn signals to be rectangular amber LED lamps housed in chrome bezels. The turn signals shall be housed in the same common bezel as the front warning light and be located above the headlights. In addition to the front facing directional, a marker/turn amber indicator shall be provided on each side of the cab. REAR FMVSS LIGHTING A pair of three (3) LED lamp modules shall be provided. Each module shall include the following: One (1) LED stop and tail light. One (1) LED sequential turn light (right or left). One (1) LED back up light. One (1) triple light, polished aluminum housing. The lights shall be mounted on the face of the rear body compartments. Four (4) red reflectors shall be provided. LICENSE PLATE BRACKET There shall be one (1) license plate bracket mounted on the driver's side above the warning lights. A white LED light shall illuminate the license plate. A polished stainless steel light shield shall be provided over the light that shall direct illumination downward, preventing white light to the rear. BACK-UP ALARM A solid-state electronic audible back-up alarm that actuates when the truck is shifted into reverse shall be provided. The device shall sound at 60 pulses per minute and automatically adjust its volume to maintain a minimum ten (10) DBA above surrounding environmental noise levels. When vehicle is in reverse all rear warning lights shall be activated. When back up alarm is activated all rear zone emergency lighting shall be activated automatically. For audio and visual warning. LIGHT, INTERMEDIATE There shall be one (1) pair of amber LED turn signal, marker lights furnished, one (1) each side, horizontally in the rear fender panel. A stainless steel trim shall be included with this installation. PERIMETER LIGHTS, CAB There shall be a grommet mount weatherproof LED 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. One(1) additional LED light to illuminate the turntable platform. The lighting shall be capable of providing illumination for an adequate work area 44 P age

48 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM PERIMETER LIGHTS, BODY There shall be a total of four (4) grommet mount, weatherproof lights provided on the apparatus. Two (2) LED lights shall be provided under the rear step area and two (2) LED lights shall be provided under the pump panel running boards. The LED 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.. STEP LIGHTS LED, step lights shall be provided. In order to ensure exceptional illumination on front cab, each light shall provide a minimum of 25 foot-candles (fc) covering an entire 15" x 15" square placed ten (10) inches below the light and a minimum of 1.5 fc covering an entire 30" x 30" square at the same ten (10) inch distance below the light. All other steps on the apparatus shall be illuminated per the current edition of NFPA STEERING COLUMN/ WHEEL The cab steering column which shall include a seven (7) position tilt, a 2.25 inch telescopic adjustment, and an inch, four (4) spoke steering wheel located at the driver s position. The steering wheel shall be covered with black polyurethane foam padding. The steering column shall contain a horn button, self-canceling turn signal switch, four-way hazard switch and headlamp dimmer switch. (A department coin shall be provided and mounted in the horn area.) LIGHT, CENTER BROW One (1) Light - 12 Volt LED Brow, FRC Spectra SPA830-Q15 One (1) Fire Research Spectra LED scene light(s) model SPA830-Q15 roof mount light shall be installed. The lower mounting bracket shall allow the bottom of the lamp head to pivot and the upper mounting bracket shall extend out on a turnbuckle that is adjustable to set the lamp head angle. Wiring shall extend from a weatherproof strain relief at the rear of the lamp head. The lamp head shall have sixty (60) ultra-bright white LEDs, 48 for flood lighting and 12 to provide a spot light beam pattern. It shall operate at 12/24 volts DC, draw 13/6.5 amps, and generate 15,000 lumens of light. The lamp head shall have a unique lens that directs flood lighting onto the work area and focuses the spot light beam into the distance. The lamp head shall be no more than 6" high by 14" wide by 4 3/4" deep. The lamp head and mounting arm shall be powder coated. The LED scene light shall be for fire service use. One (1) Switch - Brow Light Activation, Cab Mounted The cab A additional switch shall be located on the pump panel. THREE (3) SCENE LIGHTS LED CAB Sides- There will be two (2) Fire Research Spectra Model SPA851-Q20 white 12 volt LED scene light provided on a push up side mount pole, located on the back of the cab, one (1) each side. The light will be controlled by a switch at the driver s side switch panel. These lights will be connected to a DO NOT MOVE TRUCK Indicator circuit. Light Pole Guard- A polished stainless guard will be provided on each to cover the light pole. This guard will provide protection for the pole from any damage that may be caused by the couplings during removal of the hose from the cross lays. There will be a total of Two (2) guards provided. Their shall be One (1) mounted in the rear of engine drivers side this unit will be mounted as high as possible to provide scene lighting for the rear of the engine. 45 P age

49 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM Total of Three (3) EQUIPMENT MOUNTING All equipment supplied with the apparatus shall be mounted by the bidder at the factory or at the local warranty facility, as per the fire department s instructions. All loose equipment shall be supplied with brackets or custom fitted into mountings. PREVENTIVE MAINTENANCE The purchase price of the apparatus shall include annual preventive maintenance of the apparatus for a period of two (2) years (at 12 and 24 months in service). The maintenance shall be performed in the fire station by personnel of the manufacturer s authorized factory maintenance facility. As a minimum, the maintenance shall include change engine oil and filters, change fuel filters, lubricate all recommended points on the vehicle, change air filter, brake adjustment (if necessary), and all other service procedures recommended by the manufacturer of the apparatus and its components such as pump lubrication and service, generator hydraulic fluid change, automatic transmission fluid change, and so on. In addition, the person performing the service will provide the fire chief with a list of items observed that require repair that are not part of this contract or warranty. The fire department reserves the right to renew the maintenance contract at two-year intervals. TRAINING A training schedule shall be coordinated with the fire chief for a factory representative to familiarize the firefighters with the basic operation of the apparatus and its components for a minimum of three (4) consecutive days after delivery. The day of delivery shall not be considered one of these training days. Training shall include evenings and one weekend day. The day of delivery shall not be considered one of the training days The bidder agrees to allow a fire department representative to videotape the instructional presentation for future reference and training. REAR STEPS Aluminum tread plate corner steps and bright finished, non-skid folding steps shall be provided at the rear. The folding steps shall have a a luminescent coating that is rechargeable from any light source and can hold a charge for up to 24 hours. Each folding step shall incorporate an LED light to illuminate the stepping surface. The folding steps can be used as a hand hold with two openings wide enough for a gloved hand. All steps shall provide adequate surface for stepping. Three (3) additional folding steps shall be located on the driver's side exterior back wall of crew cab. The step(s) shall be bright finished, non-skid with a luminescent coating that is rechargeable from any light source and can hold a charge for up to 24 hours. Each step shall incorporate an LED light to illuminate the stepping surface. The step(s) can be used as a hand hold with two openings wide enough for a gloved hand. Three (3) additional folding steps shall be located on the passenger side, exterior back wall of crew cab. The step(s) shall be bright finished, non-skid with a luminescent coating that is rechargeable from any light source and can hold a charge for up to 24 hours. Each step shall incorporate an LED light to illuminate the stepping surface. The step(s) can be used as a hand hold with two openings wide enough for a gloved hand. 46 P age

50 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM HURST E DEAULIC RESCUE TOOLS 1 Hurst S-700 E 2 Cutter 1 Hurst SP-310 E 2 Spreader 2 Hurst SC 357 E 2 Combination Tool 2 Hurst 110 Volt Adapter 1 Hurst 12 Volt Bank Charger 4 Batteries NFPA REQUIRED LOOSE EQUIPMENT PROVIDED BY FIRE DEPARTMENT The following loose equipment as outlined in NFPA 1901, 2016 edition, section shall be provided by the fire department. Two (2) 3 ft - 4 ft plaster hooks with D handles mounted in brackets fastened to the apparatus. Two (2) crowbars. Two (2) claw tools. Two (2) 12 lb (5 kg) sledgehammers. One (1) SCBA complying with NFPA 1981 for each assigned seating position, but not fewer than four (4), mounted in brackets fastened to the apparatus or stored in containers supplied by the SCBA manufacturer. One (1) spare SCBA cylinder for each SCBA carried, each mounted in a bracket fastened to the apparatus or stored in a specially designed storage space(s). One (1) first aid kit. Six (6) salvage covers, each a minimum size of 12 ft 18 ft (3.6 m 5.5 m). Four (4) combination spanner wrenches. Two (2) scoop shovels. One (1) pair of bolt cutters, 24" (0.6 m) minimum. Four (4) ladder belts meeting the requirements of NFPA One (1) 150 ft (45 m) light-use life safety rope meeting the requirements of NFPA One (1) 150 ft (45 m) general-use life safety rope meeting the requirements of NFPA Two (2) 150 ft (45 m) utility ropes having a breaking strength of at least 5000 lb (2300 kg). One (1) box of tools. One (1) traffic vest for each seating position, each vest to comply with ANSI/ISEA 207, Standard for High Visibility Public Safety Vests, and have a five-point breakaway feature that includes two (2) at the shoulders, two (2) at the sides, and one (1) at the front. Five (5) fluorescent orange traffic cones not less than 28.00" (711 mm) in height, each equipped with a 6.00" (152 mm) retro-reflective white band no more than 4.00" (152 mm) from the top of the cone, and an additional 4.00" (102 mm) retro-reflective white band 2.00" (51 mm) below the 6.00" (152 mm) band. Five (5) illuminated warning devices such as highway flares, unless the five (5) fluorescent orange traffic cones have illuminating capabilities. One (1) automatic external defibrillator (AED). 47 P age

51 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM One (1) double female 2.50" adapter with National Hose Threads (if equipped with a fire pump). One (1) double male 2.50" adapter with National Hose Threads (if equipped with a fire pump). One (1) rubber mallet, for use on suction hose connections (if equipped with a fire pump). Two (2) hydrant wrenches (if equipped with a fire pump). If the supply hose carried does not use sexless couplings, an additional double female adapter and double male adapter, sized to fit the supply hose carried, shall be carried mounted in brackets fastened to the apparatus (if equipped with a fire pump). If none of the pump intakes are valved, a hose appliance that is equipped with one or more gated intakes with female swivel connection(s) compatible with the supply hose used on one side and a swivel connection with pump intake threads on the other side shall be carried. Any intake connection larger than 3.00" (75 mm) shall include a pressure relief device that meets the requirements of (if equipped with a fire pump). If the apparatus does not have a 2.50" National Hose (NH) intake, an adapter from 2.50" NH female to a pump intake shall be carried, mounted in a bracket fastened to the apparatus if not already mounted directly to the intake (if equipped with a fire pump). If the supply hose carried has other than 2.50" National Hose (NH) threads, adapters shall be carried to allow feeding the supply hose from a 2.50" NH thread male discharge and to allow the hose to connect to a 2.50" NH female intake, mounted in brackets fastened to the apparatus if not already mounted directly to the discharge or intake (if equipped with a fire pump). DRY CHEMICAL EXTINGUISHER PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section requires one (1) approved dry chemical portable fire extinguisher with a minimum 80-B:C rating mounted in a bracket fastened to the apparatus. The extinguisher is not on the apparatus as manufactured. The fire department shall provide and mount the extinguisher. WATER EXTINGUISHER PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, section requires one (1) 2.5 gallon or larger water extinguisher mounted in a bracket fastened to the apparatus. The extinguisher is not on the apparatus as manufactured. The fire department shall provide and mount the extinguisher. FLATHEAD AXE PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section requires two (2) flathead axes mounted in brackets fastened to the apparatus. The axes are not on the apparatus as manufactured. The fire department shall provide and mount the axes. PICKHEAD AXES PROVIDED BY FIRE DEPARTMENT NFPA 1901, 2016 edition, Section requires three (3) pick head axes mounted in brackets fastened to the apparatus. The axes are not on the apparatus as manufactured. The fire department shall provide and mount the axes. (Location to be determined at Pre-con) 48 P age

52 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM FIVE SECTION AERIAL PLATFORM (minimum of 90 and a max of 95 ) GENERAL INFORMATION It is the intent of these specifications to describe a mid-mounted telescoping, elevating platform. The unit shall consist of a five (5) section, steel ladder with a self-leveling basket attached to the ladder fly section. OPERATION ON GRADES The aerial unit shall be capable of operating safely, on any slope up to 10 degrees at full capacities. (Operation beyond this limit shall be at the operator's discretion.) CONSTRUCTION STANDARDS The ladder shall be constructed to meet all of the requirements as described in the current edition of NFPA These capabilities shall be established in an unsupported configuration. All structural load supporting elements of the aerial device that are made of a ductile material shall have a design stress of not more than 50% of the minimum yield strength of the material based on the combination of the live load and the dead load. This 2:1 structural safety factor meets the current NFPA 1901 standard. All structural load supporting elements of the aerial device that are made of non-ductile material shall have a design stress of not more than 20% of the minimum ultimate strength of the material, based on the combination of the rated capacity and the dead load. This 5:1 safety factor meets the current 1901 NFPA standard. The aerial device shall be capable of sustaining a static load one and one-half times its rated tip load capacity (live load) in every position in which the aerial device can be placed when the vehicle is on a firm level surface. The aerial device shall be capable of sustaining a static load one and one-third times its rated tip load capacity (live load) in every position the aerial device can be placed when the vehicle is on a slope of five degrees downward in the direction most likely to cause overturning. With the aerial device out of the cradle in the in the fully extended position at zero degrees elevation, a test load shall be applied in a horizontal direction normal to the centerline of the ladder. The turntable shall not rotate and the ladder shall not deflect beyond what the product specification allows. All welding shall be in compliance with the American Welding Society standards. All welding personnel shall be certified, as qualified under AWS welding codes. All material and welds shall have a fatigue life structural safety factor of 2:1. This shall be derived from taking into account structure weight, payload, wind load, ice load, nozzle reactions, and dynamics. The aerial device shall be capable of operating with the maximum rated tip load in either of the two (2) following conditions: - Conditions of high wind up to 50 mph - Conditions of icing, up to a coating of.25" over the entire aerial structure All of the design criteria must be supported by the following test data: - Strain gage testing of the complete aerial device - Analysis of deflection data taken while the aerial device was under test load The following standards for materials are to be used in the design of the aerial device: - Materials are to be certified by the mill that manufactured the material - Materials that are certified or recertified by vendors other than the mill shall not be acceptable - Material testing that is performed after the mill test shall be for verification only and not with the intent of changing the classification. LADDER CONSTRUCTION The ladder shall be comprised of five (5) sections and shall extend to a nominal height, of 95 feet above the ground, as measured by 1901 recommendations. The ladder (handrails, base rails, trusses, k-braces and rungs) shall be constructed of welded, high strength steel certified by the manufacturer as being a 49 P age

53 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM minimum of 70,000 pounds per square inch of yield strength. Each section shall be trussed diagonally, vertical and horizontally using round steel tubing. All critical points shall be reinforced, for extra rigidity, and to provide a high strength-to-weight ratio. All ladder rungs shall be round and welded to each section in two (2) places with "K" bracing for rigidity. A minimum of 85" of overlap between each of the aerial sections shall be provided. The inside width dimensions of the ladder shall be: Specified within bid submission VERTICAL HEIGHT The height of the unit shall extend to no less than 90, as measured by a plumb line from the top surface of the basket handrail assembly to the ground, with the basket raised to a 75 degree angle. The aerial device shall be measured, in this manner, for accurate comparison. HORIZONTAL REACH The measurement of horizontal reach shall be consistent with NFPA standards. MOUNTING OF ELEVATING PLATFORM The aerial device shall be mid mounted, to a torque box, on the truck chassis. Rear mounted aerial devices shall not be acceptable. TORQUE BOX A "torsion box" sub frame shall be installed between the two sets of stabilizers. The torque box shall be constructed of 50,000 pounds per square inch yield 6.00" by 10.00" steel tubing with an integral ladder storage box. The torque box sub frame assembly shall be capable of withstanding all torsion and horizontal loads when the unit is on the stabilizers. The torque box shall be bolted to the chassis frame rails using thirty two.750" SAE grade 8 bolts with nuts. TURNTABLE The turntable shall be a 1.00" thick aluminum deck, coated with a non-skid, chemical resistant material in the walking areas. The stepping surfaces shall meet the skid-resistance requirements in the current NFPA 1901 standard. The turntable shall measure 66.50" long x " wide. The turntable shall include an enclosure for the hydraulic valve and rotation motors, which shall also serve as a step, for access to the ladder. The turntable handrails shall be a minimum 42" high and shall not increase the overall travel height of the vehicle. The handrails shall be constructed from 1.62" diameter extruded 6061-T6 aluminum with a slip resistant knurled surface. The handrails shall be anodized to resist corrosion. ELEVATION SYSTEM Two (2) double acting, lift cylinders shall be utilized to provide smooth operations. The lift cylinder shall be attached to each side of the base section. The lift cylinder rod shall be chrome plated, to provide smooth operation of the aerial and reduce seal wear. The lift cylinders shall be equipped with integral holding valves located in the cylinder; to prevent the unit from descending should the charged lines be severed, at any point within the hydraulic system and to maintain the ladder in the bedded position during road travel. The integral holding valves shall NOT be located in the transfer tubes. The elevation system shall be controlled by the microprocessor. The microprocessor shall provide the following features: - Collision avoidance of the elevation system to prevent accidental body damage - Automatic deceleration when the aerial device is lowered into the cradle - Automatic deceleration at the end of stroke, in maximum raise and lower positions - Deceleration of the aerial device from 0 to -8 degrees EXTENSION/RETRACTION SYSTEM A hydraulically powered, extension and retraction system shall be provided through dual hydraulic cylinders and wire ropes. The extension cylinder shall have a 4.50" internal diameter (bore), 2.00" 50 P age

54 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM diameter rod and a 99.62" stroke. Each set shall be capable of operating the ladder in the event of a failure, of the other. For safety, systems that use only a single extension/retraction system shall not be acceptable. The extension cylinder rod shall be chrome plated to provide smooth operation of the aerial device and reduce seal wear. The extension/retraction cylinders shall be equipped, with integral holding valves, to prevent the unit from retracting should the charged line be severed, at any point within the hydraulic system. The integral holding valves shall NOT be located in the transfer tubes. Wire ropes and attaching systems used to extend and retract the fly sections shall have a 5:1 safety factor based on the ultimate strength under all operating conditions. The factor of safety for the wire rope shall remain above 2:1 during any extension or retraction stall. The minimum ratio of the diameter of wire rope used to the diameter of the sheave used shall be 1:12. Wire ropes shall be constructed of seven (7) strands over an inner wire core for increased flexibility. The wire rope shall be galvanized to reduce corrosion. The extension/retraction system shall be controlled by the microprocessor. The microprocessor shall provide the following features: - Automatic deceleration at the end of stroke, in maximum extends and retracts positions - Controls the rate of retraction while flowing water All sheaves shall be greaseless and all sheave pins and pivot pins shall be polished stainless steel. (no exception) ROTATION SYSTEM A 54.00" diameter, external tooth, monorace rotation bearing shall be used for the rotation system and shall provide 360 degree continuous rotation. The turntable shall be bolted to the bearing using 36 SAE grade 8,.875" diameter bolts. To secure the bearing to the base support, 36 grade 8,.875" diameter bolts shall be used. The turntable base and the torque box bearing plate shall be machined to fit the bearing, thereby providing even distribution of forces. Two (2) hydraulically driven, planetary gear boxes, with drive speed reducer, shall be used to provide infinite and minute rotation control, throughout the entire rotational travel. Each planetary gearbox has a torque rating of 130,000 pounds per square inch. A spring applied, hydraulically released, disc type, swing brake shall be furnished to provide positive braking of the turntable assembly. Provisions shall be made for auxiliary operation of the rotation system should complete loss of normal hydraulic power occur. The rotation system shall be controlled by the microprocessor. The microprocessor shall provide the following features: - Envelope control of rotation system to prevent accidental body damage - Prevent the aerial from being rotated into the short-jacked side of the unit MANUAL OVERRIDE CONTROLS Manual override controls shall be provided for all aerial and stabilizer functions. LADDER SLIDE MECHANISM UHMW polyethylene wear pads shall be used between the telescoping ladder sections, to provide greater bearing surface area for load transfer. Adjustable slide pads shall also be used to control side play between the ladder sections. BASKET LEVELING SYSTEM A basket leveling system shall be provided and so designed, that the basket with it's rated load, can be supported and maintained level, relative to the turntable, regardless of the elevation or flexion of the ladder. Basket leveling shall be accomplished by hydraulic circuitry, that is independent from the main hydraulic system. The leveling of the basket features a dual master/slave hydraulic cylinder system, with each side capable of supporting the load, while maintaining the basket level. Two (2) master cylinders are mounted between the turntable and the base ladder section, with two (2) slave cylinders mounted between the ladder fly section and the basket. The slave and master cylinders are 100% matched, so as the ladder is 51 P age

55 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM raised or lowered, exact amounts of hydraulic fluid are transferred between the master and slave cylinders thus maintaining the basket level. The hydraulic circuitry includes pressure operated counter balance valves, on the load side of the slave cylinders, to prevent the basket from tipping should the hydraulic lines be severed. The microprocessor shall control the level of the basket during bedding operations, preventing the basket from hitting the body deck when the truck is setup on unlevel ground. ROTATION INTERLOCK The microprocessor shall be used to prevent the rotation of the aerial device, to the side in which the stabilizers have not been fully deployed (short-jacked). The microprocessor shall allow full and unrestricted use of the aerial, in the 180 degree area, on the side(s) where the stabilizers have been fully deployed. The system shall also have a manual override, to comply with NFPA SYSTEMS THAT PERMIT THE AERIAL TO ROTATE TO THE "SHORT JACK" SIDE, WITHOUT AUTOMATICALLY STOPPING THE ROTATION AND/OR WITHOUT ACTUATION OF THE "MANUAL OVERRIDE", SHALL NOT BE ACCEPTED. SYSTEMS THAT ONLY INCLUDE AN ALARM ARE NOT CONSIDERED AN INTERLOCK AND SHALL NOT BE ACCEPTED. LOAD CAPACITIES The following load capacities shall be established with the stabilizers at full horizontal extension and placed in the down position to level the truck and to relieve the weight from the tires and axles. Capacities shall be based upon full extension and 360 degree rotation. A load chart, visible at the operator's station, shall be provided. The load chart shall show the recommended safe load at any condition of the aerial device's elevation and extension. (No exception) 50 MPH WIND CONDITIONS/DRY Degree of Elevation -8 to 9 10 to to to to to to 75 Basket Fly Upper Mid Center Mid Lower Mid Base WATER TOWER OPERATION The following capacities shall be based upon continuous 360 degree rotation and full extension. 50 MPH WIND CONDITIONS/WATER CHARGED Degree of Elevation -8 to 9 10 to to to to to to 75 Basket Fly Upper Mid Center Mid Lower Mid Base ELEVATION 0 to 75 DEGREES The aerial device shall be able to maintain the above load capacities while flowing up to 1500 GPM and a nozzle position of 0 to 90 degrees to either side of the ladder centerline, and as far above and below horizontal to the platform as nozzle design allows. 52 P age

56 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM The aerial device shall be able to maintain the above load capacities while flowing up to 2000 GPM and a nozzle position of 0 to 45 degrees to either side of the ladder centerline, and as far above and below horizontal to the platform as nozzle design allows. Reduced loads in the basket can be redistributed in 250 lb. Increments to the fly, mid, or base as needed. LADDER CRADLE INTERLOCK SYSTEM A ladder cradle interlock system shall be provided through the microprocessor to prevent the lifting of the aerial device from the nested position until the operator places all the stabilizers in a load supporting configuration. A switch shall be installed at the boom support to prevent operation of the stabilizers once the aerial has been elevated from the nested position. AERIAL BOOM SUPPORT LIGHT There shall be one (1) Amdor, Model Luma Bar H2O, white LED strip light mounted on the boom support cradle. This light shall be activated when the aerial master switch is activated. TORQUE BOX A special torque box shall be provided for this unit. The torque box shall be 36.00" shorter at the rear of the torque box. AERIAL BOOM PANEL There shall be one boom panel provided on each side of the aerial ladder base section. The boom panel shall be painted red 401. The boom panels shall be designed so no mounting bolts are in the face of the panel. This shall keep the lettering surface free of holes. EXTENSION INDICATOR Extension markings and corresponding numerical indicators shall be provided along each inside top rail of the base section of the aerial every ten (10) feet. They shall indicate various positions of extension up to full. Markings and indicators shall be clearly visible to the console operator. To aid in visibility during hours of darkness, the markings and numerical indicators shall be of a white reflective material. AERIAL DEVICE RUNG COVERS Each rung shall be covered with a secure, heavy-duty, fiberglass pultrusion that incorporates an aggressive, no-slip coating. The rung covers shall be glued to each rung, and shall be easily replaceable should the rung cover become damaged. The center portion of each rung cover shall be black and the outside 2.00" edge at each side shall be safety yellow. Under no circumstances shall the rung covers be fastened to the rungs using screws or rivets (no exception). The rung covers shall have a 10-year, limited warranty. PIKE POLE MOUNTING BRACKETS Mounting shall be provided near the end of the fly section of the aerial ladder for one (1) pike pole(s). The bracket shall be sized to hold a Fire Hooks Unlimited 10' pike pole. LADDER STORAGE MOUNTING BRACKETS There shall be D/A finished brackets provided near the end of the fly section of the aerial for mounting a roof ladder. The mounting brackets shall accommodate a 16' Duo-Safety 875-A-DR, 16.00" wide roof ladder as determined by the type of aerial device and the available space. 53 P age

57 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM BASKET STRUCTURE The complete basket structure shall be constructed of welded high strength steel certified by the manufacturer to have a minimum of 46,000 lb per square inch yield strength. Modular construction of the aerial platform basket shall allow for easy component replacement should the basket become damaged during use. The aerial basket shall be fully tested and independent third party certified. The flooring and front decking of the basket shall be multi-piece Morton Cass material, preventing the accumulation of water on the standing surface. The floor shall measure approximately 34.00" long x 68.00" wide. The stepping surfaces shall meet the skid-resistance requirements per the current edition of NFPA 1901 The outside basket steps used for transferring in and out of the basket shall be at the same level as the basket floor. The steps on the front are approximately 16.00" deep. The front corners of the basket step shall be mitered at 45 degrees to allow the basket to be maneuvered closer to buildings when approaching at an angle. A heavy extruded rubber bumper strip shall be fastened to the outside edge of the step. Four (4) stainless steel pompier belt safety loops shall be attached to the inside of the basket. Two (2) lifting eyes shall be provided on the bottom side of the basket support structure. Two (2) rubber bumpers are provided on the bottom side of the basket structure for damage protection when setting it down on a surface. The basket interior shall be illuminated as required per the current edition of NFPA All hoses and wiring at the basket shall be fully enclosed. Electrical sub-components shall be mounted at the rear of the basket in a separate enclosure for easy servicing while maintaining an unobstructed basket interior. BASKET SIDES The sides of the basket shall be of solid single pan aluminum construction and, along with the basket doors, shall form a continuous 42.00" high wall around the basket. The modular design of the basket shall allow for easy replacement of components in case of damage. BASKET ENTRANCES/EXITS Two swing-in, spring-loaded, self-closing double pan doors constructed of aluminum shall be provided at the front of the basket. The basket doors shall be provided with impact release door latches that allow the basket door to be opened from outside the basket by applying pressure to the outside of the door with the foot or hand. A tread plate scuff plate shall be provided at the bottom exterior of the doors.. The rear of the basket shall be equipped with a vertical self-closing gate for transfer to and from the platform's ladder device. Telescoping-type handrails shall be provided as a banister to bridge the gap between the basket and the fly section at all elevations. ACCESSORY MOUNTING RECEPTACLES Two (2) universal accessory mounting receptacles shall be permanently affixed on the front of the basket to receive options such as the rescue basket holders, rappelling arms, roof ladder brackets, winch, etc. Complete interchangeability shall be required without modification to the basket. HOSE BOX AT PLATFORM There shall be one (1) hose storage box(es) with a cover and rubber hood latch provided at the platform. The box(es) shall be located at the right side of the basket when viewed from the turntable and shall match the finish of the aerial device. The box(es) shall be sized to fit 100' of 2.00" diameter hose. AIR BOTTLE STORAGE AT PLATFORM There shall be a box with a cover and rubber hood latch provided at the platform. The box shall hold two (2) air bottles. The box shall be located at the left side of the basket when viewed from the turntable and shall match the finish of the aerial device. The box shall be sized to fit Scott, min bottles, air bottles. 54 P age

58 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM AXE MOUNTING BRACKETS Brackets shall be provided in the aerial platform basket for mounting one (1) fire axe(s). The type of axe mounted here shall be a pick head axe. The mounting plates for this installation shall be stainless steel. TOP EDGE OF BASKET SCUFFPLATE A scuff plate shall be applied to the top edge of the perimeter of the platform basket. The scuff plate shall wrap the top edge of the basket including the edge where any hose storage box may be located. The scuff plate shall not have any screws on the top of the scuff plate to protect against paint damage during usage. Each scuff plate shall be approximately 1.00" x 2.00" x 4.00" with the longer surface applied to the exterior of the aerial basket. The scuff plate shall be made of brushed stainless steel. LIGHTS FOR TURNTABLE WALKWAY There shall be white LED lights provided at the aerial turntable. The lights shall be located to illuminate the entire walking surface of the turntable including the area around the turntable console. These lights shall be activated by the aerial master switch. TURNTABLE CONSOLE LIGHTING There shall be one (1), Amdor Luma Bar H2O, white LED light strip mounted in the turntable console cover to illuminate the controls located on both the upper and lower portion of the turntable control station. These lights shall be activated by the aerial master switch. BASKET HEAT SHIELDS A heat reflective shield shall be provided on the front, sides and bottom of the basket. The double pan basket access doors shall form the heat shield at the front of the basket. The area between the access doors and behind the monitor(s) shall be shielded with a horizontally hinged single pan aluminum fold down panel. The side heat shields shall be formed by a single sheet of.090" aluminum. These heat shields shall be painted to match the aerial device. Full under the basket heat shield protection with a non-glare finish shall be provided with dual swingdown doors for ease of servicing and clean out. INFORMATION CENTER There shall be an information center provided. The information center shall operate in temperatures from -40 to 185 degrees Fahrenheit. The information center shall employ a Linux operating system and a 7.00" (diagonal measurement) LCD display. The LCD shall have a minimum 400nits rated, color display. The LCD shall be sunlight readable. The LCD display shall be encased in an ABS, black plastic housing with a gray decal. There shall be five (5), weather-resistant user interface switches provided. The LCD display can be changed to an available foreign language. OPERATION The information center shall be designed for easy operation in everyday use. There shall be a page button to cycle from one screen to the next screen in a rotating fashion. A video button shall allow an NTSC signal into the information center to be displayed on the LCD. If any button is pressed while viewing a video feed, the information center shall return to the vehicle information screens. There shall be a menu button to provide access to maintenance, setup, and diagnostic screens. All other button labels shall be specific to the information being viewed. GENERAL SCREEN DESIGN Where possible, background colors shall be used to provide vehicle information At A Glance. If the information provided on a screen is within acceptable limits, a green background color shall be used. If the information provided on a screen is not within acceptable limits, an amber background color shall indicate a caution condition and a red background color shall indicate a warning condition. Every screen in the information center shall include the aerial tip temperature, the time (12 or 24-hour mode) and a text Alert Center. The time shall be synchronized between all Command Zone color displays located on the vehicle. The Alert Center shall display text messages for audible alarms. The text 55 P age

59 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM messages shall identify any items causing the audible alarm to sound. If more than one (1) audible alarm is activated, the text message for each alarm shall cycle every second until the problems have been resolved. The background for the Alert Center shall change to indicate the severity of the warning message. Amber shall indicate a caution condition and red shall indicate a warning condition. If a warning and a caution condition occur simultaneously, the red background color shall be shown for all Alert Center messages. A label shall be provided for each button. The label shall indicate the function for each active button for each screen. If the button is not utilized on specific screens, it shall have a button label with no text. Symbols shall accurately depict the aerial device type the information pertains to such as rear mount ladder, rear mount platform, midmount ladder or midmount platform. PAGE SCREENS The Information center shall include the following pages: The Aerial Main and Load Chart page shall indicate the following information: - Rungs Aligned and Rungs Not Aligned shall be indicated with text and respective green or red colored ladder symbols. - Ladder Elevation shall be indicated via a fire apparatus vehicle with ladder symbol with the degree of elevation indicated between the vehicle and ladder. - Water Flow (if applicable) shall be indicated via a water nozzle symbol and text indicating flow / time. - Breathing Air Levels shall be indicated via an air bottle symbol and text indicating the percent (%) of air remaining. A green bar graphs shown inside the bottle shall indicate oxygen levels above 20%. A red bar graph shall indicate oxygen levels at or below 20%. When oxygen levels are at or below 10% the red bar graph shall flash. - The Aerial Load Chart shall indicate the load limit on each section of the ladder based on actual ladder position and water flow (if applicable). - At A Glance color features shall be utilized on this screen. Caution type conditions shall be indicated via a yellow background. Warning type conditions shall be indicated via a red background. Conditions operating within acceptable limits shall be indicated via a green background. The Aerial Reach and Hydraulic Systems page shall indicate the following information: - Aerial Hydraulic Oil Temperature shall be indicated with symbol and text. At a glance features shall be utilized. - Aerial Hydraulic Oil Pressure shall be indicated with a symbol and text. At a glance features shall be utilized. - The following calculations shall be indicated on a representative vehicle symbol: - Aerial Device Extension length. - Aerial Device Height indicating the height of the aerial device tip from the ground. - Aerial Device Reach indicating the horizontal distance the aerial reaches from the turntable. - Aerial Device Angle indicating the angle from the vehicle which the device is at. - At A Glance color features shall be utilized on this screen. Caution type conditions shall be indicated via a yellow background. Warning type conditions shall be indicated via a red background. Conditions operating within acceptable limits shall be indicated via a green background. The Level Vehicle page shall indicate the following information: - The grade of the vehicle shall be indicated via a fire apparatus vehicle symbol with the degree of grade shown in text format. The symbol shall tilt dependent on the vehicle grade. - The slope of the vehicle shall be indicated via a fire apparatus vehicle symbol with the degree of slope shown in text format. The symbol shall tilt dependent on the vehicle slope. - Outriggers status shall be indicated via a colored symbol for each outrigger present. Each outrigger status shall be defined as one of the following: - Outrigger stowed indicated with a silver pan located close to the vehicle - Outrigger fully extended indicated with a fully deployed green outrigger - Outrigger short-jacked indicated by a yellow outrigger partially deployed 56 P age

60 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM - Outrigger not set indicated by a red outrigger that is not set on the ground - A text box located on the vehicle symbol shall be utilized to identify the overall status of the outrigger leveling system. The following status shall be indicated in the text box: - Deployed status shall indicate all outriggers are properly set on the ground at full extension - Shortjacked status shall indicate one or more outriggers are set on the ground but not fully extended. - Not Set status shall indicate one or more outriggers are not properly set on the ground. - Stowed status shall indicate all outriggers are stowed for vehicle travel. - A bedding assist alert shall indicate that the aerial device is being aligned by the Command Zone system as the operator lowers the aerial device into the cradle with the joystick. - At A Glance color features shall be utilized on this screen. Caution type conditions shall be indicated via a yellow background. Warning type conditions shall be indicated via a red background. Conditions operating within acceptable limits shall be indicated via a green background. MENU SCREENS The following screens shall be available through the Menu button: The View System Information screen shall display aerial device hours, aerial PTO hours, ladder aligned for stowing, aerial rotation angle, total water flow (if applicable), and aerial waterway valve status (if applicable). The Set Display Brightness screen shall allow brightness increase and decrease and include a default setting button. The Configure Video Mode screen shall allow setting of video contrast, video color and video tint. The Set Startup screen allows setting of the screen that shall be active at vehicle power-up. The Set Date and Time screen has a 12- or 24-hour format, and allows setting of the time and date. The View Active Alarms screen shows a list of all active alarms including the date and time of each alarm occurrence and shows all alarms that are silenced. The System Diagnostics screen allows the user to view system status for each module and its respective inputs and outputs. Viewable data shall include the module type and ID number; the module version; and module diagnostics information including input or output number, the circuit number connected to that input or output, the circuit name (item connected to the circuit), status of the input or output, and other module diagnostic information. Aerial Calibrations screen indicates items that may be calibrated by the user and instructions to follow for proper calibration of the aerial device. Button functions and button labels may change with each screen. LOWER CONTROL STATION A lower control station shall be centrally located, at the rear of the apparatus, in an easily accessible area. The controls and indication labels shall be illuminated, for nighttime operation. The following items shall be furnished at the console and be clearly identified and conveniently located for ease of operation and viewing: - Auto leveling switch - Override switch to override microprocessor - Emergency power unit switch AERIAL DEVICE CONTROL STATIONS There shall be two (2) device control stations; one (1) shall be referred to as the basket control station and the other as the turntable control station. All elevation, extension and rotation controls shall operate from both of these locations. The controls shall permit the operator to regulate the speed of the aerial functions, within the safe limits, as determined by the manufacturer and NFPA standards. The controls shall be grouped and operate in an identical manner at both stations for similarity of operation. The controls shall be clearly marked and lighted for nighttime operation. 57 P age

61 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM Each control shall be equipped, with a positive lock to hold the control in a neutral position, preventing accidental activation. In addition to the neutral lock, a console cover shall be provided at the turntable control station. The controls shall be so designed to allow the turntable control station to immediately override the basket controls, even if the ladder is being operated by the basket controls. TURNTABLE CONTROL STATION The turntable control station shall be located, on the driver's side of the turntable, so the operator may easily observe the basket while operating the controls. The following items shall be installed at the turntable control station, clearly identified, lighted for nighttime operation and conveniently located for ease of operation and viewing: Intercom controls Tip tracking light switch Emergency power unit switch Operator's load chart Three speed performance switch The aerial function controls, elevation, rotation, extension/retraction shall be mounted in a separate control box, which shall be attached to the front of the turntable control console, by means of an easily removable slide mechanism. The aerial function control box shall have infinite positions on the turntable. The electrical connection shall be by a permanently attached, strain relieved, coiled cord. The legend for the control lever functions shall be illuminated. TURNTABLE WORK LIGHTS There shall be seven (7), LED white 12 volt DC work lights installed on the turntable, to illuminate the surrounding area for nighttime operation. The work lights shall be activated by the aerial master switch. AIR HORN BUTTON An air horn button shall be provided at the turntable control console. BASKET CONTROL CONSOLE The basket instrument panel shall be located at the front center, of the aerial platform. The following controls shall be installed at the console and be clearly identified, illuminated for nighttime operation and conveniently located for ease of operation and viewing: - Intercom controls - Operator's load chart -Three speed performance switch AERIAL FUNCTION CONTROLS The aerial function controls, elevation, rotation, extension/retraction shall be mounted in a separate control box, which shall be attached to the front of the platform control console, by means of an easily removable slide mechanism. The aerial function control box shall have infinite positions along with three (3) fixed attachment points in the basket. The electrical connection shall be by a permanently attached, strain relieved, coiled cord. The legend for the control lever functions shall be illuminated. HIGH IDLE The high idle shall be controlled by the microprocessor. The microprocessor shall automatically adjust the engine rpm, to compensate for the amount of load placed upon the system. The system shall include a safety device that allows activation of the high idle, only when the parking brake is set and the transmission is placed in neutral. 58 P age

62 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM STABILIZERS The stabilizer system, "H" type, shall consist of four (4) independently operated double box beam "out and down" stabilizers. The forward stabilizers, located behind the chassis cab, shall have a lateral spread of 18 feet. The rear stabilizers, located behind the rear wheels, shall have a lateral spread of 16 feet. The stabilizers shall form an integral part of the substructure. Also, this arrangement shall ensure that the under truck clearance and angle of departure are not reduced. The system shall be equipped with an audible alarm that activates during the operation of the stabilizers. The front extension cylinders shall extend and retract independently of the vertical cylinders the rear extension cylinders shall extend and retract independently of the vertical cylinders. There shall be four (4) replaceable nylon slide pads to provide smooth operation for each horizontal stabilizer beam. Each stabilizer vertical cylinder shall have a 4.25" internal diameter (bore) and a 3.00" diameter chromium-plated cylinder rod. Each stabilizer vertical cylinder shall be equipped with both an integral holding valve to maintain the stabilizer in the stored position and a piloted check valve to hold the stabilizer in the working position should a charged line fail at any point within the hydraulic system. All cylinders shall be fully enclosed within telescopic boxes to protect the cylinder rods against damages that may occur while in contact with the ground. A stabilizer interlock system shall be provided to prevent rising of the aerial device prior to all stabilizers being extended and in firm contact with the ground. The ground contact area for each stabilizer shall be such that a unit pressure not greater than 75 psi (500 kpa) shall be exerted over the ground contact area when the apparatus is loaded to its maximum in-service weight and the aerial device is carrying its rated capacity in every position permitted by the manufacturer. Four (4) lightweight composite material ground pads 31.00" x 26.00" with mounting brackets shall be provided. The pads shall be stored in a double stacked configuration, two (2) behind each rear tandem axle in a single bracket. Each pad shall have a routed out handle to provide for easier carrying STABILIZER CONTROLS A portable stabilizer control box shall be provided. The control box shall be weatherproof and oil resistant. Each function and indicator light shall be labeled on a metal photo panel. The control box can be taken as far away as 15 feet from the vehicle with an extension cable. The stabilizer control box shall include the following: - One (1) green power indicator light for stabilizer control that shall be illuminated when the aerial master and "PTO" switches in the cab are activated. - Four (4) electric toggle switches for stabilizers: each toggle switch shall control the extend/retract and raise/lower of its respective stabilizer to allow vehicle set up in restricted areas and/or on uneven surfaces. - Auto leveling assist switch: The outrigger control system shall incorporate a computerized self-leveling system in addition to the standard outrigger controls. The operator shall have the option to manually or automatically level the truck. The computerized system shall ensure full outrigger extension, proper jack penetration, and shall level the vehicle within 1/2 a degree of level for safe operation of the aerial device. -One (1) electric toggle switch for the engaging the emergency power unit. - One (1) red "stabilizer not stowed" indicator light: this light shall illuminate when the stabilizers are not in the fully stowed position. - Four (4) fully extended beams green indicator lights: these lights shall be illuminated when each of the respective stabilizer beams are fully extended. - Four (4) firm on ground green indicator lights: each light shall be illuminated when its respective stabilizer shoe is in the load supporting condition. Each toggle switch shall activate the engine fast idle automatically. Manual override shall be supplied for each stabilizer control valve. 59 P age

63 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM A "Stabilizers Not Stowed" indicator shall be provided in the driver's compartment. It shall illuminate automatically whenever stabilizers are not fully stowed to prevent damage to the apparatus if moved. The stabilizer system shall also be wired to the "Do Not Move Indicator Light", which shall flash whenever the apparatus parking brake is not fully engaged and the stabilizers are not fully stowed. LEVEL INDICATOR A side-to-side, bubble type level indicator shall show the level of the apparatus. It shall be installed close to the stabilizer controls in sight of the operator. STABILIZER PINS The stabilizer jacks shall not have holes for the stabilizer pins. HYDRAULIC SYSTEM All high-pressure hoses shall have an abrasion resistant cover, and have a rating greater than or equal to the working pressure of the circuit in which they are installed. All hydraulic fittings shall be plated to minimize corrosion. The fitting shall use an O-ring face seal, where possible, to minimize hydraulic leaks. All pressure carrying hydraulic hoses shall have a 4:1 safety rating based on burst pressure An interlock shall be provided that prevents activation of the hydraulic pump until the transmission is placed in neutral and the parking brake is set as outlined in NFPA standards. The hydraulic system shall be of the load sense design to minimize heat build up and provide smooth control of the aerial ladder. The system shall meet the performance requirement in NFPA standards, which requires adequate cooling after less than 2 1/2 hours of operations. All hydraulic components that are non-sealing, where failure could result in the aerial movement, shall comply with NFPA standards and have burst strength of 4:1. Dynamic sealing components, where failure could cause aerial movement, shall have a margin of 2:1 on maximum operating pressure per NFPA standards. All hydraulic hoses, tubes, and connections shall have minimum burst strength of 3:1 per NFPA standards. A hydraulic oil pressure gauge shall be supplied at the base control location per NFPA standards. The aerial hydraulic system shall be designed in such a manner that a hydraulic pump failure or line rupture shall not allow the aerial or outriggers to lose position. Hydraulic holding valves shall be mounted directly into cylinders. To insure reliable performance of holding valves, no hoses or tubing shall be permitted between a holding valve and cylinder. The aerial shall incorporate the use of trombone steel tubes inside the stabilizer beams to eliminate hydraulic hose wear and leaks. Hydraulic power to the ladder shall be transferred from the pedestal by a hydraulic swivel. HYDRAULIC RESERVOIR The hydraulic system shall consist of an oil reservoir mounted to the torque box and plumbed to the hydraulic pump. There shall be plumbing for a supply and return line and a tank drain on the reservoir. The hydraulic pump suction line, emergency hydraulic pump suction, and main hydraulic system return shall have shut-off ball valves for servicing. The hydraulic oil reservoir fill shall be labeled per NFPA standards. The hydraulic system shall use multi-weight, SAE grade oil. ISO grade shall be based on geographical location. The manufacturer shall certify that the oil meets or exceeds the hydraulic cleanliness rating of 18/15/13 per ISO 4406:1999 before delivery. HYDRAULIC FILTERS The system shall incorporate the following filters to provide dependable service: - Separate magnet (not on strainer) - Reservoir suction strainer: 125 mesh - Pressure filter with dirt alarm: Nominal 5 micron filter with a rating of 6.5 Beta 200 (99.5% efficiency); 7.5 Beta 1000 (99.9% efficiency) 60 P age

64 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM - Return filter with dirt alarm: Nominal 5 micron filter with a rating of 6.5 Beta 200 (99.5% efficiency); 7.5 Beta 1000 (99.9% efficiency) - Desiccant breather filter: Water capacity 4 fluid oz, 5 micron rating HYDRAULIC CYLINDERS All hydraulic cylinders used on the aerial device shall be produced by a manufacturer that specializes in the production of hydraulic cylinders. POWER TAKEOFF / HYDRAULIC PUMP The apparatus shall be equipped with a power takeoff driven by the chassis transmission and actuated by an electric shift located inside the cab. The power takeoff, which drives the hydraulic pump, shall meet all the requirements for the aerial unit operations. The hydraulic pump shall be a variable displacement piston pump, for consistent and rapid response, and be capable of supplying hydraulic oil at a nominal 50gpm flow at pressures up to 3000 psi. The system shall operate up to 3000 psi with flow controls to protect hydraulic components and incorporate a relief valve set at 3150 psi to prevent over pressurization. The hydraulic pump shall be solely dedicated to aerial operations. (no exception) An amber indicator light shall be installed on the cab instrument panel to notify the operator that the power takeoff is engaged. An interlock shall be provided that allows operation of the aerial power takeoff shift only after the chassis spring brake has been set and the chassis transmission has either been placed in the neutral position or drive position after the driveline has been disengaged from the rear axle. EMERGENCY PUMP The hydraulic system shall be designed with an auxiliary power unit meeting the guidelines of NFPA standards. The auxiliary power unit shall be a 12-volt pump connected to the chassis electrical system. The pump shall provide operation at reduced speeds to store the aerial device and outriggers for road transportation. Self-centering switches shall be provided at the turntable and stabilizer control station to activate the system. The system shall be designed to provide a minimum of 30 minutes of hydraulic power to operate functions. (no exception) HYDRAULIC SWIVEL The aerial ladder shall be equipped with a three (3) port, high pressure hydraulic swivel which shall connect the hydraulic lines from the hydraulic pump and reservoir through the rotation point to the aerial control bank. The hydraulic swivel shall allow for 360 degree continuous rotation of the aerial. ELECTRIC SWIVEL The ladder shall be equipped with an electric swivel to allow 360 degrees rotation of the aerial while connecting all electrical circuits through the rotation point. A minimum of 36 collector rings shall be provided that are capable of supplying 20 amp continuous service. All collector rings shall be enclosed and protected with desiccant plugs against condensation and corrosion. No oil or silicone shall be used. WATER SWIVEL Water shall be transferred to the aerial waterway by means of a 5.00" internal diameter waterway, through the swivel, permitting 360 degree continuous rotation. 12-BIT ABSOLUTE ENCODER The aerial ladder shall be equipped with a 12-Bit Absolute Encoder which provides 4096 counts per shaft turn for position and direction reference. The 12-Bit Absolute Encoder shall provide a unique binary word to reference each position and direction for all 360 degrees of rotation. If the power is interrupted for any reason, the 12-Bit Absolute Encoder shall allow power to be returned to the system without having to re-zero the settings. 61 P age

65 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM The 12-Bit Absolute Encoder shall be an integral part of a micro-processor based control system. ELECTRICAL SYSTEM The Mid-Mount platform shall utilize a microprocessor-based control system. The system shall consist of the following components: Information Center LED screen 5.87", 1/4-VGA format with yellow text on black background Operating range from -40 degrees F to 185 degrees F (-40 degrees C to 85 degrees C) Eight (8) user interface buttons Four (4) general buttons MENU Lists all available screens HELP Help text for active screen/active warning message ENTER Used for selecting actions BACK Returns to previous action or screen Four (4) screen dependent buttons Rotary Encoder 12-bit absolute encoder Accurate up to 1/100 degree for position and direction reference Controlled positioning for all 360 degrees of rotation Remote Stabilizer Controls Weatherproof and oil resistant One (1) green "power" indicator light One (1) red "stabilizer not stowed" indicator light One (1) electric toggle switch for auto level assist One (1) electric toggle switch for the emergency power unit One (1) electric toggle switch for each stabilizer to control: Extend/retract function Raise/lower function One (1) green "stabilizer fully extended" indicator light for each stabilizer One (1) green "firm on ground" indicator light for each stabilizer Control system modules Each of the control system modules shall be configured as follows: Sealed to a NEMA 4 rating Operating range from -40 degrees F to 185 degrees F (-40 degrees C to 85 degrees C) Communicate using J1939 data link Two (2) diagnostic LED lights One (1) green light that illuminates when module has power (B+) and ground One (1) red light that flashes to indicate the module is capable ofcommunicating via the data link Ground matrix identification system The following control system modules shall be used: Control Module Main controller for the system RS232 connection allows for computer diagnostics Power Module Built-in fault sensing Eight (8) digital outputs Pulse width modulating (PWM) capable 62 P age

66 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM 15A continuous per output Circuit protection based on actual current draw (not affected by heat) Constant Current Module Built-in fault sensing Four (4) analog inputs Eight (8) digital outputs Pulse width modulating (PWM) capable 4A continuous per output Circuit protection based on actual current draw (not affected by heat) Input Module 16 software selectable (digital or analog) inputs Output Module 16 digital outputs Input/Output Module Eight (8) software selectable (digital or analog) inputs Eight (8) digital outputs TRACKING LIGHTS There shall be two (2) Whelen Model MPB* 12 volt DC LED lights furnished on the aerial device. One (1) installed on the driver's side of the base section of the aerial device. One (1) installed on the passenger's side of the base section of the aerial device. The painted parts of this light assembly to be white. There shall be a switch with appropriate identification labels provided at the turntable console for the tracking lights. STEP LIGHTS There shall be four (4) white LED step lights provided for the aerial basket access steps. In order to ensure exceptional illumination, each light shall provide a minimum of 25 foot-candles (fc) covering an entire 15" x 15" square placed ten (10) inches below the light and a minimum of 1.5 fc covering an entire 30" x 30" square at the same ten (10) inch distance below the light. The step lights shall be actuated by the aerial master switch in the cab. These lights shall meet NFPA requirements for step lighting. LIGHTING ON AERIAL DEVICE There shall be TecNiq, Model D02, LED rung lighting provided on both sides of the aerial ladder base and fly sections. The lighting shall be located adjacent to the ladder rungs along the lower rail of the ladder sections and shall run the length of the ladder section. The color of the sections shall be: The base section of the ladder to be blue. The fly section of the ladder to be blue. The LED rung lighting shall be activated when a switch at the turntable operator's panel is activated through the master battery switch. The lights may be load managed when the parking brake is applied. STABILIZER WARNING LIGHTS There shall be four (4) Whelen, Model M6#, LED flashing warning lights with Whelen, Model M6FC, chrome flanges installed, one (1) on each stabilizer cover panel. The front stabilizer pan lights to be red to the front and blue to the rear with a clear lens The rear stabilizer pan lights to be red to the front and blue to the rear with a clear lens 63 P age

67 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM These warning lights shall be activated by the same switch as the side warning lights. STABILIZER BEAM WARNING LIGHTS Two (2) 4.00" diameter red LED flashing lights shall be mounted on each stabilizer, one (1) facing forward and one (1) facing rearward. The lights shall be Grote Supernova 40 series LED lights. The lights shall be recessed in the horizontal beam of the stabilizer. These warning lights shall be activated with the aerial master switch. STABILIZER SCENE LIGHTS There shall be one (1) Amdor Luma Bar H2O, Model AY LED strip light installed under each stabilizer beam to illuminate the surrounding area. A total of four (4) lights shall be installed. The lights shall be activated by the aerial master switch. PLATFORM 120-VOLT ELECTRIC SYSTEM Two (2), 15 amp, NEMA L5-15, 120-volt, three (3)-prong twist lock receptacles with weatherproof covers shall be provided in the aerial platform. One (1) receptacle shall be located at the platform control console and one (1) shall be located at the rear of the basket. Each receptacle shall be supplied from individual branch circuits protected by dedicated 15 amp/120-volt circuit breakers. All wiring shall be sized to and conform to the latest edition of NEC standards. FRONT OF PLATFORM 120 VOLT LIGHTING There shall be One (1) Fire Research Spectra, Model SPA100-K20 white LED 120 volt light(s) provided at the front of the platform basket, facing forward on the center, front of platform. The painted parts to be white. Light shall be switched at the platform/tip and turntable 120 VOLT UNDER PLATFORM LIGHTING There shall be Two (2) Whelen, Model PFP1AC, LED 120 volt floodlight(s) installed in semi-recessed housing(s) Model PBA103, provided under the platform basket, under the driver and passenger side, facing down. The painted parts of this light assembly to be white Light(s) shall be switched at the platform/tip and turntable. 120 VOLT REAR OF PLATFORM LIGHTING There shall be Two (2) Fire Research Spectra, SPA540-K20, LED light(s) with side mount, pull up telescoping pole provided at the rear of the platform basket. Each light shall rotate 360 degrees. The light(s) shall be located on the driver and passenger side. The painted parts of this light assembly to be white with a white bezel. Light(s) shall be 120 volts. Light(s) shall be switched at the platform/tip and turntable 2-WAY AERIAL COMMUNICATION SYSTEM There shall be a Fire Research model ICA two-way intercom system provided. The control module shall be located on the turntable operator console, provided there is room, and have an LED volume display and push-button volume control. A hands free module shall be located at the aerial tip or platform and constantly transmit to the other module unless the control module push-to-talk button is pressed. Each intercom unit shall be weatherproof. The aerial pedestal shall be raised 10.00". 64 P age

68 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM 3-IN-1 BASKET OPTION BRACKETS One (1) set of brackets shall be supplied which shall have the following three (3) options combined into one (1) set of brackets. Brackets shall be provided for use at the front of the platform basket to increase the safety of firefighters during fireground and rescue operations. These brackets shall be capable of holding up to a 20' roof ladder securely in place. The roof ladder shall be 16.00" wide. The ladder shall be secured through its beams and one (1) rung, by a bar capable of being latched in place and able to withstand a minimum of a 500 pound load while maintaining a minimum of a two to one (2:1) safety factor. The complete system shall maintain and exceed this criteria as well. There shall also be a latching pawl to keep the ladder in a vertical position at all times and shall latch on a rung, at least two (2) rungs below the primary attachment point. Strain gauging and testing has been completed on the system, (ladder and complete holding device), proving the above criteria has been satisfied. Two (2) rappelling arms shall be provided. The rappelling arms shall mount to the front of the platform basket, one (1) each side over the monitor/s and shall be held in place with four (4) hardened 1.00" hitch pins, two (2) for each bracket. The rappelling arms shall be easily removable for storage. Each rappelling arm shall have a capacity of 300#. Rescue basket support brackets shall be provided. The brackets shall mount to the front of the platform basket, one (1) each side over the monitor/s and shall be held in place with four (4) hardened 1.00" hitch pins, two (2) for each bracket. The brackets shall be easily removable for storage. Two (2) quick clip basket straps shall be used to secure the basket to the brackets. AIR HORN CONTROL AT AERIAL TURNTABLE An air horn control button shall be provided at the aerial turntable. This button shall be red in color and properly labeled. Collector ring space must be available for this option to be utilized. AERIAL TURNTABLE CHAIN A chain shall be installed at the aerial turntable. AERIAL WATERWAY The aerial waterway shall be capable of being supplied by an external water source through a 5.00" intake at the side of the apparatus. A 5.00" water swivel shall be installed below the aerial turntable permitting the ladder to rotate 360 degrees continuously. A 5.00" water swivel shall be installed at the aerial heel pivot pin that shall permit water tower operations of -8 degrees to 75 degrees. The heel pivot pin shall not be integral with the waterway swivel at any point. The waterway design shall allow complete servicing of the waterway swivel without disturbing the heel pivot pin. A telescoping aluminum waterway shall be installed beneath the center of the aerial ladder. The waterway shall consist of a 5.50" diameter tube for the base section, 5.00" diameter tube for the lower mid section, 4.50" diameter tube for the center mid section, 4.00" diameter tube for the upper mid section, and 3.50" diameter tube for the fly section. A 1.50" drain shall be provided for the waterway. WATERWAY SEALS The waterway seals shall be of type-b PolyPak design, composed of nitroxile seal and a nitrile wiper, which together offer maximum stability and extrusion resistance on the waterway. The seal shall be capable of withstanding pressures up to 2000 psi, temperatures in excess of 250 degrees Fahrenheit and have resistance to all foam generating solutions. The seals shall be internally lubricated. The waterway seals shall have automatic centering guides constructed of synthetic thermalpolymer. The guides shall provide positive centering of the extendible sections within each other and the base section to insure longer service life and smoother operation. 65 P age

69 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM PLATFORM WATER SYSTEM A 4.00" (internal diameter) water swivel shall connect the fly section waterway to the platform waterway. The water swivel shall permit water tower operations from -8 degrees to 75 degrees. The water shall be routed from the swivel to a 4.00" gear operated butterfly valve on the front of the platform using a 4.00" tube. The deluge gun shall be bolted onto the butterfly valve. A 2.50" preset pressure relief valve shall be provided in the waterway system. It shall be designed to protect the aerial waterway from excess pressure. It shall dump water to the ground when operating. A shower nozzle rated at 75 gpm shall be provided beneath the platform for heat protection for the platform personnel. A direct linkage control for the shower nozzle shall be provided. PLATFORM PRECONNECT Two (2) " pre-connects shall be provided at the front of the platform. The pre-connects shall be gated at the platform. Each pre-connect shall terminate with NY CORP X 8 TPI and a matching cap. Both pre-connects shall also have a 1.50" NST reducer. NFPA 1901 section requires pump discharge outlets need to have NST threads (2.50" or larger). Per Fire Department specification request of this pump outlet, the apparatus shall be non compliant to NFPA 1901 standards at time of contract execution. PLATFORM LIGHTING Shall have 2- LED 12 volt lights to illuminate the bucket. AERIAL MONITOR An Akron Model 3480 monitor with stow and deploy shall be provided at the front of the platform with a Akron 1500 gpm Model 5178 electric nozzle with built in stream shaper. The monitor's functions shall be controlled electrically from two (2) separate locations. One (1) control shall be located at the turntable control console and the other at the basket control console. WATERWAY FLOWMETER Waterway flow, including total water flowed, shall be monitored by the microprocessor. An LCD display shall be located at the upper and lower control stations. WATERWAY INLET There shall be a 5.00" schedule 10 stainless steel inlet pipe on each side of the apparatus. These inlets shall be connected to the base of the ladder, through the turntable swivel, to assure continuous rotation. Each inlet shall terminate with a 5.00" NST chrome adapter and a long handled chrome cap. STORZ INLET ADAPTER There shall be two (2) 5.00" FNST x 5.00" Storz adapter with blind cap provided on the aerial inlet. TOOLS The following tools shall be provided for re-torquing of all specified bolts as recommended by the manufacturer: Torque Wrench All Required Extensions, Sockets and Adapters 4-to-1 Multiplier MANUALS The aerial manufacturer shall provide two (2) operator maintenance manuals and two (2) wiring diagrams pertaining to the aerial device. 66 P age

70 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM INITIAL INSTRUCTION On initial delivery of the fire apparatus, the contractor shall supply a qualified representative to demonstrate the apparatus and provide initial instruction to the fire department regarding the operation, care, and maintenance of the apparatus for a period of three (3) days. ADDITIONAL AERIAL TRAINING There shall be a total of five (5) aerial training day(s) provided by the manufacturer with a training engineer. SHIP LOOSE An Elkhart #ST-195 Elk-o-Lite quad stacked deluge tips shall be provided with a 284 A Elkhart stream shaper. 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 STOKES BASKET One (1) Ferno Washington Number 71 orange stokes basket PAINT The exterior custom cab and body painting procedure shall follow industry standards and step by step process provided in the bid. All removable items such as brackets, compartment doors, door hinges, trim, etc. shall be removed and painted separately to insure paint behind all mounted items. Body assemblies that cannot be finish painted after assembly shall be finish painted before assembly. The cab and the body shall be painted same color to be determined at pre-con. Prior to reassembly and reinstallation of lights, handrails, door hardware and any miscellaneous items an isolation tape, gasket or dielectric material shall be used to prevent damage to the finish painted surfaces (no exceptions). A nylon washer shall be installed under each acorn nut or metal screw that is fastened directly to an exterior painted surface. PAINT - ENVIRONMENTAL IMPACT The contractor shall meet or exceed his current State regulations concerning paint operations. Pollution control shall include measures to protect the atmosphere, water and soil. Controls shall include the following conditions: Additionally, the finished apparatus shall not be manufactured with or contain products that have ozone depleting substances. The contractor shall, upon demand, present evidence that his manufacturing facility meets the above conditions and that it is in compliance with his State EPA rules and regulations. 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 that shall be painted black are frame rails, cross members, axles, suspension, steering gear, fuel tank, body substructure supports, miscellaneous mounting brackets, etc. WHEELS, ACCENT STRIPE All exposed outer edge wheel surfaces shall be painted with an accent stripe. 67 P age

71 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM PAINT, FRONT WHEELS All wheels surfaces, inside and outside, shall be provided with powder coat paint red. PAINT, REAR WHEELS All wheels surfaces, inside and outside, shall be provided with powder coat paint red. COMPARTMENT INTERIOR PAINT The interior shall be painted with gray/aluminum spatter type paint. REFLECTIVE BAND A 10.00" white reflective band shall be provided across the front of the vehicle and along the sides of the body. The reflective band provided on the cab face shall be at the headlight level. CHEVRON STRIPING, REAR There shall be alternating chevron striping located on the rear-facing vertical surface of the apparatus. The rear surface, excluding the rear compartment door, shall be covered. The colors shall be red and yellow diamond grade, with up to 1 black between colors. 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 shall 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 and continue to the end of the truck. (STOP incorporated) This stripe shall meet the NFPA 1901 requirement. Note: All Lettering and decal art work shall be consistent with current Passaic Fire Apparatus. All lettering will be Genuine Gold leaf laminate. LETTERING The lettering shall be totally encapsulated between two (2) layers of clear vinyl. LETTERING Twenty-one (21) to forty (40) Gold laminate gold leaf lettering, 3.00" high, with outline and shade shall be provided. LETTERING There shall be Gold laminate gold leaf lettering, 6.00" high, with outline and shade provided. There shall be two (2) letters provided. REFLECTIVE LETTERING, "DIAL EMERGENCY" A pair of 4.00" White, reflective decal "Dial EMERGENCY" shall be installed at one each side At least 4 American flag decals shall be placed on both sides of body, type shall be determined at pre-con ENGINE WARRANTY A five (5) year limited engine warranty shall be provided. A copy of the warranty certificate shall be submitted with the bid package. STEERING GEAR WARRANTY A one (1) year limited steering gear warranty shall be provided. A copy of the warranty certificate shall be submitted with the bid package. 68 P age

72 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM FIFTY (50) YEAR STRUCTURAL INTEGRITY The chassis frame shall be provided with a fifty (50) year material and workmanship limited warranty. The warranty shall cover the chassis frame as being free from defects in material and workmanship that would arise under normal use and service. A copy of the warranty certificate shall be submitted with the bid package. (no exception). FRONT AXLE TWO (2) YEAR MATERIAL AND WORKMANSHIP WARRANTY A 2 year axle limited warranty shall be provided. REAR AXLE TWO (2) YEAR MATERIAL AND WORKMANSHIP WARRANTY A 2 year axle limited warranty shall be provided. TEN (10) YEAR STRUCTURAL INTEGRITY The new cab shall be provided with a ten (10) year material and workmanship limited warranty. The warranty shall cover such portions of the cab built by the manufacturer as being free from structural failures caused by defects in material and workmanship that would arise under normal use and service. A copy of the warranty certificate shall be submitted with the bid package (No Exception). TEN (10) YEAR PRO-RATED PAINT AND CORROSION A ten (10) year pro-rated paint and corrosion limited warranty on the apparatus cab. The warranty shall cover painted exterior surfaces of the body to be free from blistering, peeling, corrosion, or any other adhesion defect caused by defective manufacturing methods or paint material selection that would arise under normal use and service. A copy of the warranty certificate shall be submitted with the bid package (No Exception). TRANSMISSION WARRANTY The transmission shall have a five (5) year/unlimited mileage warranty covering 100 percent parts and labor. The warranty is to be provided by transmission supplier and not the apparatus builder. LIFETIME MATERIAL AND WORKMANSHIP The poly water tank shall be provided with a lifetime material and workmanship limited warranty. A copy of the warranty certificate shall be submitted with the bid package (No Exception). TEN (10) YEAR STRUCTURAL INTEGRITY A ten (10) year material and workmanship limited warranty on the apparatus body. The warranty shall cover such portions of the apparatus built by the manufacturer as being free from defects in material and workmanship that would arise under normal use and service. A copy of the warranty certificate shall be submitted with the bid package (No Exception). ROLL UP DOOR MATERIAL AND WORKMANSHIP WARRANTY A roll-up door limited warranty shall be provided. The mechanical components of the roll-up door shall be warranted against defects in material and workmanship for the lifetime of the vehicle. A six (6) year limited warranty shall be provided on painted and satin roll up doors. A copy of the warranty certificate shall be submitted with the bid package. TEN (10) YEAR PLUMBING WARRANTY The stainless steel plumbing components and ancillary brass fittings used in the construction of the water 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. A copy of the warranty certificate shall be submitted with the bid package. (no exception) 69 P age

73 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM THREE (3) YEAR MATERIAL AND WORKMANSHIP The gold leaf lamination shall be provided with a three (3) year material and workmanship limited warranty. The warranty shall cover the gold leaf lamination as being free from defects in material and workmanship that would arise under normal use and service. A copy of the warranty certificate shall be submitted with the bid package (No Exception). VEHICLE STABILITY CERTIFICATION The fire apparatus manufacturer shall provide a certification stating the apparatus complies with NFPA 1901, current edition, section 4.13, Vehicle Stability. The certification shall be provided at the time of bid. ENGINE INSTALLATION CERTIFICATION The fire apparatus manufacturer shall 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 shall be provided at the time of bid. POWER STEERING CERTIFICATION The fire apparatus manufacturer shall provide a certification stating the power steering system as installed meets the requirements of the component supplier. The certification shall be provided at the time of bid. CAB INTEGRITY CERTIFICATION The fire apparatus manufacturer shall provide, at the time of bid, a cab integrity certification. Testing shall 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. There shall be no exception to any portion of the cab integrity certification. Nonconformance shall lead to immediate rejection of bid. WINDSHIELD WIPER DURABILITY CERTIFICATION Visibility during inclement weather is essential to safe apparatus performance. The bidder shall certify that the wiper system design has been tested and that the wiper system has met these criteria. The bidder shall provide, at the time of bid and delivery, an itemized print out of the expected amp draw of the entire vehicle's electrical system. THE MANUFACTURER OF THE APPARATUS SHALL PROVIDE THE FOLLOWING: 1) Documentation of the electrical system performance tests. 2) A written load analysis, which shall include the following: A. The nameplate rating of the alternator. B. The alternator rating under the conditions specified per: Applicable NFPA 1901 or 1906 (Current Edition). C. The minimum continuous load of each component that is specified per: Applicable NFPA 1901 or 1906 (Current Edition). D. Additional loads that, when added to the minimum continuous load, determine the total connected load. 70 P age

74 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM E. Each of the individual intermittent loads. 3) A written engineered drawing of Apparatus being backed in and out of Fire House where truck is to be stationed. Address is 360 Howe Ave. must determine if truck will fit. This should include total opening of Apparatus bay door. Must be able to make both a right and left turn out of Fire Station (Westside Fire Station) All of the above listed items and non listed shall be provided by the bidder per the applicable NFPA 1901 or 1906 (Current Edition) 71 P age

75 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM INSTRUCTIONS TO BIDDERS... 1 EXCEPTIONS... 1 PERFORMANCE TESTS AND REQUIREMENTS... 2 FAILURE TO MEET TEST... 3 LIABILITY... 3 COMMERCIAL GENERAL LIABILITY/AUTOMOBILE INSURANCE... 3 Proof of appropriate insurances must be provided... 3 *As per the instructions in the City of Passaic Bidders package SERVICE AND WARRANTY SUPPORT (DEALERSHIP)... 3 NFPA 2016 STANDARDS /COMPLIANCY... 4 INSPECTION CERTIFICATE... 5 GENERATOR TEST... 5 BREATHING AIR TEST... 5 ELECTRICAL WIRING /DIAGRAMS... 6 PRELIMINARY DRAWING... 6 MAXIMUM OVERALL HEIGHT... 7 MAXIMUM OVERALL LENGTH... 7 GVW RATING... 7 CUSTOM CHASSIS... 7 FRONT AXLE... 7 FRONT SHOCK ABSORBERS... 8 FRONT OIL SEALS... 8 REAR SUSPENSION... 8 REAR OIL SEALS... 8 REAR AXLE... 8 REAR AXLE... 8 TOP SPEED OF VEHICLE... 8 CAB... 9 ELECTRIC OPERATED CAB DOOR WINDOWS CAB STEPS STIRRUP STEPS STEP LIGHTS CAB INTERIOR LIGHTING CREW CAB WINDOWS CAB INTERIOR Page

76 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM CAB INTERIOR UPHOLSTERY INTERIOR PAINT (Cab) CAB FLOOR CAB INSTRUMENTATION CAB HEATER/DEFROSTER AIR CONDITIONING ( BTU or Greater) HEAVY DUTY UNDERBODY SUPPORT SYSTEM TESTING OF BODY DESIGN MOUNTING PLATE ON ENGINE TUNNEL FENDER LINERS FENDER CROWNS WINDSHIELD SUN VISORS WINDSHIELD WIPERS GRILLE BATTERY SYSTEM BATTERY SYSTEM MASTER BATTERY SWITCH BATTERY COMPARTMENTS JUMPER STUDS BATTERY CHARGER/ AIR COMPRESSOR AUTO EJECT FOR SHORELINE AUTO TRANSFER SWITCH ALTERNATOR ELECTRONIC LOAD MANAGEMENT TRANSMISSION SHIFTER BUMPER GRAVEL PAN LIFT AND TOW MOUNTS TOW HOOKS BUMPER SCUFFPLATE FRONT BUMPER NOTCH COMPARTMENTATION AGGRESSIVE WALKING SURFACE LOUVERS COMPARTMENT IN PLACE OF PUMP P age

77 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM COMPARTMENTATION, DRIVER SIDE The following are approximate size and actual location and sizes will be based on manufacture and be finalized at Pre-Con COMPARTMENTATION, PASSENGER SIDE The following are approximate size and actual location and sizes will be based on manufacture and be finalized at Pre-Con ROLL-UP DOOR, SIDE COMPARTMENTS REAR BUMPER SCUFFPLATE, INSIDE DOOR PAN DOOR GUARD COMPARTMENT LIGHTING/ DURO-STRIP MOUNTING TRACKS ADJUSTABLE SHELVES PULL-OUT TRAY SLIDE-OUT/TILT-DOWN TRAY COMPARTMENT FLOOR MATTING MATTING, COMPARTMENT SHELVING REAR WALL FLOOR EXTENSION RUB RAIL AIR BOTTLE STORAGE HORIZONTALLY SIDE STACKED LADDERS PASSENGER SIDE LADDER SUPPORT BRACKET STOKES STORAGE IN THE TORQUE BOX LADDER STORAGE LIGHTING ADDITIONAL FOLDING LADDER GROUND LADDER STORAGE REAR COMPARTMENT EXTENSION LADDER ADDED EXTENSION LADDER ADDED EXTENSION LADDER ROOF LADDER ADDED ROOF LADDER ADDED ROOF LADDER AERIAL FOLDING LADDER ' PIKE POLE PIKE POLES PIKE POLE 8 FT P age

78 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM PIKE POLE, 6' " PIKE POLE " PIKE POLE ' PIKE POLE PIKE POLES PIKE POLE STORAGE PIKE POLE STORAGE AIR HORN SYSTEM AIR HORN CONTROL ELECTRONIC SIREN SPEAKER AUXILIARY MECHANICAL SIREN MECHANICAL SIREN SWITCHING HANDRAILS DIESEL EXHAUST FLUID TANK FRONT ZONE UPPER WARNING LIGHTS ADDITIONAL BASKET WARNING LIGHTS ADDITIONAL WARNING LIGHTS CAB FACE WARNING LIGHTS SIDE ZONE LOWER LIGHTING INTERIOR CAB DOOR WARNING LIGHTS REAR ZONE LOWER LIGHTING REAR WARNING LIGHTS ELECTRICAL SYSTEM GENERAL DESIGN for ALTERNATING CURRENT General Grounding OPERATION INSTRUCTIONS OVER CURRENT PROTECTION WIRING IDENTIFCATION Wet Locations Dry Locations Listing ELECTRICAL SYSTEM TESTING Operational Test per Current NFPA 1901 Standard GENERATOR GENERATOR LOCATION P age

79 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM GENERATOR START CIRCUIT BREAKER PANEL ELECTRIC CORD REEL CORD PORTABLE JUNCTION BOX VOLT RECEPTACLE EXHAUST SYSTEM EXHAUST MODIFICATION RADIATOR COOLANT LINES WHEEL CHOCKS WHEEL CHOCK BRACKETS BRAKE LINES AIR INLET AIR DISCHARGE It shall allow air to be supplied for maintenance. The discharge shall be located on the driver side pump panel. Tire air gauge and air fill adapter shall be provided feet of rubber airline hose with attached fitting on driver side compartment. Must have a air valve to control DIRECTIONAL (Front) REAR FMVSS LIGHTING LICENSE PLATE BRACKET BACK-UP ALARM LIGHT, INTERMEDIATE PERIMETER LIGHTS, CAB PERIMETER LIGHTS, BODY STEP LIGHTS EQUIPMENT MOUNTING PREVENTIVE MAINTENANCE TRAINING REAR STEPS NFPA REQUIRED LOOSE EQUIPMENT PROVIDED BY FIRE DEPARTMENT DRY CHEMICAL EXTINGUISHER PROVIDED BY FIRE DEPARTMENT WATER EXTINGUISHER PROVIDED BY FIRE DEPARTMENT FLATHEAD AXE PROVIDED BY FIRE DEPARTMENT PICKHEAD AXES PROVIDED BY FIRE DEPARTMENT FIVE SECTION AERIAL PLATFORM (minimum of 90 and a max of 95 ) P age

80 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM GENERAL INFORMATION OPERATION ON GRADES CONSTRUCTION STANDARDS LADDER CONSTRUCTION VERTICAL HEIGHT HORIZONTAL REACH MOUNTING OF ELEVATING PLATFORM TORQUE BOX TURNTABLE ELEVATION SYSTEM EXTENSION/RETRACTION SYSTEM ROTATION SYSTEM MANUAL OVERRIDE CONTROLS LADDER SLIDE MECHANISM BASKET LEVELING SYSTEM ROTATION INTERLOCK LOAD CAPACITIES MPH WIND CONDITIONS/DRY WATER TOWER OPERATION MPH WIND CONDITIONS/WATER CHARGED ELEVATION 0 to 75 DEGREES LADDER CRADLE INTERLOCK SYSTEM AERIAL BOOM SUPPORT LIGHT TORQUE BOX AERIAL BOOM PANEL EXTENSION INDICATOR AERIAL DEVICE RUNG COVERS PIKE POLE MOUNTING BRACKETS LADDER STORAGE MOUNTING BRACKETS BASKET STRUCTURE BASKET SIDES BASKET ENTRANCES/EXITS ACCESSORY MOUNTING RECEPTACLES HOSE BOX AT PLATFORM AIR BOTTLE STORAGE AT PLATFORM AXE MOUNTING BRACKETS P age

81 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM TOP EDGE OF BASKET SCUFFPLATE LIGHTS FOR TURNTABLE WALKWAY BASKET HEAT SHIELDS INFORMATION CENTER OPERATION GENERAL SCREEN DESIGN PAGE SCREENS MENU SCREENS LOWER CONTROL STATION AERIAL DEVICE CONTROL STATIONS TURNTABLE CONTROL STATION TURNTABLE WORK LIGHTS BASKET CONTROL CONSOLE AERIAL FUNCTION CONTROLS HIGH IDLE STABILIZERS STABILIZER CONTROLS LEVEL INDICATOR STABILIZER PINS HYDRAULIC SYSTEM HYDRAULIC RESERVOIR HYDRAULIC FILTERS HYDRAULIC CYLINDERS POWER TAKEOFF / HYDRAULIC PUMP EMERGENCY PUMP HYDRAULIC SWIVEL ELECTRIC SWIVEL WATER SWIVEL BIT ABSOLUTE ENCODER ELECTRICAL SYSTEM TRACKING LIGHTS STEP LIGHTS LIGHTING ON AERIAL DEVICE STABILIZER WARNING LIGHTS STABILIZER BEAM WARNING LIGHTS STABILIZER SCENE LIGHTS P age

82 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM PLATFORM 120-VOLT ELECTRIC SYSTEM FRONT OF PLATFORM 120 VOLT LIGHTING VOLT UNDER PLATFORM LIGHTING VOLT REAR OF PLATFORM LIGHTING WAY AERIAL COMMUNICATION SYSTEM IN-1 BASKET OPTION BRACKETS AIR HORN CONTROL AT AERIAL TURNTABLE AERIAL TURNTABLE CHAIN AERIAL WATERWAY WATERWAY SEALS PLATFORM WATER SYSTEM PLATFORM PRECONNECT PLATFORM LIGHTING Shall have 2- LED 12 volt lights to illuminate the bucket AERIAL MONITOR WATERWAY FLOWMETER WATERWAY INLET STORZ INLET ADAPTER TOOLS MANUALS INITIAL INSTRUCTION ADDITIONAL AERIAL TRAINING SHIP LOOSE LOOSE EQUIPMENT STOKES BASKET PAINT PAINT - ENVIRONMENTAL IMPACT PAINT CHASSIS FRAME ASSEMBLY WHEELS, ACCENT STRIPE PAINT, FRONT WHEELS PAINT, REAR WHEELS COMPARTMENT INTERIOR PAINT REFLECTIVE BAND CHEVRON STRIPING, REAR REFLECTIVE STRIPE, CAB DOORS LETTERING P age

83 SPECIFICATIONS FOR ONE MID MOUNT AERIAL PLATFORM LETTERING LETTERING REFLECTIVE LETTERING, "DIAL EMERGENCY" ENGINE WARRANTY STEERING GEAR WARRANTY FIFTY (50) YEAR STRUCTURAL INTEGRITY FRONT AXLE TWO (2) YEAR MATERIAL AND WORKMANSHIP WARRANTY REAR AXLE TWO (2) YEAR MATERIAL AND WORKMANSHIP WARRANTY TEN (10) YEAR STRUCTURAL INTEGRITY TEN (10) YEAR PRO-RATED PAINT AND CORROSION TRANSMISSION WARRANTY LIFETIME MATERIAL AND WORKMANSHIP TEN (10) YEAR STRUCTURAL INTEGRITY ROLL UP DOOR MATERIAL AND WORKMANSHIP WARRANTY TEN (10) YEAR PLUMBING WARRANTY THREE (3) YEAR MATERIAL AND WORKMANSHIP VEHICLE STABILITY CERTIFICATION ENGINE INSTALLATION CERTIFICATION POWER STEERING CERTIFICATION CAB INTEGRITY CERTIFICATION WINDSHIELD WIPER DURABILITY CERTIFICATION P age

84 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER City of Passaic NJ is providing the following specifications to purchase a New Heavy Duty Engine/Pumper, any interested parties wishing to take part must present sealed bid that will be received by City Of Passaic for the furnishing of all necessary labor, equipment and material for the Fire Apparatus and other equipment as outlined in the following specifications. It shall be the intent of these specifications to cover the furnishing and delivery of a complete fire apparatus. These detailed specifications cover the minimum requirements as to the type of construction, finish, equipment and tests to which the fire apparatus shall conform. Minor details of construction and materials, which are not otherwise specified, are left to the discretion of the contractor. Time is of the essence and will be a factor in the award process. INSTRUCTIONS TO BIDDERS The purchaser's standards for bidding automotive fire apparatus must be strictly adhered to, and all bid forms and questions must be complete and submitted with the bid. Omissions and variations shall result in immediate rejection of the bid. 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 15 years. Each bidder shall furnish satisfactory evidence of their ability to construct the apparatus specified. Each bid shall be accompanied by a set of manufacturer's set of specifications consisting of a detailed description of the apparatus, construction methods, and equipment proposed to which the apparatus furnished under contract shall conform. These specifications shall indicate size, type, model and make of all components parts and equipment, providing proof of compliance with each and every item in the departments advertised specifications. A letter only, even though written on company letterhead, shall not be sufficient. An exception to this requirement shall not be acceptable. In accordance with the current edition of NFPA 1901 standards, the proposal shall specify required loose equipment. The purchaser will utilize this advertised specification to compare all submitted bid proposals. To facilitate comparison, all bid proposal specifications shall be submitted in the same sequence as the advertised specification. Any bidder who fails to submit a set of bid proposal specifications, or who photo copies and submits these specifications as their own construction details will be considered non responsive. This shall render such proposal ineligible for award. The purchaser's specification shall, in all cases, govern the construction of the apparatus, unless a properly documented exception or deviation was approved. Any bid indicating that the manufacturer's proposal shall supersede the purchaser's specification will be considered a complete substitute and immediately rejected. THE CITY OF PASSAIC HAS THE RIGHT TO REJECT ANY BIDS WHICH DO NOT MEET THESE SPECIFICATIONS AND IS THE SOLE DECIDER TO DEEM WHICH BID IS IN THE BEST INTEREST OF THE PURCHASER. EXCEPTIONS These specifications are based upon design and performance criteria which have been developed by the fire department as a result of extensive research and careful analysis. Subsequently these specifications reflect the only type of fire apparatus that is acceptable at this time and all specifications herein contained are considered as minimum. Therefore exceptions to the specifications may be accepted as long as it is equal to or superior. 1 P age

85 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER The apparatus shall be designed with due consideration to distribution of load between the front and rear axles. Weight balance and distribution shall be in accordance with the recommendations of the National Fire Protection Association. The bidder shall make accurate statements as to the apparatus weight and dimensions. QUALITY AND WORKMANSHIP The design of this apparatus must comply and embody the latest approved automotive engineering practices. The workmanship must be the highest quality in its respective field. Special consideration shall be given to the following points: Accessibility to various areas requiring periodic maintenance, ease of operation and symmetrical proportions. Construction utilized shall be rugged and safety factors a priority to carry loads as specified and to meet the road requirements and speed conditions as set forth under "Performance Tests and Requirements". Welding shall not be employed in the assembly of the apparatus in a manner that shall prevent the removal of major component parts for service and/or repair. This includes the following but is not limited to compartment doors, hinges, fender liners, and running boards, hose beds, and pump panels, etc. It is the intent of this specification to describe the essential minimum requirements for construction and performance of the apparatus and associated equipment. Items not described in this specification for construction or performance, or in National Fire Protection Association (NFPA) Standard #1901 (Latest edition), may be accepted as the standard of the bidder, who shall be solely responsible for the design, construction and performance of apparatus and equipment. The unit shall comply with all Federal, State, I.C.C., and D.O.T regulations, standards, and laws relating to commercial vehicles as well as to fire apparatus. The unit shall be able to pass a state motor vehicle inspection for commercial vehicles. Any error, omission, or inconsistency that is identified by the bidder shall be listed as such in the exceptions, and a proposal to meet the intent of the specifications shall be listed. PERFORMANCE TESTS AND REQUIREMENTS A road test shall be conducted with the apparatus fully loaded and a continuous run of ten (10) miles or more shall be made under all driving conditions, during which time the apparatus shall show no loss of power or overheating. The transmission drive shaft or shafts, and rear axle shall run quietly and be free from abnormal vibration or noise throughout the operating range of the apparatus. Vehicle shall adhere to the following parameters: A) The apparatus, when fully equipped and loaded, shall have not less than 25 percent or more than 50 percent of the weight on the front axle, and not less than 50 percent nor more than 75 percent on the rear axle. B) The apparatus shall be capable of accelerating to 35 mph from a standing start within 25 seconds on a level concrete highway without exceeding the maximum governed rpm of the engine. C) The service brakes shall be capable of stopping a fully loaded vehicle in 35 feet at 20 mph on a level concrete highway. The air brake system shall conform to Federal Motor vehicle Safety Standards (FMVSS) 121. D) The apparatus, fully loaded, shall be capable of obtaining a speed of 65 mph on a level concrete highway with the engine not exceeding the governed rpm. Full load= (Tank Filled) 2 P age

86 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER FAILURE TO MEET TEST In the event the apparatus fails to meet the test requirements of these specifications on the first trial, second trials may be made at the option of the bidder within 30 days of the date of the first trial. Such trials shall be final and conclusive and failure to comply with these requirements shall be cause for rejection. Failure to comply with changes to conform to any clause of the specifications, within 30 days after notice is given to the bidder of such changes, shall also be cause for rejection of the apparatus. Permission to keep or store the apparatus in any building owned or occupied by the purchaser or its use by the purchaser during the above-specified period with the permission of the bidder shall not constitute acceptance. COMMERCIAL GENERAL LIABILITY INSURANCE As per the instructions in the City of Passaic Bidders package. SINGLE SOURCE MANUFACTURER Bids shall only be accepted from a single source apparatus manufacturer. The definition of single source is a manufacturer that designs and manufactures their products using an integrated approach, including the chassis, cab, pump house (including the sheet metal enclosure, valve controls, piping and operator s panel) and body being designed, fabricated and assembled on the bidder's premises. The electrical system (hardwire) shall be both designed and integrated by the same apparatus manufacturer. The warranties relative to these major components (excluding component warranties such as engine, transmission, axles, pump, etc.) must be from a single source manufacturer and not split between manufacturers (i.e. body, pump house, cab and chassis). The bidder shall provide evidence that they comply with this requirement. The bidder shall state the location of the factory where the apparatus is to be built APPROVAL DRAWING Prior to construction, the successful bidder shall provide three approval drawings of the apparatus for the fire department's review. The drawings shall show such items as the chassis being utilized, lights, horns, sirens, pump panels, and all compartment locations and dimensions. The blueprint shall be a visual interpretation of the unit as it is to be constructed. The buying authority shall sign all drawings. One print shall be retained by the Fire Department, the dealer shall retain one print, and one print, shall be returned to the manufacturer. PRE-CONSTRUCTION CONFERENCE A pre-construction conference will be held at the factory prior to the actual construction of the vehicle(s). The conference will be held in the manufactures facility with Four (4) representatives of the Fire Department and appropriate representatives of the manufacture. Transportation, lodging and meals will be the responsibility of the manufacture. (4) Pre-Construction Conference - Factory, Airfare/Lodging/Meals Per Person FINAL INSPECTION There will be a final inspection for Four (4) representatives of the buying authority at the facility where the apparatus is being constructed. The inspection trip will be completed when the chassis is complete. Factory and Sales representatives will be available at the time of inspection. Four (4) Final Inspections - Factory (Airfare/Lodging/Meals) Per Person NFPA 2016 STANDARDS /COMPLIANCY This unit shall comply with the NFPA 1901 standards effective January 1, 2016, Certification of slip resistance of all stepping, standing and walking surfaces shall be supplied with delivery of the apparatus. Apparatus proposed by the bidder shall meet the applicable requirements of the National Fire Protection 3 P age

87 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER Association (NFPA) as stated in the current edition at time of contract execution. Fire Department's specifications that differ from NFPA specifications shall be indicated in the proposal as "non-nfpa." A plate that is highly visible to the driver while seated shall be provided. This plate shall show the overall height, length, and gross vehicle weight rating. The manufacturer shall have programs in place for training, proficiency testing and performance for any staff involved with certifications. PUMP TEST The rated water pump shall be tested, approved, and certified by an ISO certified independent third party testing agency at the manufacturer's expense. The test results, along with 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 shall be forwarded to the Fire Department. WEEKLY PROGRESS REPORTS/WEB SITE The successful bidder shall also provide weekly progress reports and inspection services via e- mail. These progress reports and inspection shall begin once the apparatus starts the manufacturing and assembly process. The manufacturer may also have a web site available for the customers to 'watch' their unit being produced. The web site shall also include documentation of cab and body crash tests, as well as progress reports. DELIVERY The manufacturer will deliver the completed apparatus within three hundred sixty-five (365) calendar days or before from the pre construction meeting. The pre construction meeting shall take place within 30 days from receipt of award. Apparatus, to insure proper break in of all components while still under warranty, shall be delivered under its own power, within 365 calendar days or 12 months from the date of execution of contract. Rail or truck freight shall not be acceptable. A qualified delivery engineer representing the manufacturer shall deliver the apparatus and remain for a sufficient length of time to instruct personnel in the proper operation, care and maintenance of the equipment delivered. Biding manufacturer must submit a firm delivery time, with the number of calendar days from date of order to date of delivery of said apparatus with his bid. Quoting number of days after receipt of all components is unacceptable. The parties recognize that in many instances when there is a default or breach of the Contract by bidding manufacturer, the actual damages incurred by City of Passaic will be difficult or impossible to determine. Accordingly, bidding manufacturer shall pay the City of Passaic as liquidated damages and not as a penalty, $ per day for each day the apparatus is not delivered (after 365 days). If the apparatus is delivered but not acceptable, liquidated damages of $ per day, beginning the day after delivery will be deducted from the final payment until the apparatus is considered acceptable. PRE-DELIVERY SERVICE Upon completion on the unit and delivery of same to the New Jersey service center, but prior to delivery to the customer, the apparatus shall undergo a complete service with respect to changing the engine and transmission oils and filters, and fuel filters. All other fluid levels shall be checked and brought to their proper levels. All chassis components shall be re-torque as required by the manufacturer's pre-delivery inspection sheet and service bulletins. Apparatus is not to be delivered to the fire station to begin training 4 P age

88 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER until this service is performed and has been inspected for damage by representatives from the Fire Department. ELECTRICAL WIRING /DIAGRAMS All wiring will be hard wired. Two (2) electrical wiring diagrams, prepared for the model of chassis and body, shall be provided. FRAME The frame shall consist of full double rails running parallel to each other with cross members forming a ladder style frame. Each rail shall be constructed of at least 110,000 psi minimum yield high strength low alloy steel. Each double rail section shall be rated by a Resistance Bending Moment (RBM) minimum of 3,213,100 inch pounds and have a minimum section modulus of cubic inches. The cross members shall be attached using zinc coated grade 8 fasteners. The bolt heads shall be flanged type, held in place by distorted thread flanged lock nuts. Each cross member shall be mounted to the frame rails utilizing a minimum of 0.25 inch thick gusset reinforcement plates at all corners balancing the area of force throughout the entire frame. The frame and cross members shall carry a lifetime warranty to the original purchaser. A copy of the frame warranty shall be made available upon request. CUSTOM CHASSIS Chassis provided shall be a new, tilt-type custom fire apparatus. The chassis shall be manufactured in the apparatus body builder's facility eliminating any split responsibility. It is the intent of the technical specifications contained herein to ensure the custom cab and chassis specified shall be engineered, designed, and manufactured exclusively for heavy-duty continuous use in extreme environments with rust protection and rigorous adverse conditions. This custom cab and chassis shall be manufactured in strict compliance with all applicable requirements as set forth in the current edition of the NFPA (National Fire Protection Association) pamphlet 1901 with maximum safety as the key focus throughout the design and development phase of each component. FRONT AXLE The front axle shall be a reverse "I" beam type with inclined kingpins. It shall be a Meritor axle, with a minimum rated capacity of 20,000 lb. HEAVY DUTY FRONT SUSPENSION TO MATCH FRONT AXLE RATING The front springs shall be HEAVY duty taper design approximately 54.00" long x 4.00" wide, with a ground rating of 20,000 lb. The two (2) top leaves shall wrap the forward spring hanger pin. The top leaf shall also wrap the rear spring hanger pin. Both the front and rear eyes shall be Berlin style wraps that shall place the eyes in the horizontal plane within the main leaf. This shall reduce bending stress from acceleration and braking. A steel encased rubber bushing shall be used in the spring eye. The steel encased rubber bushing shall be maintenance free and require no lubrication. REAR AXLE The rear axle shall be a Meritor, Model RS , with a capacity of 24,000 lb. REAR SUSPENSION 24,000 LB AIR RIDE A Hendrickson FIREMAAX model FMX242 of equivalent air ride rear suspension shall be provided. The suspension shall be a dual air spring design equipped with dual height control valves to maintain proper ride height. To reduce axle stress and maintain axle position and pinion angle the 5 P age

89 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER suspension design shall incorporate three torque rods. The ground rating of the suspension shall be 24,000 pounds. FRONT TIRE The front tires shall be Goodyear 425/65R PR "L" tubeless radial G296 MSA mixed service tread. The front tire stamped load capacity shall be 22,800 pounds per axle with a nominal speed rating of 68 miles per hour when properly inflated to 120 pounds per square inch. REAR TIRE The rear tires shall be Goodyear 315/80R PR "J" tubeless radial Regional RHD II HCT regional tread. The rear tire stamped load capacity shall be 29,560 pounds per axle with a speed rating of 75 miles per hour when properly inflated to 125 pounds per square inch. STEERING COLUMN/ WHEEL The cab steering column which shall include a seven (7) position tilt, a 2.25 inch telescopic adjustment, and an inch, four (4) spoke steering wheel located at the driver s position. The steering wheel shall be covered with black polyurethane foam padding. The steering column shall contain a horn button, self-canceling turn signal switch, four-way hazard switch and headlamp dimmer switch. CAB The cab shall be designed specifically for the fire service and manufactured by the chassis builder. Construction of the cab shall consist with a minimum of (5052-H3 2).125" aluminum welded to extruded aluminum framing. The cab shall be built by the apparatus manufacturer in a facility located on the manufacturer's premises (no exception). The cabs seating capacity for emergency personnel shall be six. All storage areas inside the cab shall fully comply with NFPA 1901 restraint requirements of 9G s The cab shall be a minimum of 96 wide, with an interior width of approximately 92". The forward cab section shall have an overall height (from the cab roof to the ground) of approximately 99.00". The crew cab section shall have a raised roof, with an overall cab height of approximately ". The overall height listed shall 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 shall increase the overall height listed. Floor to ceiling height inside the crew cab shall be approximately Front 62" and Rear 72. The crew cab shall have a total minimum length 136. This doesn t include the front bumper The cab will be equipped with an electrically powered hydraulic cab tilt system, allowing easy maintenance of the engine compartment. The engine shall be easily accessible and capable of being removed with the cab tilted. Provisions for checking the transmission, oil and power steering fluid levels shall be placed so that they are accessible without raising the cab. The cab shall have three (3)-point rubber mounting and shall be tilted by a hydraulic pump connected to two (2) cab lift cylinders. The cab shall then be locked down by a two (2)-point automatic locking mechanism that actuates after the cab has been lowered. 6 P age

90 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER The cab and crew cab shall be completely open to allow visual and audio communication with the passengers. The exact width, length and height of the cab will be finalized at the Pre-construction meeting. The above measurements are approximate and should be considered maximum requirements all bids should be within reasonable listed sizes of cab. The Rear outside wall of cab shall covered in tread plate; this is the portion of the cab facing the rear of the apparatus Interior cab Officer Side must have 12 volt power outlet and a USB outlet, also power leads hidden for future use in crew cab area. Stainless Steel may be used in place of Aluminum INCREASED LEG ROOM Maximum space shall be utilized to provide as much room as possible for the Driver and Officer area. CAB ENTRY DOOR TYPE All cab entry doors shall be barrier clear design resulting in exposed lower cab steps. The doors shall provide approximately inches of clearance from the ground to the bottom of the door so cab doors may be opened un-hindered by most obstacles encountered, such as guard rails along interstate highways. CAB INTERIOR LIGHTING Auxiliary lights shall be provided in the cab and consisting of: - Two (2) LED split red and white Dome Light: Located in the center crew cab, controlled by switch. - Two (2) LED Clear Dome Light: Split red and clear. Located above Driver and Officer Seat. - An LED Courtesy Light at Each Door Opening: Controlled by automatic door switches. CREW CAB WINDOWS On each side of the crew cab, a window with tinted glass shall be provided. CAB INTERIOR The door panels shall be constructed of smooth aluminum and painted to match the cab interior, also bottom portion of doors shall have an aluminum finish with reflective STOP decal. Headliner shall be installed in both forward and rear cab sections. Headliner material shall be vinyl. A sound barrier shall be part of its composition. Material shall be installed on aluminum sheet and securely fastened to interior cab ceiling. Forward portion of cab headliner shall permit easy access for service of electrical wiring or other maintenance needs. CAB INSTRUMENTATION The cab instrument panel shall include gauges, telltale indicator lamps, control switches, alarms, and a diagnostic panel. The function of the instrument panel controls and switches shall be identified by a label adjacent to each item. Actuation of the headlight switch shall illuminate the labels in low light conditions. Telltale indicator lamps shall not be illuminated unless necessary. The cab instruments and controls shall be conveniently located within the forward cab section, forward of the driver. The gauge assembly and switch panels are designed to be removable for ease of service and low cost of ownership. 7 P age

91 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER Bid must list all gauges, telltale indicator lamps, control switches, alarms, and a diagnostic panel components. MAP & BINDER STORAGE There shall be one (1) binder/map storage box installed in the cab between the driver and officer seats. The storage box shall be made of.125 inch (3.18 mm) smooth aluminum and consist of three (3) equal size slots approximately 2.50 inches (63.50 mm) x inches ( mm) x 8.00 inches ( mm) deep. Two (2) straps shall be included to secure the contents stored in the box. The storage slots shall also be angled to help retain the contents while driving. The map box shall have a black Multi-Tone finish. POWER POINT DASH MOUNT The cab shall include two (2) 12 volt cigarette lighter type receptacles in the dash to provide a power source for 12 volt electrical equipment. The receptacles shall be wired to be live with the battery master switch. Location to be determined at Pre-con. CAB INTERIOR UPHOLSTERY The cab interior upholstery shall be heavy duty black, durable and water resistive. Such as Dura Wear INTERIOR PAINT (Cab) The cab interior metal surfaces shall be sprayed or painted black durable material that will resist chipping. CAB FLOOR The cab and crew cab floor areas shall be covered with floor mat consisting of a black pyramid rubber facing and closed cell foam. The top surface of the material has a series of raised pyramid shapes evenly spaced, which offer a superior grip surface. Additionally, the material has.25" thick closed cell foam (no water absorption) which offers a sound dampening material for reducing sound levels. CAB HEATER/DEFROSTER Two (2) 29,000 BTU fresh air heater/defroster units shall be provided inside the cab. A three (3)-speed blower and temperature control shall be provided with the heating units. Blower control shall allow for independent control of defrost and heat for driver and passenger. Vents shall be made of durable material to resist cracking-metal preferred. Two electric fans shall be mounted one on the Officers and one on driver s side to assist in air movement and defrosting. Final location determined at Pre-Con. AIR CONDITIONING (50000 BTU or Greater) A high performance, customized air conditioning system shall be furnished inside the cab and crew cab. A cubic inch compressor shall be installed on the engine. The air conditioning system shall be capable of cooling the average cab temperature from 100 degrees Fahrenheit to 75 degrees Fahrenheit within 30 minutes at 50 percent relative humidity. The cooling performance test shall be run only after the cab has been heat soaked at 100 degrees Fahrenheit for a minimum of four (4) hours. 8 P age

92 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER A roof mounted condenser with a BTU rating sufficient to meet and exceed the performance specification shall be installed on the cab roof. Mounting the condenser below the cab or body would reduce the performance of the system and shall not be acceptable. Two (2) evaporator units shall be installed, one (1) in the cab and one (1) in the crew cab. The evaporator units shall have an adequate BTU rating to meet the performance specifications. Adjustable air outlets shall be strategically located on the evaporator. The air conditioner refrigerant shall be R-134A and shall be installed by a certified technician. The air conditioner shall be controlled by a single electronic control panel. For ease of operation, the control panel shall include variable adjustment for temperature and fan control and be conveniently located on the dash in clear view of the driver. The control panel shall include robust knobs for both fan speed and temperature adjustment. All vents must be made of a durable material with metal preferred. MOUNTING PLATE ON ENGINE TUNNEL Equipment installation provisions shall be installed on the engine tunnel. A 0.188" aluminum plate shall be bolted to the top surface of the engine tunnel and the angled portion of the blister for the engine. The plate shall be spaced off the engine tunnel 1.00" to allow for wire routing below the plate. The mounting surface shall be painted with black, vinyl texture paint, which shall not match the cab interior color. ALTERNATOR The alternator shall be Leece Neville Model 4962PA, 320 amp, serpentine belt driven unit. The installation shall include an integral self-diagnostic regulator and rectifier for compact installation. Bidder shall provide a amperage draw report The alternator installation shall be designed to provide maximum output at engine idle speed to meet the minimum continuous electrical load of the apparatus as required. BATTERY SYSTEM Six (6) Exide # HP-31D, maintenance free batteries shall be provided. Each battery shall be rated at 925 CCA at 0 F and shall have a reserve capacity of 180 minutes. Wiring for the batteries shall be 4/0 welding type dual path starting cables for SAEJ541. BATTERY STORAGE Batteries shall be securely mounted in fixed 3/16 GR50 steel trays located on each side of the chassis frame. Complete access shall be provided when the cab is fully tilted. Batteries shall be mounted on noncorrosive matting material. The battery tray shall be able to withstand a longitudinal acceleration of -46.5g at seconds in accordance to SAE J211 standards using a channel frequency class 600 filter. Testing shall be performed at and verified by a third party testing and evaluation center. BATTERY DISCONNECT SWITCH The chassis batteries shall be wired in parallel to a single 12 volt electrical system, controlled through a heavy duty master disconnect switch. The master disconnect switch shall be located within easy access of the driver upon entering or exiting the cab. 9 P age

93 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER BATTERY JUMPER STUDS A set of Cole Hersee battery jumper studs, model # (red) and # (black) shall be provided to allow the battery system to be jump started or charged from an external source. The studs shall be located on the bottom of the battery box on the driver's side of the chassis. Each stud shall be equipped with both a rubber protector cap and a 2 square non-conductive plate to prevent accidental shorting. 120 VOLT SHORELINE CONNECTION - "SUPER" AUTO EJECT One (1) Kussmaul "Super" Auto Eject model , automatic, 120 volt, 20 amp shoreline disconnect shall be provided for the on board, 110 volt battery charging systems. The disconnect shall be equipped with a NEMA 5-20 P male receptacle, which shall automatically eject the shoreline when the vehicle starter is energized. The mating connector shall be included with the auto eject and shall be provided as loose equipment. A label shall be provided indicating voltage and amperage ratings. SHORELINE POWER INLET PLATE A shoreline power receptacle information plate shall be permanently affixed at or near the power inlet. The plate shall indicate the following: Type of Line Voltage Current Rating in Amps Power Inlet Type (DC or AC). The Kussmaul auto-eject connection shall be equipped with a Red weatherproof cover. The shoreline receptacle shall be located in the area directly adjacent to the driver's side cab door. BATTERY CHARGER / AIR COMPRESSOR SYSTEM A Kussmaul model # REMOTE, "Auto Charge 1200" high output, fully automatic battery charger shall be provided for maintaining the vehicle battery system. Unique electronic sensing circuits sense the true battery voltage while eliminating the need for external sense wires. Output current shall be volt DC. A Kussmaul 091-9HP air compressor shall maintain the air pressure in the chassis air brake system while the vehicle is not in use. The air compressor shall have a rated input at 120 volts 3.5 amps and a maximum of 125 psi. A LED bar graph display shall be located near the shoreline connection to monitor the battery status. Shall be easily seen and displayed under driver seat. A Kussmaul # Auto Drain ACHP shall be installed to protect the Auto Pump from built up moisture. SEAT MATERIAL The seats shall be covered with high-strength, wear-resistant and durable material. The cab seats shall be black in color DRIVER'S SEAT The driver's seat shall be a Bostrom Model Sierra high-back with air ride suspension. The seat shall have 4-way adjustability by the driver in accordance with SAE J1517. The seat shall be equipped with an 10 P age

94 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER integrated 3-point seat belt with an automatic retractor. The belt shall be red in color to meet current NFPA requirements. OFFICER'S SEAT The officer's seat shall be a Bostrom Tanker 450 SCBA non-suspension. Seat back shall include a springloaded flip-up headrest. The seat shall be equipped with an integrated 3-point shoulder harness with lap belt and an automatic retractor built into the seat assembly. The belt shall be red in color to meet current NFPA requirements. There shall be a SecureAll auto lock SCBA holder provided with the seat. The SCBA holder shall have an integrated one-touch release handle located centered below the seat cushion. The SecureAll system meets NFPA 1901 standards and requirements of EN CREW SEAT, DRIVER'S SIDE REAR FACING One-(1) outboard, rear facing, seat shall be installed behind the driver. The seat shall be Bostrom Tanker 450 SCBA non-suspension seat. The seat back shall include spring-loaded flip-up headrest. The seat shall be equipped with 3-point seat belt with automatic retractor. The belt shall be red in color to meet current NFPA requirements. There shall be a SecureAll auto lock SCBA holder provided with the seat. The SCBA holder shall have an integrated one-touch release handle located centered below the seat cushion. The SecureAll system meets NFPA 1901 standards and requirements of EN CREW SEAT, OFFICER'S SIDE REAR FACING One-(1) outboard, rear facing, seat shall be installed behind the officer. The seat shall be Bostrom Tanker 450 SCBA non-suspension seat. The seat shall include a spring-loaded flip-up headrest. The seat shall be equipped with a 3-point seat belt. The belt shall be red in color to meet current NFPA requirements. There shall be a SecureAll auto lock SCBA holder provided with the seat. The SCBA holder shall have an integrated one-touch release handle located centered below the seat cushion. The SecureAll system meets NFPA 1901 standards and requirements of EN COMPARTMENT, CENTER FORWARD FACING One-(1) EMS compartment constructed of 1/8" smooth aluminum shall be mounted in the cab. The compartment shall be approximately 40 W x 60 H and as deep as practical. This cabinet shall be installed on the back wall replacing the two center forward facing seats. The cabinet shall be finished with a spray on polyurethane liner, color to match the interior with a Roll down door. EMS COMPARTMENT LIGHT There shall be one (1) 36" LED light shall be installed in the EMS compartment. The light shall provide 15HB of surface mounted LED'S per 10" sections and produce a minimum of 200 lumens per 10" of length. SHELF, EMS COMPARTMENT There shall be Two (2) vertically adjustable shelf (shelves) shall be installed in the EMS cabinet. The shelf shall be constructed of smooth aluminum and have a 2" lip at the front and rear of the shelf. Along with slip resistive matting. 120V RECEPTACLE(S), EMS COMPARTMENT There shall be Two (2) 120V Power strip receptacle(s) shall be installed in the center forward facing EMS compartment. The outlet shall be a household type with straight blade plugs. The outlet shall be located in the lower left corner of the cabinet. The receptacle shall be wired to the shore power. TBD at Pre-Con 12V POWER OUTLET(S), EMS COMPARTMENT There shall be One (1) 12-volt power outlet supply installed in the EMS compartment. 11 P age

95 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER CREW SEATS, OUTBOARD FORWARD FACING Two-(2) outboard, forward facing, flip-up seats shall be installed in the crew area. The seat base shall be spring-loaded, flip-up and utilizes the rear wall of the cab as the backrest. The seat shall be equipped with a 3-point seat belt with an automatic retractor. The belts shall be red in color to meet current NFPA requirements. COMPARTMENTATION/ BODY CONSTRUCTION Body and compartments shall be fabricated with a minimum of.125", 5052-H32 aluminum. 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. The compartment door opening shall be framed by flanging the edges in 1.75" and bending out again.75" to form an angle. Drip protection shall 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 shall be covered with bright aluminum tread plate rolled over the edges on the front, rear and outward side. These covers shall have the corners welded. Side compartment covers shall be separate from the compartment tops. Front facing compartment walls shall be covered with bright aluminum tread plate. All screws and bolts which protrude into a compartment shall have acorn nuts on the ends to prevent injury. In the rear of the body the hose bed shall be as low as possible the acceptable range 58 to 68 from ground to bottom of the bed. HEAVY DUTY 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 shall be the chassis frame rails which is the strongest component of the chassis and is designed for sustaining maximum loads. Attached to the bottom of the steel vertical angles shall be horizontal angles, with gussets welded to the vertical members, which extend to the outside edge of the body. A steel frame shall be mounted on the top of these supports to create a floating substructure which shall result in a 500 lb equipment support rating per lower compartment. The floating substructure shall be separated from the horizontal members with neoprene elastomeric isolators. These isolators shall reduce the natural flex stress of the chassis from being transmitted to the body Isolators shall have a broad load range, proven viability in vehicular applications, be of a failsafe design and allow for all necessary movement in three (3) transitional and rotational modes A design with body compartments hanging on the chassis in an unsupported fashion shall not be acceptable. AGGRESSIVE WALKING SURFACE All exterior surfaces designated as stepping, standing, and walking areas shall comply with the required slip resistance of the current NFPA standards. Bidder shall supply all options. LOUVERS Louvers shall be stamped into compartment walls to provide the proper airflow inside the body compartments and to prevent water from dripping into the compartment. Where these louvers are provided, they shall be formed into the metal and not added to the compartment as a separate plate. 12 P age

96 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER TESTING OF BODY DESIGN Body structural analysis has been fully tested. Proven engineering and test techniques such as finite element analysis, stress coating and strain gauging shall be performed with special attention given to fatigue, life and structural integrity of the cab, body and substructure. Body shall be tested while loaded to its greatest in-service weight. The criteria used during the testing procedure shall include: - Raising opposite corners of the vehicle tires 9.00" to simulate the twisting a truck may experience when driving over a curb. - Making a 90 degree turn, while driving at 20 mph to simulate aggressive driving conditions. - Driving the vehicle at 35 mph on a washboard road. - Driving the vehicle at 55 mph on a smooth road. - Accelerating the vehicle fully, until reaching the approximate speed of 45 mph on rough pavement. -Actual testing techniques shall be made available. COMPARTMENTATION The following compartments shall be supplied on the apparatus the requested measurements for each specific cabinet is approximate, Bids shall be as close to spec as each design allows. Both rear compartment shall extend to the rear of the body. 120V RECEPTACLES COMPARTMENT There shall be Two (2) 120V Duplex receptacle(s) shall be installed in the forward compartment. The outlet shall be a household type with straight blade plugs. The outlet shall be located in the lower left corner of the cabinet. R-1 and L-1. One (1) additional commercial grade surge protector in the crew cab TBD at pre-con RADIO Must supply and install a Motorola RADIO UNIT APX 6500 P25 MOBILE RADIO must have proper Wire leads, speakers and antenna installed, model and placement will be discussed at Pre-con. Must have a microphone, headset Jack and speaker at location of the pump panel. DRIVER'S SIDE A full height, roll-up door compartment ahead of the rear wheels shall be provided. The interior dimensions of this compartment shall be 34.50" wide x 67" high x 27" The depth of the compartment shall be calculated with the compartment door closed. Upper portion of this cabanet shall be 12 dept with appropriate size shelf. The compartment interior shall 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. Closing of the door shall not require releasing, unlocking, or unlatching any mechanism and shall easily be accomplished with one hand. A roll-up door compartment over the rear wheels shall be provided. The interior dimensions of this compartment shall be 66.50" wide x 30" high x 12.00" deep. The height of the compartment shall be measured from the compartment floor to the bottom edge of the door roll. The depth of the compartment shall be calculated with the compartment door closed. Closing of the door shall not require releasing, unlocking, or unlatching any mechanism and shall easily be accomplished with one hand. 13 P age

97 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER A full height, roll-up door compartment behind the rear wheels shall be provided. The interior dimensions of this compartment shall be 47.5" wide x 67" high x 26." deep. The depth of the compartment shall be calculated with the compartment door closed. The compartment interior shall 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. Closing of the door shall not require releasing, unlocking, or unlatching any mechanism and shall easily be accomplished with one hand. PASSENGER'S SIDE A roll-up door compartment in the forward area ahead of the rear wheels shall be provided. The interior dimensions of this compartment shall be 34.5" wide x 33 high x 26" deep the depth of the compartment shall be calculated with the compartment door closed. Closing of the door shall not require releasing, unlocking, or unlatching any mechanism and shall easily be accomplished with one hand. A roll-up door compartment in the lower area behind the rear wheels shall be provided. The interior dimensions of this compartment shall be 47" wide x 33" high, 26" and 9 towards the rear deep. The height of the compartment shall be measured from the compartment floor to the bottom edge of the door roll. Closing of the door shall not require releasing, unlocking, or unlatching any mechanism and shall easily be accomplished with one (1) hand. Above both Passenger side compartments and continued over wheel well below the ladder rack their shall be a continuous troff large enough for a standard high rise pack secured by exterior seat belt type enclosures. ROLLUP DOOR, SIDE COMPARTMENTS There shall be five (5) compartment doors installed on the side compartments. The doors shall be double faced aluminum construction, painted one (1) color to match the lower portion of the body. Lath sections shall be an interlocking rib design and shall be individually replaceable without complete disassembly of door. Between each slat at the pivoting joint shall be a PVC inner seal to prevent metal to metal contact and prevent dirt or moisture from entering the compartments. Seals shall allow door to operate in extreme temperatures ranging from plus 180 to minus 40 degrees Fahrenheit. Side, top and bottom seals shall be provided to resist ingress of dirt and weather. All hinges, barrel clips and end pieces shall be nylon 66. All nylon components shall withstand temperatures from plus 300 to minus 40 degrees Fahrenheit. Hardened plastic shall not be acceptable. A polished stainless steel lift bar to be provided for each roll-up door. 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. Doors shall be constructed from an aluminum box section. The exterior surface of each slat shall be flat. The interior surfaces shall be concave to provide strength and prevent loose equipment from jamming the door from inside. To conserve space in the compartments, the spring roller assembly shall not exceed 3.00" in diameter. A garage style roll door shall not be acceptable. The header for the rollup door assembly shall not exceed 4.00". A heavy-duty magnetic switch shall be used for control of open compartment door warning lights. COMPARTMENTATION, REAR A rollup door compartment above the rear tailboard shall be provided. Interior dimensions of this compartment shall be 40.00" wide x 33.63" high x 25.88" deep in the lower 26.00" of the compartment and 15.75" deep in the remaining upper portion. Depth of the compartment shall be calculated with the compartment door closed. 14 P age

98 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER For a chassis with a rear mounted fuel tank, a louvered removable access panel shall be furnished on the back wall of the compartment. Rear compartment shall be open into the rear side compartments. Clear door opening of this compartment shall be 33.25" wide x 26.00" high. Closing of the door shall not require releasing, unlocking, or unlatching any mechanism and shall easily be accomplished with one hand. REAR STEP Total width of engine to be 16 full width between body SCBA TANK STORAGE Must have storage compartments for a minimum of 6 spare tanks. Wheel wells preferred. Note: All compartment sizes are approximate and may vary and will be finalized at Pre-Con. It shall also be determined at this time for durability Diamond plate aluminum spilt doors may be used in the rear compartment. Compartments must go to the very end of the body with no open spaces. DOOR GUARD There shall be for each compartment door a guard/drip pan designed to protect the roll-up door from damage when in the retracted position and contain any water spray. The guard shall be fabricated from stainless steel and installed each painted roll-up door opening. COMPARTMENT LIGHTING/ DURO-STRIP All compartments will have LED compartment with two (2) light strips. Each strip shall be centered vertically along the door framing. There shall be a minimum of one (2) light per compartment. The compartments with these strip lights shall be located each compartment. Opening the compartment door shall automatically turn the compartment lighting on. MOUNTING TRACKS There shall be six (6) sets of tracks for mounting shelf(s) in each compartment. These tracks shall be installed vertically to support the adjustable shelf(s), and shall be full height of the compartment. The tracks shall be unpainted with a natural finish. ADJUSTABLE SHELVES There shall be five (5) shelves with a capacity of 500 pounds provided. The shelf construction shall consist of.188" aluminum with 2.00" sides. Each shelf shall be painted to match the compartment interior. Each shelf shall be infinitely adjustable by means of a threaded fastener, which slides in a track. The shelves shall be held in place by.12" thick stamped plated brackets and bolts. The location shall be TBD. INVERTED SLIDE OUT TRAY There shall be four (4) slide-out trays, floor mounted and inverted, with a minimum capacity of 500 pounds. Capacity rating shall be in the extended position. Slides shall be equipped with ball bearings for ease of operation and years of dependable service. Tray location shall be TBD. Automatic locks shall be provided for both the "in" and "out" positions. The trip mechanism for it shall be located at the front of the tray for ease of use with a gloved hand. 15 P age

99 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER RUB RAIL Bottom edge of the side compartments shall have a rub rail made of Poly material. Trim shall be approximately 2.5" high with 1.3/8" flanges turned outward for rigidity. The rub rails shall not be an integral part of the body construction, which allows replacement in the event of damage. DOOR OPEN INDICATOR Each roll up door shall have an integral door open indicator magnet in the lift bar. If the bar is not properly closed and the transmission is placed into drive or reverse mode with the parking brake released, it shall activate the Door Open indicator light in the cab to warn the crew. LADDER MOUNTING Standard quick turn and release brackets able to hold 1-24 two section Alco-Lite PEL-24, 1-16 Alco-Lite PRL-16 roof ladder Folding Ladder Alco-LiteFL-10 with mounting brackets locate on ladder rack with ladders HANDRAILS The handrails shall be 1.25" diameter anodized aluminum extrusion, Nealed design (Aggressive) with a ribbed design, to provide a positive gripping surface. Chrome plated end stanchions shall support the handrail. Plastic gaskets shall be used between end stanchions and any painted surfaces. Drain holes shall be provided in the bottom of all vertically mounted handrails. - A minimum of 4 hand rails shall be mounted at the right of each door frame. - Four (4) handrails shall be provided, two above each side pump panel. - One (1) vertical handrail, not less than 29.00" long, shall be located on each rear beavertail w/ Flag Mount - One (1) full width horizontal handrail shall be provided below the hose bed at the rear of the apparatus this rail should be made with a more aggressive grip material. FUEL TANK A 65-gallon fuel tank shall be provided and mounted at the rear of the chassis. The tank shall be constructed of 12-gauge, hot rolled steel. It shall be equipped with swash partitions and a vent. To eliminate the effects of corrosion, the fuel tank shall be mounted with stainless steel straps. (no exception).tank shall be coated in a rust inhibitor A.75" drain plug shall be provided in a low point of the tank for drainage. A fill inlet shall be located on the left hand side of the body and be covered with a hinged, spring loaded, stainless steel door that is marked "Ultra Low Sulfur - Diesel Fuel Only." A.50" diameter vent shall be provided running from top of tank to just below fuel fill inlet. The tank shall meet all FHWA requirements including a fill capacity of 95 percent of tank volume. 16 P age

100 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER DIESEL EXHAUST FLUID TANK Mount tank rear of drivers side door on frame with access door to fill the DEF fluid to prevent corrosive from staining paint, preferred locking cap A minimum of 4.5 gallon diesel exhaust fluid (DEF) tank shall be provided The tank shall be constructed of 16-gauge type 304- L stainless steel. A.50" drain plug shall be provided in a low point of the tank for drainage. A fill inlet shall be located on the driver's side of the body and be covered with a hinged, spring loaded, stainless steel door that is marked "Diesel Exhaust Fluid Only". The tank shall meet the engine manufacturer s requirement for 10 percent expansion space in the event of tank freezing. The tank shall include an integrated heater unit that utilizes engine coolant to thaw the DEF in the event of freezing. BUMPER A heavy duty bumper manufactured from.25" formed steel with a.38" bend radius shall be provided. The bumper shall be a minimum of 10.00" high with a 1.50" top and bottom flange, and shall extend no more than 24 from the face of the cab. The bumper shall be metal finished and painted job color. GRAVEL PAN A gravel pan, constructed of bright aluminum tread plate, shall be furnished between the bumper and the cab face. The pan shall be properly supported from the underside to prevent flexing and vibration. The gravel pan shall be properly supported from the underside to prevent flexing and vibration of the aluminum tread plate. TOW HOOKS Two (2) Painted steel tow hooks shall be installed under the bumper and attached to the front frame members. The tow hooks shall be designed and positioned to allow up to a 6,000 pound straight horizontal pull in line with the centerline of the vehicle. The tow hooks shall not be used for lifting of the apparatus. BUMPER-TWO HOSE WELL First well, constructed of aluminum, shall be placed in the right of the bumper extension to be able to accommodate150 of 1.75 double jacket cotton-polyester hose with hold down straps. The second well, constructed of aluminum, shall be placed in the center left of the bumper extension to be able to accommodate of 25' of 4." Rubber LDH hoses with hold down straps. Black rubber grating shall be provided at the bottom of the tray. Drain holes are also provided. A cover shall be constructed with tread plate with piston support to cover both wells. Final locations to be done at Pre-Con SEALED ENGINE TUNNEL The engine tunnel shall be a structural part of the passenger cab, constructed from welded 3/16 Aluminum plate and reinforced with aluminum extrusions. The rear of the engine tunnel shall be no less than 52 inches from the rear wall of the cab, allowing maximum legroom for forward facing passenger. After welding, the seams shall be completely sealed with silicone caulking. Engine enclosures that are not an integral part of the cab structure are not acceptable. The interior of the engine tunnel shall be insulated with 1 thick foil backed insulating foam, attached with stud and button method. A cross-section analysis of the insulation shall reveal a 1/8 thick barrier 17 P age

101 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER material for additional noise and heat insulation. The engine hood shall be insulated for protection from heat and sound. The noise insulation shall keep the DBA level within the limits stated in the current NFPA series 1900 pamphlet. CRASH TEST The cab shall exceed the strict and detailed requirements of the Economic Commission for Europe Structural Standard, ECE-29R. The test shall consist of an impact load test and a vertical load test to the cab. CAB CORROSION PROTECTION A corrosion preventative material shall be applied during cab construction. A ten-(10) year warranty against corrosion perforation shall be provided for the cab. FENDER LINERS Full circular inner fender liners in the wheel wells shall be provided. FENDER CROWNS Rubber Front and Rear axle fenderettes with full dept radiuses wheel well liners shall be included. MUD FLAPS Must have on all wheel wells WINDSHIELD A curved, safety glass windshield shall provide an appropriate sized clear viewing area. The cab windshield shall have bright trim inserts in the rubber molding holding the glass in place. A stationary window shall be provided on each side of the crew cab. All cab side glass shall be tinted as at the maximum allowed glass must be readily available for replacement.. SUN VISORS Two (2) sun visors shall be provided. The sun visors shall be located above the windshield with one (1) mounted on each side of the cab. WINDSHIELD WIPERS The windshield wipers shall be electrically controlled and meet FMVSS requirements. Wiper shall have a single driver side controlled and have a speed modulation feature allowing the driver to adjust the speed of the wiper. The windshield wipers shall also be furnished with a return to park feature, which allows the wiper to return to the stored position when the wiper is not in use. Each wiper shall be equipped with a washer and wiper control. The washer reservoir shall be able to be filled without raising the cab. AUTOMATIC TIRE CHAINS The rear axle shall be equipped with an ON-SPOT automatic tire chain system. The system shall provide instant traction at the touch of a button, without having to stop the vehicle. The driver's dash shall have an electric control switch, clearly labeled for operation of the tire chains. The switch shall be provided with a guard to prevent accidental deployment of the tire chains. The switch when activated shall open a frame mounted solenoid, allowing air from the chassis air system to enter the spring loaded air cylinder and lower the chain wheel. The rubber covered chain wheel shall contact the inside of the tire causing the chain wheel to rotate and deploy the chains. The ON-SPOT automatic chains shall have six (6) lengths of chain, spaced at 60-degree intervals on the chain wheel, ensuring two chains between the tire and road 18 P age

102 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER surface for instant traction in slippery conditions whether accelerating, braking, or in a wheel lock up condition. The ON-SPOT chains shall be operable in When the chains are no longer needed the process is reversed, the dash board switch is turned off and the air is exhausted from the cylinder. The return springs in the air cylinder brings the chain wheels back to their resting position. One (1) Harness and Hose Routing either forward or reverse. ENGINE The vehicle shall be equipped with a Cummins ISL 450 turbocharged diesel engine. Standard features include an electronic governor, electronically controlled unit injectors, Farr air cleaner, a 12-volt starter Delco 39 MT, and an 18.7 CFM compressor. The oil filter shall be a full flow and bypass design. This engine conforms to the US 2013 EPA regulations for heavy-duty diesel engines. ENGINE SPECIFICATIONS Model: ISL Cummins Diesel (Minimum) 450HP( With current Emissions level as of bid date) Number of Cylinders: Six (6) Bore and Stroke: 4.49" X 5.69" Displacement: of 8.9 L Rated Horsepower: 2100 RPM Peak Torque: 1400 RPM Governed Speed: 2200 RPM TRANSMISSION The chassis shall be equipped with an Allison 3000 EVS automatic transmission. It shall have 4th gear operating controls and programmed for Fire Apparatus vocation. An electronic oil level indicator shall be provided as well as a diagnostic reader port connection. The transmission shall be geared to provide oneto-one ratio in fourth gear for fire pump applications. This dedicated "lockup" circuit is provided for pump operation. The transmission fifth gear shall be an overdrive ratio, permitting the vehicle to reach its top speed at the governed engine speed. The transmission shall be equipped with an automatic neutral feature. Applying the parking brake shall command the transmission to neutral, regardless of drive range requested on the shift selector which shall require re-selecting the drive range to shift out of neutral. The transmission shall be equipped with dual PTO ports with engine speed capabilities. The transmission shall be cooled by the radiator-mounted heat exchanger. The transmission fluid shall meet Allison specification TES-295. TRANSMISSION SHIFTER, PUSH BUTTON The transmission shall be controlled by an Allison push button shifter internally illuminated for night operation. The shifter shall be mounted on the dash to the right of the steering column. The transmission shall be capable of five-(5) speed operation. The transmission shall be equipped with the oil level sensor (OLS); this sensor shall allow the operator to obtain an indication of the fluid level the shift selector. The sensor display shall provide the following checks, correct fluid level, low fluid level and high fluid level DRIVELINES The chassis shall be equipped with Spicer 1710 series driveshaft with full round yokes and universal joints. The driveshaft tubing shall be a minimum of 4.00" diameter with.134" wall thickness. The drivelines shall be balanced at a minimum of 3000 RPM. 19 P age

103 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER HIGH IDLE A high idle switch shall be provided, inside the cab, on the instrument panel, that shall automatically maintain a preset engine rpm. A switch shall be installed, at the cab instrument panel, for activation/deactivation. The high idle shall be operational automatically when the parking brake is applied and the truck transmission is in neutral. A green indicator light shall be provided, adjacent to the switch. The light shall illuminate when the above conditions are met. The light shall be labeled "OK to Engage High Idle." ENGINE BRAKE An engine brake (Jacobs Enfine Brake) is to be installed with the controls located on the instrument panel within easy reach of the driver. The driver shall be able to turn the engine brake system on/off and have a high, medium and low setting. The high setting of the brake application shall activate and work simultaneously with the variable geometry turbo (VGT) provided on the engine. The engine brake shall be installed in such a manner that when the engine brake is slowing the vehicle the brake lights are activated. The ABS system shall automatically disengage the auxiliary braking device, when required. CLUTCH FAN A Horton fan clutch shall be provided. The fan clutch shall be automatic when the pump transmission is in "Road" position, and constantly engaged when in "Pump" position. ENGINE AIR INTAKE The air intake with ember separator shall be mounted on the passenger side of the apparatus, to the front of the engine. The ember separator is designed to prevent road dirt and reticulating hot air from entering the engine. The ember separator shall be easily accessible in the engine air intake meeting the requirements of NFPA 1910 EXHAUST SYSTEM The exhaust system shall be stainless steel from the turbo to the inlet of the selective catalytic reduction (SCR) device, and shall be 4.00" in diameter. The exhaust system shall include a diesel particulate filter (DPF) and an SCR device to meet current EPA standards. An insulation wrap shall be provided on all exhaust pipe between the turbo and SCR to minimize the transfer of heat to the cab. The exhaust shall terminate horizontally ahead of the passenger side rear wheels. A tailpipe diffuser shall be provided to reduce the temperature of the exhaust as it exists. Heat deflector shields shall be provided to isolate chassis and body components from the heat of the tailpipe diffuser. EXHAUST MODIFICATION The exhaust pipe shall be brought straight out from under the body. The exhaust pipe shall extend a maximum of 2.00" past the body side. The diameter of the pipe shall be 6.00". Retrofitted for Niederman System. RADIATOR The radiator and the complete cooling system shall meet or exceed NFPA and engine manufacturer cooling system standards. For maximum cooling performance, the radiator core shall be made of brass tubes with copper fins having a serpentine design. The tubes shall be welded to brass headers using the patented Beta-Weld process for 20 P age

104 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER increased strength, longer road life and solder-bloom corrosion protection. The radiator core shall have a minimum frontal area of 1063 square inches. Steel supply and return tanks shall be bolted to the core headers and steel side channels to complete the radiator assembly. The radiator shall be compatible with commercial antifreeze solutions. The radiator shall include an integral de-aeration/expansion tank. For visual coolant level inspection, the radiator shall have a built-in sight glass. The radiator shall be equipped with a 15 psi pressure relief cap. A drain port shall be located at the lowest point of the cooling system and/or the bottom of the radiator to permit complete flushing of the coolant from the system. A heavy-duty fan shall draw in fresh, cool air through the radiator. Shields or baffles shall be provided to prevent recirculation of hot air to the inlet side of the radiator. COOLANT LINES Rubber hose shall be used for all engine coolant lines to be installed by the chassis manufacturer. Hose clamps shall be stainless steel constant torque type to prevent coolant leakage. They shall react to temperature changes in the cooling system and expand or contract accordingly while maintaining a constant clamping pressure on the hose. WHEEL CHOCKS There shall be one (1) pair of folding aluminum alloy wheel blocks, with easy-grip handle provided. WHEEL CHOCK BRACKETS There shall be one (1) pair of horizontal mounting wheel chock brackets provided for the folding wheel chocks. The brackets shall be mounted under front left compartment. BRAKE SYSTEM A rapid build-up air brake system shall be provided. The air brakes shall include a two (2) air tank, three (3) reservoir systems with a total of 4152 cubic inch of air capacity. A floor mounted treadle valve shall be mounted inside the cab for graduated control of applying and releasing the brakes. An inversion valve shall be installed to provide a service brake application in the unlikely event of primary air supply loss. All air reservoirs provided on the chassis shall be labeled for identification. The rear axle spring drum brakes shall automatically apply in any situation when the air pressure falls below 25 PSI and shall include a mechanical means for releasing the spring brakes when necessary. An audible alarm shall designate when the system air pressure is below 60 PSI. Emergency brake system shall lock all brakes on all grades above or below 0%. A four (4) sensor, four (4) modulator anti-lock braking system (ABS) shall be installed on the front and rear axles in order to prevent the brakes from locking or skidding while braking during hard stops or on icy or wet surfaces. This in turn shall allow the driver to maintain steering control under heavy braking and in most instances, shorten the braking distance. The electronic monitoring system shall incorporate diagonal circuitry which shall monitor wheel speed during braking through a sensor and tone ring on each wheel. A dash mounted ABS lamp shall be provided to notify the driver of a system malfunction. The ABS system shall automatically disengage the auxiliary braking system device when required. The speedometer screen shall be capable of reporting all active defaults using PID/SID and FMI standards. Additional safety shall be accommodated through Automatic Traction Control (ATC) which shall be installed on the single rear axle. The ATC system shall apply the ABS when the drive wheels loose traction. The system shall scale the electronic engine throttle back to prevent wheel spin while accelerating on ice or wet surfaces. 21 P age

105 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER A momentary rocker style switch shall be provided and properly labeled mud/snow. When the switch is pressed once, the system shall allow a momentary wheel slip to obtain traction under extreme mud and snow conditions. During this condition the ATC light and the light on the rocker switch shall blink continuously notifying the driver of activation. Pressing the switch again shall deactivate the mud/snow feature. The Electronic Stability Control (ESC) unit is a functional extension of the electronic braking system. It is able to detect any skidding of the vehicle about its vertical axis as well as any rollover tendency. The control unit comprises an angular-speed sensor that measures the vehicle s motion about the vertical axis, caused, for instance, by cornering or by skidding on a slippery road surface. An acceleration sensor measures the vehicle s lateral acceleration. The Controller Area Network (CAN) bus provides information on the steering angle. On the basis of lateral acceleration and steering angle, an integrated microcontroller calculates a theoretical angular speed for the stable vehicle condition. The air tank shall be primed and painted to meet a minimum 750 hour salt spray test. To reduce the effects of corrosion, the air tank shall be mounted with stainless steel brackets. (No exception). - Air Dryer properly sized for the brake system with a Bendix 89 coalescing filter cartridge Watt Heater BRAKE LINES Color-coded nylon brake lines shall be provided. The lines shall be wrapped in a heat protective loom where necessary in the chassis. AIR INLET One (1) air inlet with male coupling shall be provided. It shall allow station air to be supplied to the apparatus brake system through a shoreline hose. The inlet shall be located on the driver side pump panel. A check valve shall be provided to prevent reverse flow of air. The inlet shall discharge into the "wet" tank of the brake system. A mating female coupling shall also be provided with the loose equipment. AIR DISCHARGE 25 foot rubber air hose shall be provided with proper connections with air chuck to fill tires. It shall allow air to be supplied for maintenance. The discharge shall be located on the driver side pump panel. Tire air gauge and air fill adapter shall be provided. DIRECTIONAL (Front) Front turn signals to be rectangular amber LED lamps housed in chrome bezels. The turn signals shall be housed in the same common bezel as the front warning light and be located above the headlights. In addition to the front facing directional, a marker/turn amber indicator shall be provided on each side of the cab. REAR FMVSS LIGHTING A pair of three (3) LED lamp modules shall be provided. Each module shall include the following: 22 P age

106 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER One (1) LED stop and tail light. One (1) LED sequential turn light (right or left). One (1) LED back up light. One (1) triple light, polished aluminum housing. The lights shall be mounted on the face of the rear body compartments. Four (4) red reflectors shall be provided. LICENSE PLATE BRACKET There shall be one (1) license plate bracket mounted on the driver's side above the warning lights. A white LED light shall illuminate the license plate. A polished stainless steel light shield shall be provided over the light that shall direct illumination downward, preventing white light to the rear. BACK-UP ALARM A solid-state electronic audible back-up alarm that actuates when the truck is shifted into reverse shall be provided. The device shall sound at 60 pulses per minute and automatically adjust its volume to maintain a minimum ten (10) DBA above surrounding environmental noise levels. With a relay that activates rear zone warning lights when backing up. LIGHT, INTERMEDIATE There shall be one (1) pair of amber LED turn signal, marker lights furnished, one (1) each side, horizontally in the rear fender panel. A stainless steel trim shall be included with this installation. PERIMETER LIGHTS, CAB There shall be a grommet mount weatherproof LED 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 for an adequate work area PERIMETER LIGHTS, BODY There shall be a total of four (4) grommet mount, weatherproof lights provided on the apparatus. Two (2) LED lights shall be provided under the rear step area and two (2) LED lights shall be provided under the pump panel running boards. The LED 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. Shall also be able to be powered by a switch by master controls, all connectors must be water proof. 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. In order to ensure exceptional illumination, each light shall provide a minimum of 25 foot-candles (fc) covering an entire 15" x 15" square placed ten (10) inches below the light and a minimum of 1.5 fc covering an entire 30" x 30" square at the same ten (10) inch distance below the light. These step LED 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 WATEROUS FIRE PUMP Pump shall be a 1500 GPM, Two (2) stage mid-ship mounted centrifugal type. Pump shall be the class "A" type. 23 P age

107 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER 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 a 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. 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. Stuffing boxes shall be of the conventional two (2) piece, split-gland type, to permit adjustment or replacement of packing without disturbing the pump. Water shall be fed into stuffing box lantern rings for proper lubrication and cooling when the pump is operating. Lantern rings shall be located at the inner ends of the stuffing boxes, to avoid having to remove them when replacing pump packing. 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. PUMP TRANSMISSION Pump transmission shall be made of aluminum with a horizontally split casing. Power transfer to pump shall be by high strength silent chain. Drive shafts shall be a minimum of 2.35" diameter hardened and ground alloy steel. All shafts shall be ball bearing supported. The case is to be designed as to eliminate the need for water cooling. AIR PUMP SHIFT Pump shift engagement shall 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 shall also be located on the driver's side pump panel. Two (2) indicator lights shall be provided adjacent to the pump shift inside the cab. One (1) green light shall indicate the pump shift has been completed and be labeled "pump engaged". The second green light shall indicate when the pump has been engaged, and that the chassis transmission is in pump gear. This indicator light shall be labeled "ok to pump". 24 P age

108 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER Another green indicator light shall 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 shall be labeled "Warning: Do not open throttle unless light is on". The pump shift control in the cab shall be illuminated to meet NFPA requirements. TRANSMISSION LOCK-UP The direct gear transmission lock-up for the fire pump operation shall engage automatically when the pump shift control, in the cab, is activated. AUXILIARY COOLING SYSTEM A supplementary heat exchange cooling system shall be provided to allow the use of water from the discharge side of the pump for cooling the engine water. Heat exchanger shall be cylindrical type and shall be a separate unit. It shall be installed in the pump or engine compartment with the control located on the pump operator's control panel. Exchanger shall 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 CONTROLLER A Pressure Governor shall be provided. An electric pressure governor shall be provided which is capable of automatically maintaining a desired preset discharge pressure in the water pump. When operating in the pressure control mode, the system shall automatically maintain the discharge pressure set by the operator (within the discharge capabilities of the pump and water supply) regardless of flow, within the discharge capacities of the water pump and water supply. A pressure transducer shall be installed in the water discharge of the pump. The transducer continuously monitors pump pressure sending a signal to the Electronic Control Module (ECM). The governor can be used in two (2) modes of operation, RPM mode and pressure modes. In the RPM mode, the governor can be activated after vehicle parking brake has been set. When in this mode, the governor shall maintain the set engine speed, regardless of engine load (within engine operation capabilities). In the pressure mode, the governor system can only operate after the fire pump has been engaged and the vehicle parking brake has been set. When in the pressure mode, the pressure controller monitors the pump pressure and varies engine speed to maintain a precise pump pressure. The pressure controller shall use a quicker reacting J1939 database for engine control. A preset feature allows a predetermined pressure or rpm to be set. A pump cavitation protection feature is also provided which shall return the engine to idle should the pump cavitate. Cavitation is sensed by the combination of pump pressure below 30 psi and engine speed above 2000 rpm for more than five (5) seconds. 25 P age

109 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER The throttle shall be a venire style control, with a large control knob for use with a gloved hand. A throttle ready light shall be provided adjacent to the throttle control. A large.75" RPM display shall be provided to be visible at a glance. Check engine, and stop engine indicator lights shall be provided for easy viewing. Large.75" push buttons shall be provided for menu, mode, preset, and silence selections. The water tank level indicator shall be incorporated in the pressure governor. A fuel level indicator shall be incorporated in the pressure controller. A pump hour meter shall be incorporated in the pressure controller. The pressure controller shall incorporate monitoring for engine temperature, oil pressure, fuel level alarm, and voltage. Pump monitoring shall include, pump gear case temperature, error codes, diagnostic data, pump service reminders, and time stamped data logging, to allow for fast accurate trouble shooting. It shall also notify the driver/engineer of any problems with the engine and the apparatus. Complete understandable messages shall be provided in a 20-character display, providing for fewer abbreviations in the messages. An automatic dim feature shall be included for night operations. The pressure controller shall include a USB port for easy software upgrades, which can be downloaded through a USB memory stick, eliminating the need for a laptop for software installations. A complete interactive manual shall be provided with the pressure controller. PRIMING PUMP The priming pump shall be a Trident Emergency Products compressed air powered, high efficiency; multistage venturi based Air Prime System, conforming to standards outlined in the current edition of NFPA 1901.All wetted metallic parts of the priming system are to be of brass and stainless steel construction. One (1) priming control shall open the priming valve and start the pump primer. PUMP MANUALS Two (2) pump manuals from the pump manufacturer shall be furnished in compact disc format with the apparatus. Manuals shall cover pump operation, maintenance, and parts. PLUMBING All inlet and outlet plumbing, 3.00" and smaller, shall be plumbed with stainless steel pipe. Any other material used must be specified and approved. Small diameter secondary plumbing such as drain lines shall be stainless steel, brass. 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 shall be 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. DISCHARGE MANIFOLD The pump system shall utilize a stainless steel discharge manifold system that allows a direct flow of water to all discharge valves. The manifold and fabricated piping systems shall be constructed of a minimum of Schedule 10 stainless steel to reduce corrosion. 26 P age

110 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER 10 Year Stainless Steel Plumbing Warranty The apparatus manufacturer shall provide a full 10-year stainless steel plumbing components warranty. This warranty shall cover defects in materials or workmanship of apparatus manufacturer designed foam/water plumbing system stainless steel components for 10 years. A copy of the warranty document shall be provided with the proposal. MAIN PUMP INLETS A 6.00" pump manifold inlet shall be provided on each side of the vehicle. The suction inlets shall include screens that are designed to provide protection for the pump, thus reducing corrosion in the pump. The main pump inlets shall have National Standard Threads with a long handle chrome cap. The cap shall incorporate a thread design to automatically relieve stored pressure in the line when disconnected. An Akron Black Max Gate Valve shall be provided on the pump side discharge. VALVES All discharges shall use in-line ball valves. Valves shall have a ten (10) year warranty. INLET (Left side) On both right and (Officer and Driver) left side pump panel shall be one (1) 2.50" auxiliary suction, terminating in 2.50"NYC threads. 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. ANODE, INLET A pair of sacrificial zinc anodes shall be provided in the water pump inlets to protect the pump from corrosion. ADAPTER, INLET Two (2) adapters for the inlet shall be furnished with a special thread adapter, converting the National Standard hose thread to New York Corp. A plug shall be provided. INLET CONTROL Control for the side auxiliary inlet(s) shall be located at the inlet valve. INLET (Front and REAR) A 6.00" front inlet with die cast zinc screens shall be provided using 6.00" welded black iron pipe and a 6.00" butterfly valve. Only radiuses elbows shall be used in the piping, no mitered joints. Drains are furnished in all the low points of piping and have.75" valves with swing handle. A bleeder valve shall be located at the threaded connection. The front suction shall be located on the passenger side of the bumper extension. The front suction shall be manually operated control at the pump operator's panel. The control shall be momentary to allow the valve to be gated for ease of operation. Indicator lights shall be provided to show if the valve is open or closed. A 6.00" rear inlet with die cast zinc screens shall be provided using 6.00" welded black iron pipe and a 6.00" butterfly valve. Only radiuses elbows shall be used in the piping, no mitered joints. 27 P age

111 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER Drains are furnished in all the low points of piping and have.75" valves with swing handle. A bleeder valve shall be located at the threaded connection. INTAKE RELIEF VALVE An intake relief valve, preset at 125 psig, shall be installed on the inlet side of the valve. Relief valve shall have a working range of 75 psig to 250 psig. Outlet shall terminate below the frame rails. The front suction shall have a 5.00" swivel with National Standard hose threads and a long handle chromed plated cap. INLET BLEEDER VALVE A.75" bleeder valve shall be provided for each side gated inlet. The valves shall be located behind the panel with a swing style handle control extended to the outside of the 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. The water discharged by the bleeders 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. 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 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 Side) There shall be one (1) discharge outlet with a 2.50" valve on the right side of the apparatus, terminating with a 2.50" male National Standard hose thread adapter. DISCHARGE OUTLET There shall be a 4.00" discharge outlet with a 4.00" Akron valve with a 4.00" ball, installed on the right side of the apparatus, terminating with male a 4.00" with a Stortz adapter. This discharge outlet shall be actuated with a hand wheel control at the pump operator's control panel. DISCHARGE OUTLET (Rear) There shall be two (2) discharge outlets piped to the rear of the hose bed, on one (1) each side, 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. DISCHARGE CAPS Chrome plated, rocker lug, caps with chains shall be furnished for all side discharge outlets. 28 P age

112 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER 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 a swing style handle control extended to the outside of the side 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 two (2) discharge outlets, located on the left side pump panel, shall be furnished with a 2.50"(F) National Standard hose thread x New York Corp, chrome plated, 45 degree elbow. The elbow shall incorporate a thread design to automatically relieve stored pressure in the line when disconnected. (no exception) 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 New York Corp, chrome plated, 45 degree elbow. The elbow shall incorporate a thread design to automatically relieve stored pressure in the line when disconnected. (No exception) 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" New York Corp, chrome plated, 45 degree elbow. The elbow shall incorporate a thread design to automatically relieve stored pressure in the line when disconnected. (No exception) SPECIAL THREAD ADAPTERS There shall be four (4) reducing fittings with caps 2.50" female x 1.50" male thread. The reducing adapters shall have 2.5" to be New York Corp and 1-1/2" to be FDNY threads. The adapters shall be provided with a cap and installed Two on rear discharge and two on driver side and one on passenger side discharges. 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. If a hand wheel control valve is used, the control shall be a minimum of a 3.9" diameter chrome plated hand wheel with a dial position indicator built in to the center of the hand wheel. DELUGE RISER and Telescoping Monitor W/stackable Tips 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 installed securely so no movement develops when the line is charged. The riser shall be gated and controlled at the pump operator's panel. Akron Model 3431, 4 Strop with portable deck and stackable tips. Shall have a automatic drain when not flowing. 29 P age

113 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER CROSSLAY HOSE BEDS Three (3) cross lays with 1.50" outlets shall be provided. Two of the hose bed to be capable of carrying 200 feet of 1.75" double jacketed hose and shall be plumbed with 2.00" i.d. pipe and gated with a 2.00" quarter turn ball valve. The third shall be capable of carrying 200 feet of 2.50 double jacketed hose and shall be plumbed 2.00 pipe. Outlets to be equipped with a " and National Standard hose thread 90 degree swivel located in the hose bed so that hose may be removed from either side of apparatus. The cross lay controls shall be at the pump operator's panel. The center cross lay dividers shall be fabricated of.25" aluminum and shall provide adjustment from side to side. The divider shall be unpainted with a brushed finish. Vertical scuff plates, constructed of stainless steel, shall be provided at the front and rear ends of the bed on each side of vehicle. Cross lay bed flooring shall consist of removable perforated brushed aluminum. CROSSLAY/DEADLAY HOSE RESTRAINT Elastic netting shall be provided across the top and ends of two (2) cross lay/dead lay opening(s) to secure the hose during travel. The netting shall be permanently attached at the top center of the cross lay/dead lay bed and removable on each end. 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. The pump compartment shall be mounted on the chassis frame rails with rubber biscuits in a four point pattern to allow for chassis frame twist. Pump compartment, pump, plumbing and gauge panels shall be removable from the chassis in a single assembly. PUMP MOUNTING Pump shall be mounted to a substructure which shall be mounted to the chassis frame rail using rubber isolators. The mounting shall 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 in two (2) main sections for ease of maintenance: The upper section shall contain sub panels for the mounting of the pump pressure control device, engine monitoring gauges, electrical switches, and foam controls (if applicable). Sub panels shall be removable from the face of the pump panel for ease of maintenance. Below the sub panels shall be located all valve controls and line pressure gauges. The lower section of the panel shall contain all inlets, outlets, and drains. 30 P age

114 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER All push/pull valve controls shall have 1/4 turn locking control rods with polished chrome 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 shall be capable of locking in any position. The control rods shall pull straight out of the panel and shall 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 in chrome plated bezels. The pump panel on the right (passenger's) side shall be removable with lift and turn type fasteners. Trim rings shall be installed around all inlets and outlets. The trim rings for the side discharge outlets shall be color coded and labeled to correspond with the discharge identification tag. PUMP PANEL CONFIGURATION The pump panel configuration shall be arranged and installed in an organized manner that shall provide user-friendly operation. Shall be consistent with current Department panels, will be finalized at pre-con. 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. Both side of pump shall have removable screens for servicing pump. The black vinyl shall be bonded to the aluminum by the company that supplies the product. 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 COMPARTMENT LIGHT A pump compartment light shall be provided inside the right side pump enclosure and accessible through a door on the pump panel. A.125" weep hole shall be provided in each light lens, preventing moisture retention. Engine monitoring graduated LED indicators shall be incorporated with the pressure controller. INDICATOR PUMP PANEL The following indicator lights shall be provided at the pump panel. These shall be in addition to the indicators included with the pressure controller. - Check Transmission Warning Indicator Light - Stop Engine Warning Indicator Light 31 P age

115 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER - Check Engine Warning Indicator Light. AIR HORN BUTTON An air horn control button shall be provided at the pump operator's control panel. This button shall be red and properly labeled. The button shall be located within easy reach of the operator. GAUGES, VACUUM and PRESSURE The pump vacuum and pressure gauges shall be liquid filled. The gauges shall be a minimum of 4.50" in diameter and shall have white faces with black lettering, with a pressure range of 30.00"-0-600#. 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 in. 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 interlube filled a minimum of 2.50" in diameter and have white faces with black lettering. Gauges shall have a pressure range of 0-400#. The individual pressure gauge shall be installed as close to the outlet control as practical. LIGHT SHIELD There shall be a polished, 16 gauge stainless steel light shield installed over the pump operators panel. There shall be 12 volt DC white LED lights installed under the stainless steel light shield to illuminate the controls, switches, essential instructions, gauges, and instruments necessary for the operation of the apparatus. These lights shall be activated by the pump panel light switch. Additional lights shall be included every 18.00" depending on the size of the pump house. One exterior LED light strip can be used as a alternative. One (1) pump panel light shall come on when the pump is in pump mode. There shall be a light activated above the pump panel light switch when the parking brake is set. This is to afford the operator some illumination when first approaching the control panel. There shall be a green pump engaged indicator light activated on at the operator's panel when the pump is shifted into gear from inside the cab. ADDITIONAL LIGHT SHIELD An additional polished, 16 gauge stainless steel light shield shall be provided above passenger's side pump panel. There shall be 12 volt DC white LED lights installed under the light shield to illuminate the controls, switches, essential instructions, gauges, and instruments necessary for the operation of the apparatus. These lights shall be activated by the pump panel light switch. Additional lights shall be included every 18.00" depending on the size of the pump house WATER TANK (L-TANK) The L-Tank shall have a capacity of at least 700 U.S. gallons and shall be constructed of polypropylene material. This material shall be a non-corrosive stress relieved thermoplastic and UV stabilized for 32 P age

116 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER maximum protection. Tank shell thickness may vary depending on the application and may range from ½ to 1 as required. Internal baffles are generally 3/8 in thickness. Must be positioned to gain the lowest rear hose bed possible ISO CERTIFICATION The tank must be design and fabricated by a tank manufacturer that is ISO 9001:2008 certified in each of its locations. The ISO certification must be to the current standard in effect at the time of the design and fabrication of the tank. CONSTRUCTION The booster shall be of a specific configuration and is so designed to be completely independent required and tested for maximum strength and integrity. The tank construction shall include technology wherein a sealant shall be installed between the plastic components prior to Victaulic o of the body and compartments. Joints and seams shall be fused using nitrogen gas as being fusion welded. This sealing method shall provide a liquid barrier offering leak protection in the event of a weld compromise. The top of the booster tank is fitted with removable lifting assembly designed to facilitate tank removal. The transverse and longitudinal swash partitions shall be manufactured of a minimum of 3/8" PT3 polypropylene. All partitions shall be equipped with vent and air holes to permit movement of air and water between compartments. The partitions shall be designed to provide maximum water flow. All swash partitions interlock with one another and are completely fused to each other as well as to the walls of the tank. All partitions and spacing shall comply with NFPA The walls shall be welded to the floor of the tank providing maximum strength as part of the tank s unique Full Floor Design. Tolerances in design allow for a maximum variation of 1/8 on all dimensions. WATER FILL TOWER AND COVER The tank shall have a combination vent and manual fill tower. The fill tower shall be constructed of 1/2" polypropylene and shall be a minimum dimension of 8" x 8" outer perimeter. The tower shall be located in the left front corner of the tank unless otherwise specified by the tank manufacturer to the purchaser. The tower shall have a 1/4" thick removable polypropylene screen and a polypropylene hinged cover. The capacity of the tank shall be engraved on the top of the fill tower lid. Inside the fill tower there shall be a combination vent/overflow pipe. The vent overflow shall be a minimum of schedule 40 polypropylene pipe with a minimum I.D. of 4" that is designed to run through the tank, and shall be piped to discharge water behind the rear wheels as required in NFPA 1901 so as to not interfere with rear tire traction. The tank cover shall be constructed of 1/2" thick polypropylene and UV stabilized, to incorporate a multipiece locking design, which allows for individual removal and inspection if necessary. The tank cover(s) shall be flush or recessed 3/8" from the top of the tank and shall be fused to the tank walls and longitudinal partitions for maximum integrity. Each one of the covers shall have hold downs consisting of 2" minimum polypropylene dowels spaced a maximum of 40 apart. These dowels shall extend through the covers and shall assist in keeping the covers rigid under fast filling conditions. A minimum of two lifting dowels shall accommodate the necessary lifting hardware. SUMP There shall be one (1) sump standard per tank. The sump shall be constructed of a minimum of 1/2" polypropylene and be located in the left front quarter of the tank, unless specified otherwise. On all tanks that require a front suction, a 3" schedule 40 polypropylene pipe shall be installed that shall incorporate a 33 P age

117 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER dip tube from the front of the tank to the sump location. The sump shall have a minimum 3" NPT threaded outlet on the bottom for a drain plug per NFPA. This shall be used as a combination clean-out and drain. All tanks shall have an anti-swirl plate located approximately 3 above the inside floor. OUTLETS There shall be two (2) standard tank outlets: one for the tank-to-pump suction line, which shall be sized to provide adequate water flow to the pump; and, one for tank fill line, which shall be sized according to the NFPA minimum size chart for booster tanks. All tank fill couplings shall be backed with flow deflectors to break up the stream of water entering the tank, and be capable of withstanding sustained fill rates of up to 1000 GPM. The addition of rear suction fittings, nurse valve fittings, dump valve fittings, and through-the-tank sleeves to accommodate rear discharge piping must be specified. All auxiliary outlets and inlets must meet all NFPA guidelines in effect at the time of manufacture. MOUNTING The tank shall rest on the body cross members in conjunction with such additional cross members, spaced at a distance that would not allow for more than 530 square inches of unsupported area under the tank floor. In cases where overall height of the tank exceeds 40 inches, cross member spacing must be decreased to allow for not more than 400 square inches of unsupported area. The tank must be isolated from the cross members through the use of hard rubber strips with a minimum thickness and width dimension of 1/4 x 1 and a Shore A Hardness of approximately 60 durometer. The rubber must be installed so it shall not become dislodged during normal operation of the vehicle. Additionally, the tank must be supported around the entire bottom outside perimeter and captured both in the front and rear as well as side to side to prevent tank from shifting during vehicle operation. A picture frame type cradle mount with a minimum of 2" x 2" x 1/4 mild steel, stainless steel, or aluminum angle shall be provided or the use of corner angles having a minimum dimension of 4" x 4" x 1/4 by 6 high are permitted for the purpose of capturing the tank. Although the tank is designed on a free floating suspension principle, it is required that the tank have adequate vertical hold down restraints to minimize movement during vehicle operation. If proper retention has not been incorporated into the apparatus hose floor structure, an optional mounting restraint system shall be located on top of the tank, half way between the front and the rear on each side of the tank. These stops can be constructed of steel, stainless steel or aluminum angle having minimum dimensions of 3" x 3" x 1/4 and shall be approximately 6 to 12 long. These brackets must incorporate rubber isolating pads with a minimum thickness of 1/4 inch and a hardness of 60 durometer affixed on the underside of the angle. The angle should then be bolted to the body side walls of the vehicle while extending down to rest on the top outside edge of the upper side wall of the tank. Hose beds floors must be so designed that the floor slat supports extend full width from side wall to side wall and are not permitted to drop off the edge of the tank or in any way come in contact with the individual covers where a puncture could occur. Tank top must be capable of supporting loads up to 200 lbs. per sq. foot when evenly distributed. Other equipment such as generators, portable pumps, etc. must not be mounted directly to the tank top unless provisions have been designed into the tank for that purpose. The tank shall be completely removable without disturbing or dismantling the apparatus structure. CAPACITY CERTIFICATION All water tanks shall be tested and certified as to capacity on a calibrated and certified tilting scale. Each tank shall be weighed empty and full to provide precise fluid capacity. Each is delivered with a Certificate of Capacity delineating the weight empty and full and the resultant capacity based on weight. Engineering estimates for capacity calculations shall not be permitted for capacity certification 34 P age

118 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER WATER TANK SIZE CERTIFICATION The manufacturer shall certify the capacity of the water tank prior to the delivery of the apparatus. This capacity shall be recorded on the manufacturer's record of construction and the certification shall be provided when the apparatus is delivered. GAUGE, WATER LEVEL There shall be a Class 1 tank level gauge supplied and mounted on the pump operator's panel to monitor the level of water in the tank. The tank level gauge shall indicate the liquid level or volume on an easy to read LED display and show increments of 1/8 of a tank. Each tank level gauge system shall include: A pressure transducer that is mounted on the outside of the tank in an easily accessible area. Sealed foam tanks will require zero pressure vacuum vents. A super bright LED display viewable from 180 degrees with a visual indication at nine accurate levels. A set of weather resistant connectors to connect to the digital display, to the pressure transducer and to the apparatus power LIGHT, CENTER BROW One (1) Light - 12 Volt LED Brow, FRC Spectra SPA830-Q15 One (1) Fire Research Spectra LED scene light(s) model SPA830-Q15 roof mount light shall be installed. The lower mounting bracket shall allow the bottom of the lamp head to pivot and the upper mounting bracket shall extend out on a turnbuckle that is adjustable to set the lamp head angle. Wiring shall extend from a weatherproof strain relief at the rear of the lamp head. The lamp head shall have sixty (60) ultra-bright white LEDs, 48 for flood lighting and 12 to provide a spot light beam pattern. It shall operate at 12/24 volts DC, draw 13/6.5 amps, and generate 15,000 lumens of light. The lamp head shall have a unique lens that directs flood lighting onto the work area and focuses the spot light beam into the distance. The lamp head shall be no more than 6" high by 14" wide by 4 3/4" deep. The lamp head and mounting arm shall be powder coated. The LED scene light shall be for fire service use. One (1) Switch - Brow Light Activation, Cab Mounted The cab A additional switch shall be located on the pump panel. Light shall not activate while in motion. CAB ROOF LIGHTBAR There shall be one Whelen at least 72 LED light bar provided. Fully populated red, clear and blue The light bar shall include the following: The color of the lenses shall be clear. There shall be one (1) switch, located in the cab on the switch panel, to control this light bar. Clear lights shall meet NFPA forward facing lights to turn off while vehicle brake applied. THREE (3) SCENE LIGHTS LED CAB Sides- There will be two (2) Fire Research Spectra Model SPA851-Q20 white 12 volt LED scene light provided on a push up side mount pole, located on the back of the cab, one (1) each side. The light will be controlled by a switch at the driver s side switch panel. These lights will be connected to a DO NOT MOVE TRUCK Indicator circuit. Light Pole Guard- A polished stainless guard will be provided on each to cover the light pole. This guard will provide protection for the pole from any damage that may be caused by the couplings during removal of the hose from the cross lays. There will be a total of Two (2) guards provided. Their shall be One (1) mounted in the rear of engine drivers side this unit will be mounted as high as possible to provide scene lighting for the rear of the engine. Total of Three (3) 35 P age

119 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER LIGHTS, FRONT ZONE LOWER Two (2) pair of flashing LED lights shall be installed on the cab face above the headlights, in a common bezel. Located above headlights (Whelen M6 Series) 1-The color of these lights shall be red Super LED/clear lens. 1-The color of these lights shall be white Super LED/clear lens. These lights shall meet or exceed NFPA front lower zone requirements. Per NFPA, these lights shall be activated by a switch in the cab. SIDE ZONE LOWER LIGHTING Four (4) flashing super LED lights shall be located at the following position: (Whelen M7 Series) Two (2) lights, one (1) each side on the bumper extension split white/ red Super LED/clear lens each side. Four (4) lights, near middle to rear with two each side split white/ red Super LED/clear lens each side. The above six (6) lights shall be required to meet or exceed the side lower level optical warning and optical power requirements of NFPA. The lights shall be controlled by a switch on the cab instrument panel. These lights shall be installed with a flange. REAR ZONE LOWER LIGHTING Two (2) flashing super LED warning lights shall be located at the rear of the apparatus, required to meet or exceed the lower level optical warning and optical power requirements of NFPA. (Whelen M7 Series) 1 color of these lights shall be red Super LED/clear lens. 1 color of these lights shall be blue Super LED/clear lens. One (1) switch in the cab on the switch panel shall control these lights. These lights shall be installed with a flange. One(1) Whelen 900 series LED scene light located rear for hose bed area, controlled by switch at pump panel. WARNING LIGHTS (Rear of Truck) Two (2) LED warning lights shall be provided at the top rear of the truck, located one (1) on each side. (Whelen Roto beam R316) One (1) switch located in the cab on the switch panel shall control these lights. The color of the lights shall be 1-amber and 1-red. Clear Lens The rear warning lights shall be mounted on stainless steel brackets with all wiring totally enclosed. These brackets shall also support the clearance/marker lights. GENERATOR The apparatus shall be equipped with a complete electrical power system. The generator shall be a 6.5 KW Hydraulic unit with electronic control. The wiring and generator installation shall conform to the 36 P age

120 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER present National Electrical Codes 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 an engine transmission power take off unit, through a hydraulic pump and motor. The generator shall include an electrical control inside the cab. The hydraulic engagement supply shall be operational only after the chassis parking brake is applied. An electric/hydraulic valve shall supply hydraulic fluid to the clutch engagement unit provided on the chassis PTO drive. The generator hydraulic circuit shall include a soft start valve to protect the generator components during PTO engagement. Generator Instruments and Controls To properly monitor the generator performance a digital meter panel shall be furnished and mounted next to the circuit breaker panel. The meter shall indicate the following items: - Voltage - Amperage for both lines - Frequency - Generator run hours - Over current indication - Over temperature indication - Service required indication - "PTO" engagement indication - "Power On" indication - Two (2) fuse holders with two (2) amp fuses (for indicator light protection) The meter and indicators shall be installed near eye level in the compartment. Instruments shall be flush mounted in an appropriate sized weatherproof electrical enclosure. All instruments used shall be accurate within +/- Two (2) percent. CIRCUIT BREAKER PANEL A circuit breaker panel shall be installed in the front right compartment. A directory for each breaker shall be provided adjacent to the circuit breaker panel. Identification of circuits shall be done in a durable manner that provides years of service. GENERATOR POWERED OUTLETS The following specified outlets shall be provided and installed on the apparatus; and be live when the generator is in operation: One (1) NEMA L V/20A single receptacle with weather resistant cover shall be located as specified below: One (1) on the left rear compartment face, of the apparatus body. ELECTRIC REWIND CORD REEL One (1) Hannay model #ECR series electric rewind cord reel(s) shall be installed on the apparatus as specified. There shall be a four way roller assembly provided and installed to guide the cord on and off of the spool to prevent chafing on the body or opening. There shall also be a cord stop 37 P age

121 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER supplied. The reel shall come equipped with 150 feet of black 10-3 electrical cord. A weather resistant push button switch to activate the rewind shall be located next to the reel. The switch shall be labeled CORD REEL. The cord shall terminate in a NEMA L5-30R receptacle end. HOSE STORAGE A hose bed shall be provided and installed with a minimum of thirty (30) cubic feet of storage space available. The hose bed shall have a slotted 1/4" aluminum flooring installed to allow drainage through the tank cavity to the ground below. The aluminum flooring shall be manufactured in discrete sections to allow for ease of removal and stability. The area shall be free of sharp edges to protect the hose when loading and unloading. HOSE BED AREA The hose bed area of the apparatus shall be overlaid with brushed stainless steel material. The walls of the hose bed shall approximately 80" tall, measured from the bottom edge of the compartments to the top flange. VINYL COATED NYLON HOSE BED COVER There shall be a hose bed cover provided and installed with the apparatus. The cover shall be held in place by extruded aluminum channel on the front and an elastic shock cord sewn into the tarp with brass grommets where the shock cord passes through the hose bed cover on the sides. Hooks shall be provided on the sides to provide a means of attaching the cover to the apparatus. The hooks shall be made of cast aluminum. The cover shall have a flap that extends down over the rear of the hose bed which shall be described below. The cover shall have a flap that extends down over the rear of the hose bed which shall be fastened by an elastic shock cord sewn into the tarp with brass grommets where the shock cord passes through the hose bed cover. Hooks shall be provided on the lower corners to provide a means of attaching the cover to the apparatus. The hooks shall be stainless steel screws with plastic washer between to prevent corrosion. NO RIVETS. Must be easy to remove and or replace. The hose bed cover shall be red in color. HOSE BED AREA TRIMMED W/ BRUSHED SST The vertical corners at the back hose bed shall be trimmed with brushed stainless steel. The trim shall extend from the hose floor level up to the top edge of the body side. The top rail on the hose bed side walls shall have a trim cap fabricated of 16 gauge brushed 304L stainless steel. The cap shall run the entire length of the hose bed side wall and shall provide a smooth surface with a highly finished appearance. It shall extend down at least 1 on each side of the hose bed side wall. The hose bed shall accommodate the following hose loads: QtySize ' ' ' 5" LDH 2-1/2" DJ 1-3/4" DJ 38 P age

122 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER REINFORCED HOSE BED DIVIDERS There shall be a reinforced hose divider provided and installed in the hose bed area of the apparatus body. The divider shall be fabricated of 1/4" thick aluminum plate with a double sided reinforcement and attached to the adjustable slide rails. The rear of the divider shall have a radius to provide a smooth corner. The top and rear edges shall be reinforced with 1 round aluminum tubing for extra rigidity. Hose payout shall be unobstructed by the divider. There shall be a total quantity of three (3) dividers installed in the hose bed. HOSE BED DUNNAGE AREA A vertical bulkhead shall be provided and installed at the front of the hose bed area, just behind the water tank fill tower, forming a storage area that is separated from the hose bed. The rear face of the bulkhead shall serve as a mounting surface for the hose bed dividers, resulting in the ability to move any hose bed divider across the entire width of the hose bed. AIR HORN SYSTEM Two (2) air horns shall be provided and located, in the front bumper, recessed one each side. The horn system shall be piped to the air brake system wet tank. A pressure protection valve shall be installed inline to prevent loss of air, in the air brake system. AIR HORN CONTROL The air horns shall be actuated by a single pull cord near driver side right and a switch that allow air horn control on steering wheel horn. There shall be a Federal Q2B-NN siren installed in or around and connected by a solenoid. Also a break shall be installed within the front cab. Officer side foot control. Break shall be mounted for both driver and officer to control. Within reach of both Driver and Officer ELECTRONIC SIREN FEDERAL PA-300 There shall be an electronic siren with noise canceling microphone installed This siren to be active when the battery switch is on and that emergency master switch is on. Siren shall be actuated by the horn button in the steering wheel and the unit itself. The driver shall have the option to control the siren or the chassis horns from the horn button by means of a selector switch. SPEAKER watt speaker shall be provided. A chrome-plated grille shall be installed in front of the speaker. The speaker(s) shall be recessed in the front bumper on the driver's side. EQUIPMENT MOUNTING All equipment supplied with the apparatus shall be mounted by the bidder at the factory or at the local warranty facility, as per the fire department s instructions. All loose equipment shall be supplied with brackets or custom fitted into mountings. The Fire Department will provide a bell the bidder must mount this item in a approved location. PREVENTIVE MAINTENANCE The purchase price of the apparatus shall include annual preventive maintenance of the apparatus for a period of two (2) years (at 12 and 24 months in service). The maintenance shall be performed in the fire station by personnel of the manufacturer s authorized factory maintenance facility. 39 P age

123 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER As a minimum, the maintenance shall include change engine oil and filters, change fuel filters, lubricate all recommended points on the vehicle, change air filter, brake adjustment (if necessary), and all other service procedures recommended by the manufacturer of the apparatus and its components such as pump lubrication and service, generator hydraulic fluid change, automatic transmission fluid change, and so on. In addition, the person performing the service will provide the fire chief with a list of items observed that require repair that are not part of this contract or warranty. The fire department reserves the right to renew the maintenance contract at two-year intervals. TRAINING A training schedule shall be coordinated with the fire chief for a factory representative to familiarize the firefighters with the basic operation of the apparatus and its components for a minimum of three (4) consecutive days after delivery. The day of delivery shall not be considered one of these training days. Training shall include evenings and one weekend day. The day of delivery shall not be considered one of the training days The bidder agrees to allow a fire department representative to videotape the instructional presentation for future reference and training. LADDERS The apparatus shall be equipped with heavy duty, box type I beam rail ground ladders. The ladders shall meet the requirements of NFPA1931 to ensure proper design and that sufficient strength is available for the service intended. A full ½, non-rotting, poly rope shall be provided. EXTENSION LADDER There shall be a heavy duty 24, two (2) section, and aluminum extension ladder provided. ROOF LADDER There shall be a heavy duty 14 aluminum roof ladder provided. FOLDING LADDER One (1) aluminum, 10' folding ladder shall be installed on top of the left side compartment. PIKE POLE, 8' One (1) NY Style pike pole, 8' long Akron with a fiberglass handle, shall be provided and located in pike pole tube. PIKE POLE, 6' One (1) NY Style pike pole, 6' long with a fiberglass handle, shall be provided and located in pike pole tube. PIKE POLE STORAGE Aluminum tubing shall be used for the storage of two (2) pike poles and shall be located on top of right side compartment. If the head of a pike pole can come in contact with a painted surface, a stainless steel scuff plate shall be provided. REAR STEPS Aluminum tread plate corner steps and bright finished, non-skid folding steps shall be provided at the rear. The folding steps shall have a a luminescent coating that is rechargeable from any light source and can hold a charge for up to 24 hours. Each folding step shall incorporate an LED light to illuminate the 40 P age

124 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER stepping surface. The folding steps can be used as a hand hold with two openings wide enough for a gloved hand. All steps shall provide adequate surface for stepping. Three (3) additional folding steps shall be located on the driver's side exterior back wall of crew cab. The step(s) shall be bright finished, non-skid with a luminescent coating that is rechargeable from any light source and can hold a charge for up to 24 hours. Each step shall incorporate an LED light to illuminate the stepping surface. The step(s) can be used as a hand hold with two openings wide enough for a gloved hand. Three (3) additional folding steps shall be located on the passenger side, exterior back wall of crew cab. The step(s) shall be bright finished, non-skid with a luminescent coating that is rechargeable from any light source and can hold a charge for up to 24 hours. Each step shall incorporate an LED light to illuminate the stepping surface. The step(s) can be used as a hand hold with two openings wide enough for a gloved hand. ADAPTORS and EQUIPMENT (Location to be determined at Pre-con) Four (4) combination spanner wrenches mounted in bracket(s) fastened to the apparatus. Two (2) hydrant wrenches mounted in brackets fastened to the apparatus. One (1) double female 2.50" (65 mm) adapter with NY Corp threads, mounted in a bracket fastened to the apparatus. One (1) double male 2.50" (65 mm) adapter with NY Corp threads, mounted in a bracket fastened to the apparatus. 1 additional double female adapter and double male adapter, sized to fit the supply hose carried, shall be carried mounted in brackets fastened to the apparatus. 1 National Hose (NH) intake, an adapter from 2.50" NH female to a pump intake shall be carried, mounted in a bracket fastened to the apparatus if not already mounted directly to the intake. 1 National Hose (NH) threads, adapters shall be supplied to allow feeding the supply hose from a 2.50" NH thread male discharge and to allow the hose to connect to a 2.50" NH female intake, Reverse coupling Stream Lite: 12 volt DC mount 5 bank steady charger w/lights Survivor LED Location to be determined at pre-con 41 P age

125 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER 4-LED Stream Lite Fire Vulcan box lights Location to be determined at pre-con 20 each KEY Supreme 50' 1.75" with 1.5" FDNY couplings white, No Stripe. 20 each KEY Supreme 50' 2.5" with NY CORP couplings white, No Stripe. 20 each HFX 4" x 50' Yellow LDH Storz Couplings W/Department logo on hose XXC-52 TFT BLITZFIRE Combination Package; Monitor, Bracket, MF, Stack Tips Bag of stainless steel nuts and bolts PAINT The exterior custom cab and body painting procedure shall follow industry standards and step by step process provided in the bid. All removable items such as brackets, compartment doors, door hinges, trim, etc. shall be removed and painted separately to insure paint behind all mounted items. Body assemblies that cannot be finish painted after assembly shall be finish painted before assembly. The cab and the body shall be painted same color to be determined at pre-con. Prior to reassembly and reinstallation of lights, handrails, door hardware and any miscellaneous items an isolation tape, gasket or dielectric material shall be used to prevent damage to the finish painted surfaces (no exceptions). A nylon washer shall be installed under each acorn nut or metal screw that is fastened directly to an exterior painted surface. PAINT - ENVIRONMENTAL IMPACT The contractor shall meet or exceed his current State regulations concerning paint operations. Pollution control shall include measures to protect the atmosphere, water and soil. Controls shall include the following conditions: Additionally, the finished apparatus shall not be manufactured with or contain products that have ozone depleting substances. The contractor shall, upon demand, present evidence that his manufacturing facility meets the above conditions and that it is in compliance with his State EPA rules and regulations. 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 that shall be painted black are frame rails, cross members, axles, suspension, steering gear, fuel tank, body substructure supports, miscellaneous mounting brackets, etc. WHEELS, ACCENT STRIPE All exposed outer edge wheel surfaces shall be painted with a Silver accent stripe. PAINT, FRONT WHEELS All wheels surfaces, inside and outside, shall be provided with powder coat paint red. PAINT, REAR WHEELS All wheels surfaces, inside and outside, shall be provided with powder coat paint red. 42 P age

126 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER COMPARTMENT INTERIOR PAINT The interior shall be painted with gray/aluminum spatter type paint. REFLECTIVE BAND A 10.00" white reflective band shall be provided across the front of the vehicle and along the sides of the body. The reflective band provided on the cab face shall be at the headlight level. CHEVRON STRIPING, REAR There shall be alternating chevron striping located on the rear-facing vertical surface of the apparatus. The rear surface, excluding the rear compartment door, shall be covered. The colors shall be red and yellow diamond grade. With up to 1 black between colors. 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 shall 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 and continue to the end of the truck. (STOP incorporated) This stripe shall meet the NFPA 1901 requirement. Note: All Lettering and decal art work shall be consistent with current Passaic Fire Apparatus. All lettering will be Genuine Gold leaf laminate. LETTERING The lettering shall be totally encapsulated between two (2) layers of clear vinyl. LETTERING Twenty-one (21) to forty (40) Gold laminate gold leaf lettering, 3.00" high, with outline and shade shall be provided. LETTERING There shall be Gold laminate gold leaf lettering, 6.00" high, with outline and shade provided. There shall be two (2) letters provided. REFLECTIVE LETTERING, "DIAL 911 EMERGENCY" A pair of 4.00" White, reflective decal "Dial EMERGENCY" shall be installed at one each At least 4 American flag decals shall be placed on both sides of engine, type shall be determined at pre-con ENGINE WARRANTY A five (5) year limited engine warranty shall be provided. A copy of the warranty certificate shall be submitted with the bid package. STEERING GEAR WARRANTY A one (1) year limited steering gear warranty shall be provided. A copy of the warranty certificate shall be submitted with the bid package. FIFTY (50) YEAR STRUCTURAL INTEGRITY The chassis frame shall be provided with a fifty (50) year material and workmanship limited warranty. The warranty shall cover the chassis frame as being free from defects in material and workmanship that would arise under normal use and service. A copy of the warranty certificate shall be submitted with the bid package. (no exception). 43 P age

127 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER FRONT AXLE TWO (2) YEAR MATERIAL AND WORKMANSHIP WARRANTY A 2 year axle limited warranty shall be provided. REAR AXLE TWO (2) YEAR MATERIAL AND WORKMANSHIP WARRANTY A 2 year axle limited warranty shall be provided. TEN (10) YEAR STRUCTURAL INTEGRITY The new cab shall be provided with a ten (10) year material and workmanship limited warranty. The warranty shall cover such portions of the cab built by the manufacturer as being free from structural failures caused by defects in material and workmanship that would arise under normal use and service. A copy of the warranty certificate shall be submitted with the bid package (No Exception). TEN (10) YEAR PRO-RATED PAINT AND CORROSION A ten (10) year pro-rated paint and corrosion limited warranty on the apparatus cab. The warranty shall cover painted exterior surfaces of the body to be free from blistering, peeling, corrosion, or any other adhesion defect caused by defective manufacturing methods or paint material selection that would arise under normal use and service. A copy of the warranty certificate shall be submitted with the bid package (No Exception). TRANSMISSION WARRANTY The transmission shall have a five (5) year/unlimited mileage warranty covering 100 percent parts and labor. The warranty is to be provided by transmission supplier and not the apparatus builder. LIFETIME MATERIAL AND WORKMANSHIP The poly water tank shall be provided with a lifetime material and workmanship limited warranty. A copy of the warranty certificate shall be submitted with the bid package (No Exception). TEN (10) YEAR STRUCTURAL INTEGRITY A ten (10) year material and workmanship limited warranty on the apparatus body. The warranty shall cover such portions of the apparatus built by the manufacturer as being free from defects in material and workmanship that would arise under normal use and service. A copy of the warranty certificate shall be submitted with the bid package (No Exception). ROLL UP DOOR MATERIAL AND WORKMANSHIP WARRANTY A roll-up door limited warranty shall be provided. The mechanical components of the roll-up door shall be warranted against defects in material and workmanship for the lifetime of the vehicle. A six (6) year limited warranty shall be provided on painted and satin roll up doors. A copy of the warranty certificate shall be submitted with the bid package. PUMP WARRANTY A five (5) year warranty shall be provided for the pump by the pump manufacturer. TEN (10) YEAR PUMP PLUMBING WARRANTY The stainless steel plumbing components and ancillary brass fittings used in the construction of the water 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 certificate shall be submitted with the bid package. (no exception) 44 P age

128 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER THREE (3) YEAR MATERIAL AND WORKMANSHIP The gold leaf lamination shall be provided with a three (3) year material and workmanship limited warranty. The warranty shall cover the gold leaf lamination as being free from defects in material and workmanship that would arise under normal use and service. A copy of the warranty certificate shall be submitted with the bid package (No Exception). VEHICLE STABILITY CERTIFICATION The fire apparatus manufacturer shall provide a certification stating the apparatus complies with NFPA 1901, current edition, section 4.13, Vehicle Stability. The certification shall be provided at the time of bid. ENGINE INSTALLATION CERTIFICATION The fire apparatus manufacturer shall 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 shall be provided at the time of bid. POWER STEERING CERTIFICATION The fire apparatus manufacturer shall provide a certification stating the power steering system as installed meets the requirements of the component supplier. The certification shall be provided at the time of bid. CAB INTEGRITY CERTIFICATION The fire apparatus manufacturer shall provide, at the time of bid, a cab integrity certification. Testing shall meet or exceed the requirements below: - European Occupant Protection Standard ECE Regulation No SAE J2422 Cab Roof Strength Evaluation - Quasi-Static Loading Heavy Trucks. - SAE J2420 COE Frontal Strength Evaluation - Dynamic Loading Heavy Trucks. There shall be no exception to any portion of the cab integrity certification. Nonconformance shall lead to immediate rejection of bid. WINDSHIELD WIPER DURABILITY CERTIFICATION Visibility during inclement weather is essential to safe apparatus performance. The bidder shall certify that the wiper system design has been tested and that the wiper system has met these criteria. The bidder shall provide, at the time of bid and delivery, an itemized print out of the expected amp draw of the entire vehicle's electrical system. 45 P age

129 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER The manufacturer of the apparatus shall provide the following: 1) Documentation of the electrical system performance tests. 2) A written load analysis, which shall include the following: A) The nameplate rating of the alternator B) The alternator rating under the conditions specified per: Applicable NFPA 1901 or 1906 (Current Edition). C) The minimum continuous load of each component that is specified per: Applicable NFPA 1901 or 1906 (Current Edition). D) Additional loads that, when added to the minimum continuous load, determine the total connected load. E) Each individual intermittent load. All of the above listed items and non listed shall be provided by the bidder per the applicable NFPA 1901 or 1906 (Current Edition) 46 P age

130 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER Contents INSTRUCTIONS TO BIDDERS... 1 EXCEPTIONS... 1 PERFORMANCE TESTS AND REQUIREMENTS... 2 FAILURE TO MEET TEST... 3 COMMERCIAL GENERAL LIABILITY INSURANCE... 3 As per the instructions in the City of Passaic Bidders package NFPA 2016 STANDARDS /COMPLIANCY... 3 PUMP TEST... 4 ELECTRICAL WIRING /DIAGRAMS... 5 CUSTOM CHASSIS... 5 FRONT AXLE... 5 REAR AXLE... 5 CAB... 6 CAB INTERIOR LIGHTING... 7 CREW CAB WINDOWS... 7 CAB INTERIOR... 7 CAB INSTRUMENTATION... 7 CAB INTERIOR UPHOLSTERY... 8 INTERIOR PAINT (Cab)... 8 CAB FLOOR... 8 CAB HEATER/DEFROSTER... 8 AIR CONDITIONING (50000 BTU or Greater)... 8 MOUNTING PLATE ON ENGINE TUNNEL... 9 HEAVY DUTY UNDERBODY SUPPORT SYSTEM AGGRESSIVE WALKING SURFACE LOUVERS TESTING OF BODY DESIGN DRIVER'S SIDE PASSENGER'S SIDE ROLLUP DOOR, SIDE COMPARTMENTS COMPARTMENTATION, REAR DOOR GUARD COMPARTMENT LIGHTING/ DURO-STRIP MOUNTING TRACKS ADJUSTABLE SHELVES P age

131 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER INVERTED SLIDE OUT TRAY RUB RAIL HANDRAILS FUEL TANK DIESEL EXHAUST FLUID TANK BUMPER GRAVEL PAN TOW HOOKS BUMPER-TWO HOSE WELL FENDER LINERS FENDER CROWNS WINDSHIELD SUN VISORS WINDSHIELD WIPERS HIGH IDLE ENGINE BRAKE CLUTCH FAN ENGINE AIR INTAKE EXHAUST SYSTEM EXHAUST MODIFICATION RADIATOR COOLANT LINES WHEEL CHOCKS WHEEL CHOCK BRACKETS BRAKE LINES AIR INLET AIR DISCHARGE foot rubber air hose shall be provided with proper connections with air chuck to fill tires.. 22 It shall allow air to be supplied for maintenance. The discharge shall be located on the driver side pump panel. Tire air gauge and air fill adapter shall be provided DIRECTIONAL (Front) REAR FMVSS LIGHTING LICENSE PLATE BRACKET BACK-UP ALARM LIGHT, INTERMEDIATE PERIMETER LIGHTS, CAB P age

132 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER PERIMETER LIGHTS, BODY WATEROUS FIRE PUMP PUMP TRANSMISSION AIR PUMP SHIFT TRANSMISSION LOCK-UP AUXILIARY COOLING SYSTEM INTAKE RELIEF VALVE PRESSURE CONTROLLER PRIMING PUMP PUMP MANUALS PLUMBING Year Stainless Steel Plumbing Warranty MAIN PUMP INLETS VALVES INLET (Left side) ANODE, INLET ADAPTER, INLET INLET CONTROL INLET (Front and REAR) INTAKE RELIEF VALVE INLET BLEEDER VALVE TANK TO PUMP TANK REFILL DISCHARGE OUTLETS (Left Side) DISCHARGE OUTLETS (Right Side) DISCHARGE OUTLET DISCHARGE OUTLET (Rear) DISCHARGE CAPS OUTLET BLEEDERS ELBOWS, LEFT SIDE OUTLETS ELBOWS, RIGHT SIDE OUTLETS ELBOWS, REAR OUTLETS SPECIAL THREAD ADAPTERS DISCHARGE OUTLET CONTROLS DELUGE RISER and Telescoping Monitor W/stackable Tips CROSSLAY HOSE BEDS P age

133 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER CROSSLAY/DEADLAY HOSE RESTRAINT PUMP COMPARTMENT PUMP MOUNTING PUMP CONTROL PANELS (Left Side Control) IDENTIFICATION TAGS PUMP PANEL CONFIGURATION PUMP AND GAUGE PANEL PUMP COMPARTMENT LIGHT INDICATOR PUMP PANEL AIR HORN BUTTON GAUGES, VACUUM and PRESSURE PRESSURE GAUGES LIGHT SHIELD ADDITIONAL LIGHT SHIELD CAB ROOF LIGHTBAR LIGHTS, FRONT ZONE LOWER SIDE ZONE LOWER LIGHTING REAR ZONE LOWER LIGHTING One(1) Whelen 900 series LED scene light located rear for hose bed area, controlled by switch at pump panel WARNING LIGHTS (Rear of Truck) GENERATOR The apparatus shall be equipped with a complete electrical power system. The generator shall be a 6.5 KW Hydraulic unit with electronic control. The wiring and generator installation shall conform to the present National Electrical Codes Standards of the National Fire Protection Association. The installation shall be designed for continuous operation without overheating and undue stress on components CIRCUIT BREAKER PANEL AIR HORN SYSTEM AIR HORN CONTROL ELECTRONIC SIREN FEDERAL PA SPEAKER EQUIPMENT MOUNTING PREVENTIVE MAINTENANCE TRAINING EXTENSION LADDER ROOF LADDER There shall be a heavy duty 14 aluminum roof ladder provided P age

134 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER FOLDING LADDER PIKE POLE, 8' PIKE POLE, 6' PIKE POLE STORAGE REAR STEPS PAINT PAINT - ENVIRONMENTAL IMPACT PAINT CHASSIS FRAME ASSEMBLY WHEELS, ACCENT STRIPE PAINT, FRONT WHEELS PAINT, REAR WHEELS COMPARTMENT INTERIOR PAINT REFLECTIVE BAND CHEVRON STRIPING, REAR REFLECTIVE STRIPE, CAB DOORS LETTERING LETTERING LETTERING REFLECTIVE LETTERING, "DIAL 911 EMERGENCY" ENGINE WARRANTY STEERING GEAR WARRANTY FIFTY (50) YEAR STRUCTURAL INTEGRITY FRONT AXLE TWO (2) YEAR MATERIAL AND WORKMANSHIP WARRANTY REAR AXLE TWO (2) YEAR MATERIAL AND WORKMANSHIP WARRANTY TEN (10) YEAR STRUCTURAL INTEGRITY TEN (10) YEAR PRO-RATED PAINT AND CORROSION TRANSMISSION WARRANTY LIFETIME MATERIAL AND WORKMANSHIP TEN (10) YEAR STRUCTURAL INTEGRITY ROLL UP DOOR MATERIAL AND WORKMANSHIP WARRANTY PUMP WARRANTY TEN (10) YEAR PUMP PLUMBING WARRANTY THREE (3) YEAR MATERIAL AND WORKMANSHIP VEHICLE STABILITY CERTIFICATION ENGINE INSTALLATION CERTIFICATION POWER STEERING CERTIFICATION P age

135 SPECIFICATIONS FOR ONE NEW HEAVY DUTY ENGINE PUMPER CAB INTEGRITY CERTIFICATION WINDSHIELD WIPER DURABILITY CERTIFICATION P age

136 2/1/16 INSTRUCTION TO BIDDERS Sealed Proposals shall be received in accordance with Public Advertisement as required by law, a copy of said notice being attached hereto and made a part of these specifications. I. SUBMISSION OF BIDS A. BIDS FORWARDED THROUGH THE MAIL The bid proposal form shall be submitted, in a sealed envelope: (1) addressed to the City of Passaic, Division of Purchasing, Attn: Doris Dudek, Director of Purchasing (2) bearing the name and address of the bidder written on the face of the envelope, and (3) clearly marked BID with the contract title. It is the bidder s responsibility to see that bids are presented to the City of Passaic on the hour and the place designated. Bids may be hand delivered or mailed; however, the City of Passaic disclaims any responsibility for bids forwarded by regular mail or overnight mail. Bids received after the designated time and date will be returned unopened. B. PROPOSAL FORM Sealed bids forwarded to the City of Passaic before the time of opening of bids may be withdrawn upon written application of the bidder who shall be required to produce evidence showing that the individual is or represents the principal or principals involved in the bid. Once bids have been opened, they must remain firm for a period of sixty (60) calendar days. All prices and amounts must be written in ink or preferably typewritten. Bids containing any conditions, omissions, unexplained erasures or alterations, items not called for in the bid proposal form, attachment of additive information not required by the specifications, or irregularities of any kind, may be rejected by the City of Passaic. Any changes, white-outs, strike-outs, etc. on the proposal page must be initialed in ink by the person responsible for signing the bid. Bidders must insert prices for furnishing all of the materials and/or labor required by these specifications. Prices shall be net, including any charges for packing, crating, containers, etc. All transportation charges shall be fully prepaid by the contractor F.O.B. destination and placement at locations specified by the City of Passaic. As specified, placement may require inside deliveries. No additional charges will be allowed for any transportation costs resulting from partial shipments made at the contractor s convenience. The vendor shall guarantee any or all materials and services supplied under these specifications. Defective or inferior items shall be replaced at the expense of the vendor. In case of rejected materials, the vendor will be responsible for return freight charges.

137 II. BID SECURITY A. BID GUARANTEE SEE ATTACHED SAMPLE IF APPLICABLE (REFER TO LEGAL ADVERTISEMENT) Bidder shall submit with the bid a certified check, cashier s check or bid bond in the amount of ten (10%) of the total price bid, but not in excess of $20,000.00, payable unconditionally to the City of Passaic. When submitting a Bid Bond, it shall contain Power of Attorney for full amount of Bid Bond from a surety company authorized to do business in the State of New Jersey and acceptable to the City of Passaic. The check or bond of the unsuccessful bidder (s) shall be returned as prescribed by law. The check or bond of the bidder to whom the contract is awarded shall be retained until a contract is executed and the required performance bond or other security is submitted. The check or bond of the successful bidder shall be forfeited if the bidder fails to enter into a contract pursuant to N.J.S.A. 40A: FAILURE TO SUBMIT THIS SHALL BE CAUSE FOR REJECTION OF THE BID. B. CONSENT OF SURETY SEE ATTACHED SAMPLES (If Applicable) (REFER TO LEGAL ADVERTISEMENT) Bidder shall submit with the bid a Certificate (Consent of Surety) with Power of Attorney for full amount of the bid price from a Surety Company authorized to do business in the State of New Jersey and acceptable to the City of Passaic, stating that it will provide said bidder with a Performance Bond in the full amount of the bid. This certificate shall be obtained in order to confirm that the bidder to whom the contract is awarded will furnish Performance and Payment Bonds from an acceptable subcontractor or by any combination thereof which results in performance security equal to the total amount of the contract, pursuant to N.J.S.A. 40A: FAILURE TO SUBMIT THIS SHALL BE CAUSE FOR REJECTION OF THE BID. C. PERFORMANCE BOND (If Applicable) (REFER TO LEGAL ADVERTISEMENT) Successful bidder shall simultaneously with the delivery of the executed contract, submit an executed bond in the amount of one hundred (100%) of the acceptable bid as security for the faithful performance of this contract. The performance bond provided shall not be released until final acceptance of the whole work and then only if any liens or claims have been satisfied and any maintenance bonds required have been executed and approved by the City of Passaic. FAILURE TO DELIVER THIS WITH THE EXECUTED CONTRACT SHALL BE CAUSE FOR DECLARING THE CONTRACT NULL AND VOID. 1

138 D. LABOR AND MATERIAL (PAYMENT BOND) If Applicable (REFER TO LEGAL ADVERTISEMENT Successful bidder shall with the delivery of the performance bond submit an executed payment bond to guarantee payment to laborers and suppliers for the labor and material used in the work performed under the contract. FAILURE TO DELIVER THIS WITH THE PERFORMANCE BOND SHALL BE CAUSE FOR DECLARING THE CONTRACT NULL AND VOID. E. MAINTENANCE BOND If Applicable (REFER TO LEGAL ADVERTISEMENT) Successful bidder shall upon acceptance of the work submit a maintenance bond in the amount of 100% guaranteeing against defective quality of work or materials for the period of two (2) years. THE SURETY ON SUCH BOND OR BONDS SHALL BE A DULY AUTHORIZED SURETY COMPANY AUTHORIZED TO DO BUSINESS IN THE STATE OF NEW JERSEY N.J.S.A. 17:31-5. III. INTERPRETATION AND ADDENDA A. The bidder understands and agrees that its bid is submitted on the basis of the specifications prepared by the City of Passaic. The bidder accepts the obligation to become familiar with these specifications. B. Bidders are expected to examine the specifications and related documents with care and observe all their requirements. Ambiguities, errors or omissions noted by bidders should be promptly reported in writing to the appropriate official. In the event the bidder fails to notify the City of Passaic of such ambiguities, errors or omissions, the bidder shall be bound by the bid. C. No oral interpretation of the meaning of the specifications will be made to any bidder. Every request for an interpretation shall be in writing, addressed to the City of Passaic representative stipulated in the bid. In order to be given consideration, written requests for interpretation must be received at least seven (7) days prior to the date fixed for the opening of the bids. Any and all such interpretations must be received at least seven (7) days prior to the date fixed for the opening of the bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications, and will be distributed to all prospective bidders, in accordance with N.J.S.A. 40A: All addenda so issued shall become part of the contract documents, and shall be acknowledged by the bidder in the bid. The City of Passaic s interpretations or correction thereof shall be final. 2

139 D. Any bidder challenging the bid specifications must file notice of the challenge with the Director of Purchasing no less than three (3) business days prior to the opening of the bids. Any challenge filed after that date will be void and will have no impact on the award of the contract. IV. DISCREPANCIES IN BIDS 1. If the amount shown in words and its equivalent in figures do not agree, written words shall be binding. Ditto marks are not considered writing or printing and shall not be used. 2. In the event that there is a discrepancy between the unit prices and the extended totals, the unit prices shall prevail. In the event there is an error of the summation of the extended totals, the computation by the City of Passaic of the extended totals shall govern. V. PRICE FLUCTUATIONS DURING CONTRACT All prices quoted shall be firm and not subject to increase during the period of contract. In the event of a manufacturer s price decrease during the contract period, the City shall receive the full benefit of such price reduction of any undelivered purchase order and on any subsequent order placed during the contract period VI. BRAND NAMES, PATENTS & STANDARDS OF QUALITY A. Brand names and/or descriptions used in this bid are to acquaint bidders with the type of commodity desired and will be used as a standard by which alternate or competitive materials offered will be judged. Competitive items must be equal to the standard described and be of the same quality of work. Variations between materials described by the bidder on a separate sheet and submitted with the bid proposal form. Vendor s literature WILL NOT suffice in explaining exceptions to these specifications. In the absence of any changes by the bidder, it will be presumed and required that materials as described in the proposal be delivered. B. It is the responsibility of the bidder to demonstrate the equivalency of item(s) offered. The City of Passaic reserves the right to evaluate the equivalency of an item (s) which, in its deliberations, meets its requirements. C. In submitting its bid, the bidder certifies that the merchandise to be furnished will not infringe upon any valid patent or trademark and that the successful bidder shall, at its own expense, defend any and all actions or suits charging such infringement, and will save the City of Passaic harmless from any damages resulting from such infringement. D. Only manufactured and farm products of the United States, wherever available, shall be used on this contract pursuant to N.J.S.A. 40A:

140 E. Wherever practical and economical to the City of Passaic, it is desired that recycled or recyclable products be provided. Please indicate when recycled products are being offered. VII. INSURANCE & INDEMNIFICATION General At all times during the Term of the Agreement, the Company, at its sole cost and expense, shall keep and maintain insurance against any loss or damage in an amount, and under such terms, as set forth below. Insurance Company shall obtain and maintain, at a minimum, the insurance coverage set forth below. Such insurance shall be obtained from insurance companies authorized to do business in the State of New Jersey and having an A.M. Best s rating of at least A- or better or the equivalent thereof. Deductible amounts or self insured retention amount payable under or with respect to such insurance coverage shall be the sole responsibility of the Company. Required Coverages: Type Minimum Coverage 1. Workers Compensation Insurance Statutory, as required by the State of New Jersey, including Employer s Liability limits of $1,000,000 and including Other States endorsement. 2. Commercial General Liability, Bodily Insurance with combined single Injury and Property Damage, including limits of $1,000,000/$2,000,000 Contractual liability and Products and per project/per location Completed Operations 3. All Risk Property Coverage/Builder s Vendor/contractor shall agree to Risk if applicable insure any owned, leased or Borrowed property. The City of Passaic will have no liability with Regard to non-owned property. 4. Commercial Automobile Liability $1,000,000 per accident for Bodily Injury with coverage Provided for (1) owned autos (2) hired autos and (3) other Non-owed vehicles 5. Commercial Excess Liability $5,000,000 or an amount Sufficient to equal $5,000,000 With the primary general liability 4

141 And automobile liability limits 6. Professional liability $1,000,000 each claim/annual Aggregate Deductibles No policy shall have a deductible amount greater than $100,000 per occurrence. Form and Content All policies, binders or interim insurance contracts with respect to insurance maintained by the Company hereunder shall: 1. Designate the City of Passaic, its officers, agents and employees (except in the case of Workers Compensation Insurance) as an additional insured: 2. Provide that there shall be no recourse against the City for payment of premiums or commissions or (if such policies provide for payment thereof) additional premiums or assessments; 3. Provide that such insurance shall be primary insurance without any Right of contribution from any other insurance carried by the City of Passaic or to the Company to the extent that such other insurance provides The City of Passaic or the Company with contingent and/or excess Liability insurance with respect to its respective interest and such insurance shall expressly provide that all provisions thereof (except the limits of liability, which shall be applicable to all insured as a group and Liability for premiums) shall operate in the same manner as if there were a separate policy covering each insured. 4. Provide that the City of Passaic shall be furnished with at least thirty (30) days prior written notice of any material change, cancellation, expiration or non-renewal of coverage and that unilateral change, cancellation, expiration or non-renewal shall be effective absent such notice; and 5. Waive any right of subrogation of the insurers there under against the City of Passaic. Prior to, but no later than the event date, the Company shall provide to the City, a certificate of Insurance that evidence compliance with the requirements of this Section. VIII. PREPARATION OF BIDS A. The City of Passaic is exempt from any local, state or federal sales, use or excise tax. B. Estimated Quantities (Open-End Contracts) The City of Passaic has attempted to identify the item (s) and the estimated amounts of each item bid to cover its requirements; however, past experience shows that the 5

142 amount ordered may be different than that submitted for bidding. The right is reserved to decrease or increase the quantities specified in the specifications pursuant to N.J.A.C. 5: NO MINIMUM PURCHASE IS IMPLIED OR GUARANTEED. C. Successful bidder shall be responsible for obtaining any applicable permits or licenses from any government entity that has jurisdiction to require the same. All bids submitted shall include this cost in the bid price agreement. D. The City of Passaic encourages, but does not require, any business awarded a contract with the City to employ residents of the City of Passaic in connection with the performance of the contract. IX. STATUTORY AND OTHER REQUIREMENTS A. Mandatory Affirmative Action Certification No firm may be issued a contract unless it complies with the affirmative action regulations of N.J.S.A. 10:5-31 et. seq. (P.L. 1975, c 127). 1. Procurement, Professional and Service Contracts All Successful vendors must submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents: i. A photocopy of a valid letter for an approved Federal Affirmative Action Plan (good for one year from the date of the letter), or or ii. A photocopy of an approved Certificate of Employee Information Report, iii. If the vendor has none of the above, the public agency is required to provide the vendor with an initial Affirmative Action Employee Information Report (AA-302). 2. Construction Contracts All successful contractors must submit within three days of the signing of the contract an Initial Project Manning Report (AA201-available upon request from the State s Affirmative Action Office) for any contract award that meets or exceeds the bidding threshold. B. Americans with Disabilities Act of 1990 Discrimination on the basis of disability in contracting for the purchase of bids and services is prohibited. The successful bidder is required to read Americans with Disabilities language that is part of this specification and agrees that the provisions of Title II of the Act are made a part of the contract. The successful bidder is obligated to comply with the Act and to hold the City of Passaic harmless. 6

143 C. Prevailing Wage Act (When Applicable) Pursuant to N.J.S.A. 34: et seq., successful bidders on projects for public work shall adhere to all requirements of the New Jersey Prevailing Wage Act. The contractor shall be required to submit a certified payroll record to the City of Passaic within ten (10) days of the payment of the wages. The contractor is also responsible for obtaining and submitting all subcontractors certified payrolls in the form set forth in N.J.A.C. 12:6-6.1(c). It will be the contractor s responsibility to obtain any additional copies of the certified payroll form to be submitted by contacting the Office of Administrative Law, CN 049, Trenton, New Jersey or the New Jersey Department of Labor, Division of Workplace Standards. D. Stockholder Disclosure Chapter 33 of the Public Laws of 1977 provides that no corporation or partnership shall be awarded any contract for the performance of any work or the furnishing of any materials or supplies, unless, prior to the receipt of the bid or accompanying the bid of said corporation or partnership, there is submitted a statement setting forth the names and addresses of all stockholders in the corporation or partnership who own ten percent or more of its stock of any class, or of all individual partners in the partnership who own a ten percent or greater interest therein. Form of Statement shall be completed and attached to the bid proposal. E. The New Jersey Worker and Community Right to Know Act The Manufacturer or supplier of a substance or mixture shall supply the Chemical Abstracts Service number of all the components of the mixture or substance and the chemical name. The manufacturer and supplier must properly label each container. Further, all applicable Material Safety Data Sheets (MSDS) - hazardous substance fact sheet - must be furnished. Owners must also ensure that all containers, which are stored at their facilities by contractors, display RTK labeling. The options and exclusions from labeling are found in New Jersey Right to Act regulations at (N.J.A.C. 8: and 5.6). General information and labeling assistance for bidders is found on the New Jersey Department of Health and Senior Services Right to Know Program website at: F. Non-Collusion Affidavit The Non-Collusion Affidavit, which is part of these specifications, shall be properly executed and submitted with the bid proposal. FAILURE TO SUBMIT THIS SHALL BE CAUSE FOR REJECTION OF THE BID. G. Public Works Contractor Registration Act 7

144 Pursuant to the Public Works Contractor Registration Act (as amended by P.L c.91) each contractor bidding on a public works project must be registered with the Department of Labor s Division of Wage and Hour Compliance at the time bids are received by the City of Passaic. After bids are received, and prior to contract award, the contractor most likely to receive the contract award must submit to the City of Passaic copies of his certification and copies of his subcontractors certification. All named sub-contractors listed in a bid (including out of state contractors), material suppliers excluded, must also be registered with the Department of Labor s Division of Wage and Hour Compliance at the time bids are received. Non-Listed subcontractors do not have to be registered until they physically start the public work assigned to them. The law specifically prohibits accepting applications for registration as a substitute for a certificate of registration (N.J.S.A. 34: ) FAILURE TO BE A REGISTERED CONTRACTOR OR SUBCONTRACTOR AT THE TIME OF THE BID OPENING IS A MATERIAL DEFECT WHICH CAN NOT BE WAIVED OR CORRECTED AND WHICH WILL RESULT IN THE BID BEING REJECTED AS NON- RESPONSIVE. IT IS THE CONTRACTOR S RESPONSIBILITY TO INSURE THAT ALL HIS SUB-CONTRACTORS ARE REGISTERED AT THE TIME OF THE BID OPENING. IT IS ALSO THE CONTRACTOR S RESPONSIBILITY TO INSURE THAT ALL HIS NON-LISTED SUBCONTRACTORS ARE REGISTERED UPON STARTING THE PUBLIC WORK ASSIGNED TO THEM. For more information please contact: Contractor Registration Unit 8

145 Division of Wage and Hour Compliance NJ Department of Labor PO Box 389 Trenton, NJ Telephone # H. Business Registration Certificate *Revised January 25, 2010* Pursuant to N.J.S.A. 52:32-44 each vendor submitting a bid or proposal with the City of Passaic must be registered with The Division of Revenue, State of New Jersey. If the Business Registration Certificate for the contractor and sub-contractor (if applicable) is not part of the bid package but they are registered, the contractor must submit to the City of Passaic their Business Registration Certificate and a copy of their sub-contractors Business Registration Certificate prior to award of contract. All named sub-contractor (s) listed on the bid including out of state vendors must be registered with the Division of Revenue, State of New Jersey. Registration as a Business: Businesses must complete Form NJ-REG and submit it to the Division of Revenue. The form can be filed as per the following: A. Register online at Click the online link and then select Register for Tax and Employer Purposes. B. Call the Division at (609) to have a form mailed to you. C. Write to the Division at: Client Registration Bureau, PO Box 252, Trenton, NJ Registration as an individual: There is a simplified registration process for individuals doing business with any New Jersey government agency. The form (NJ-REG-A) can be downloaded from the web at To obtain a copy by mail, call (609) , or write to the Division at the Client Registration Bureau, PO Box 252, Trenton, NJ I. Business Code of Ethics The successful bidder must submit prior to OR in conjunction with the signing of the contract, the signed Business Code of Ethics. In order to provide goods or services to the City of Passaic, a vendor must sign the enclosed acknowledgement form indicating that they 9

146 have reviewed the BCE and has not taken any action which would constitute a violation of the BCE. Any vendor who fails to comply with this requirement shall be subject to their bid being rejected. The following statutes must be adhered to if applicable: J. New Jersey Underground Facility Protection Act; N.J.S.A. 48:2073 et. seq. K. Licensed Master Plumber; N.J.S.A. 45:14C-2(h) L. The Electrical Contractors Licensing Act of 1962; N.J.S.A. 45:5A-1 M. Plan or Design Immunity; N.J.S.A. 59:4-6 et. seq. N. Certificate of Authority; N.J.S.A. 17:31-5 et. seq. O. Contractor Certification and Alarm Contractor Licensure; N.J.S.A. 45:5A-18 et. seq. P. The Certification of Fire Protection Equipment Contractors; N.J.S.A. 52:14B-5 et. seq. Q. Landscape Irrigation Contractor Certification Act of 1991; N.J.S.A. 45:5AA-1 et. seq. R. Tree Expert Act; N.J.S.A. 45:15C-1 et. seq. S. Pesticide Control Act of 1971; N.J.S.A. 13:1F-1 X. METHODS OF AWARD A. All contracts shall be for 12 consecutive months unless otherwise noted in technical or supplemental specifications. B. The City of Passaic may award the work on the basis of the Base Bid, combined with such Alternates as selected, until a net amount is reached which is within the funds available. C. If the award is to be made on the basis of Base Bids only, it will be made to that responsible bidder whose base bid, therefore is the lowest. If the award is to be made on the basis of a combination of a Base Bid with Alternates, the Alternates will be awarded based on the order specified in the proposal sheet. 10

147 D. The City of Passaic may also elect to award the work on the basis of line items or unit prices, whichever results in the lowest total amount. E. The successful bidder will not assign any interest in this contract and shall not transfer any interest in the same without the prior written consent of the City of Passaic. F. Procedure for selecting the lowest responsible qualified bidder when two identical bids are received are as follows: 1) The Purchasing Agent or Business Administrator shall assign heads and tails to the two bidders and toss a coin a single time to the floor. bidder. 2) The winner of the coin toss, shall be determined to be the lowest responsible 3) The coin toss shall be conducted in the presence of the City Clerk or Assistant City Clerk and a third person. 4) The resolution awarding the contract shall reference the breaking of the identical bid by the coin toss. 5) In the event of a three or more way identical bid (s), all bids will be rejected and the contract rebid. XI. THE FOLLOWING SHALL BE CONSIDERED REASONS FOR REJECTION OF ALL BIDS: A. The lowest bid substantially exceeds the cost estimates for the goods or services. B. The lowest bid substantially exceeds the City s appropriation for the goods or services. C. The governing body decides to abandon project. D. The City wants to substantially revise the bid specifications. E. The purpose or provisions of the Local Public Contracts Law are being violated. F. The governing body decides to use a State authorized contract. G. Negative Prior Experience as per N.J.S.A. 40A:11-4 H. Failure to Enter Contract 11

148 Should the bidder, to whom the contract is awarded, fail to enter into a contract within 21 days, Sundays and holidays excepted, the City of Passaic may then, at its option, accept the bid of the next lowest bidder. XII. PROMPT PAY PROCEDURES AND ALTERNATIVE DISPUTE RESOLUTION PROCESS 1. BILLS AND PAYMENTS: All bills submitted to the City for approval and payment pursuant to N.J.S.A. 2A:30A-1 et. seq. must comply with the following provisions. The billing date shall be the date that the contractor signs the certification on the voucher/purchase order that the work has been performed. These bills include all bills for improvements to real property and contracts for engineers, architects, surveyors, design or skilled services relating to construction work. Bills that are required to be approved by an engineering or architecture firm (prior to submission to the Council for approval) for purposes of confirmation of successful completion of construction work shall be approved or disapproved within 20 days of submission of same to the architect or engineer. If bills are disapproved or monies withheld from payment then notice of the reason for same shall be given within the same 20 days to the contractor. The City Council must approve payment of all bills pursuant to N.J.S.A. 40A:5-17. For the City Council to consider a bill for approval it must be submitted to the City purchasing director at least two weeks prior to a scheduled/or re-scheduled Council meeting date. If the Council or any agent or officer of the Council determines that the bill is not approved then notice of the disapproval shall be sent to the contractor within five days of the Council meeting on which the bill was listed for approval. If the bill is approved by the City Council then payment shall be made to the contractor within 7 days of the Council meeting as the payment cycle. Bills submitted under N.J.S.A. 40A: which are contracts which exceed $100, then the contractor agrees to the withholding of 2% of the amount due on each partial payment pending completion of the work. Upon final completion of the work and acceptance of the work performed then the City shall release all of the monies withheld. Successful bidder/respondent shall complete W-9 Form and submit to Division of Purchasing prior to contract award. The form is available at the following link: 2. ALTERNATIVE DISPUTE RESOLUTION PROCESS: All disputes relating to construction contracts pursuant to N.J.S.A. 40A:11-50 or relating to contracts for engineers or architects, surveyors, design or skilled services relating to 12

149 construction contracts for prompt payment issues shall be submitted to the following Alternative Dispute Resolution Process ( ADR ). All disputes shall first be submitted to the architect of record, if there is one, for a determination. If 30 days pass without a determination by the architect or a determination is made that does not resolve the dispute, then the claims shall be submitted for mediation by a single mediator pursuant to the rules of AAA. If the dispute is submitted for mediation the neutral party involved must demonstrate knowledge of the New Jersey Local Public Contracts Law. If the parties cannot resolve their dispute through the mediation process, the parties are free to file an action in the appropriate court of law. XIII. INTEREST AND LATE FEES The City of Passaic will not pay late fees or interest on late payments on any contractual payments due from the City to Contractor. The City Council must approve all payments made under a City contract. The Council normally meets every 2 weeks and bills that are submitted timely and approved by the appropriate department will normally be considered for payment by the City Council at the next meeting after approval of same by the department. XIV. QUALIFIED MINORITY BUSINESS, QUALIFIED WOMEN S BUSINESS AND QUALIFIED SMALL BUSINESS ENTERPRISES Pursuant to Resolution # , the City of Passaic seeks to encourage qualified minority business enterprises, qualified women s business enterprises and qualified small business enterprises to bid on municipal construction contracts. The City purchasing director shall attempt to give notice to qualified minority, women and small businesses, which are registered with the State of New Jersey, of the City s intent to receive bids on a municipal construction project. Any minority, women s or small business which seeks to bid on City construction projects can request that the purchasing director put them on a list of businesses to receive notice (via ) of the City s intent to seek bids on a City construction project. The failure of the purchasing director to provide notice to either the State registered businesses or the list of businesses registered with the City shall not be grounds for the voiding of any bid process. XV. TERMINATION OF CONTRACT A. If, through any cause, the successful bidder shall fail to fulfill in a timely and proper manner obligations under this contract or if the contractor shall violate any of the requirements of this contract, the City of Passaic shall thereupon have the right to terminate this contract by giving written notice to the contractor of such termination and specifying the effective date of termination. Such termination shall relieve the City of Passaic of any obligation for balances to the contractor of any sum or sums set forth in the contract. B. Notwithstanding the above, the contractor shall not be relieved of liability to the City of Passaic for damages sustained by the City of Passaic by virtue of any breach of the contract by the contractor and the City of Passaic may withhold any payments to the contractor 13

150 for the purpose of compensation until such time as the exact amount of the damage due the City of Passaic from the contractor is determined. C. The contractor agrees to indemnify and hold the City of Passaic harmless from any liability to subcontractors/suppliers concerning payment for work performed or goods supplied arising out of the lawful termination of the contract by the City of Passaic under this provision. D. In case of default by the successful bidder, the City of Passaic may procure the articles or services from other sources and hold the successful bidder responsible for any excess cost occasioned thereby. E. Continuation of the terms of this contract beyond the fiscal year is contingent on availability of funds in the following year s budget. In the event of unavailability of such funds, the City of Passaic reserves the right to cancel this contract. 14

151 BID BOND SAMPLE KNOW ALL MEN BY THESE PRESENTS, That we, the undersigned and principal, and as Surety, are hereby and firmly bound unto the in the penal sum of TEN PERCENT OF amount bid, not to exceed TWENTY THOUSAND and 00/100---(10%, not to exceed $20, for payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this day of. The condition of the above obligation is such that whereas the Principal has submitted to the owner as defined, a certain Bid, attached hereto, and hereby made a part hereof, to enter into a contract in writing, for NOW THEREFORE, A. If said Bid shall be rejected, or, in the alternative, B. If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form of Contract provided (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and shall in all other respects perform the Agreement created by the acceptance of the Bid, Then, this obligation shall be void, otherwise the same shall remain in force, and effect; it being expressly understood and agreed that the liability of the surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Principal may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the principal and Surety have set their hands and seals, and such of them as are corporations having caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal: (L.S.) Surety: By: STATE OF SS: COUNTY OF On this day of 20, before me personally came to me known, who, being by me duly sworn, did depose and say; he resides in that he is the of the the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like order. (SEAL) Notary Public of My Commission expires 15

152 SAMPLE FORM OF CONSENT OF SURETY/SURETY GUARANTY (To accompany Proposal) KNOW ALL MEN BY THESE PRESENTS, That for and in consideration of the sum of $1.00, lawful money of the United States, the receipt whereof is hereby acknowledged, paid the undersigned corporation, and for other valuable consideration, the corporation organized and existing (Name of Surety Company) under the laws of the State of, licensed to do business in the State of New Jersey, certifies and agrees, that if is awarded (Contract) to, the undersigned corporation (Name of Bidder) (Name of Bidder) will execute the bond or bonds as required by the Contract Documents and will become surety in the full amount of the Contract price for the faithful performance of the contract and for payment of all persons supplying labor or furnishing materials in connection thencewith. Dated this day of 2. By (To be accompanied by the usual proof of authority of officers of surety company to execute the same) CORPORATION ACKNOWLEDGMENT STATE OF SS: COUNTY OF On this day of 2, before me personally came to me known, who, being by me duly sworn, did depose and say; he resides in that he is the of the the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by order. (SEAL) Notary Public of My Commission expires 16

153 ALL GOODS AND SERVICES VENDORS For your convenience, all goods and services vendors now have two (2) options in filing the Division of Contract Compliance AA302, Affirmative Action Employee Information Report Renewal and Vendor Activity Summary forms. As always, you may complete the forms manually and mail them to this Office or you may input your employment data directly onto the AA302 Vendor Activity Summary Report form located on our website. To access the Division s website, simply follow these steps: 1. Type compliance 2. Select the Internet Submission button. 3. Select About Internet Submission if you wish to continue. 4. Review the Agreement and select Accept, if you wish to continue. 5. Complete the Registration for Electronic Form Submission section. Please note that the password is created by you. 6. Within 3-5 business days, the Division will confirm your password by . At that time, you may access the electronic form to input your employment data. 7. When you complete each screen, you must print each screen page in order to copy your submission. The Division will not be able to provide you with a copy after the information has been sent. 17

154 CONSTRUCTION CONTRACTORS For your convenience, all contractors now have two (2) options in filing the Division of Contract Compliance AA202, Monthly Project Workforce Report form. As always, you may complete the form manually and mail the form to this office, with a copy to this office, with a copy to the Public Agency or you may input your employment data directly onto the AA202 form located on our website, with a copy to the public agency. To access the Division s website, simply follow these steps 1. Type compliance 2. Select the Internet Submission button. 3. Select About Internet Submission to review the Agreement. 4. Review the Agreement and select Accept if you wish to continue. 5. Complete the Registration for Electronic Form Submission section. Please note that the password is created by you. 6. Within 3-5 business days, the Division will confirm your password by . At that time, you may access the electronic form to input your employment data. 7. When you complete each screen, you must print each screen page in order to copy your submission. The Division will not be able to provide you with a copy after the information has been sent. In addition, you will still be required to send a hard copy to the public agency awarding the contract. 18

155 (REVISED 4/10) EXHIBIT A MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27 GOODS, PROFESSIONAL SERVICE AND GENERAL SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and employment, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such equal employment opportunity shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice, to be provided by the agency contracting officer, advising the labor union of the contractor's commitments under this chapter and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to make good faith efforts to meet targeted county employment goals established in accordance with N.J.A.C. l7: The contractor or subcontractor agrees to inform in writing its appropriate recruitment agencies including, but not limited to, employment agencies, placement bureaus, colleges, universities, and labor unions, that it does not discriminate on the basis of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. 19

156 EXHIBIT A The contractor or subcontractor agrees to revise any of its testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the State of New Jersey and as established by applicable Federal law and applicable Federal court decisions. In conforming with the targeted employment goals, the contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and layoff to ensure that all such actions are taken without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor shall submit to the public agency, after notification of award but prior to execution of a goods and services contract, one of the following three documents: Letter of Federal Affirmative Action Plan Approval Certificate of Employee Information Report Employee Information Report Form AA302 (electronically provided by the Division and distributed to the public agency through the Division s website at The contractor and its subcontractors shall furnish such reports or other documents to the Division of Public Contracts Equal Employment Opportunity Compliance as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Division of Public Contracts Equal Employment Opportunity Compliance for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code at N.J.A.C. 17:27. 20

157 (REVISED 4/10) EXHIBIT B MANDATORY EQUAL EMPLOYMENT OPPORTUNITY LANGUAGE N.J.S.A. 10:5-31 et seq. (P.L. 1975, C. 127) N.J.A.C. 17:27 CONSTRUCTION CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the contractor will ensure that equal employment opportunity is afforded to such applicants in recruitment and employment, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such equal employment opportunity shall include, but not be limited to the following: employment, up-grading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this nondiscrimination clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. The contractor or subcontractor will send to each labor union, with which it has a collective bargaining agreement, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer, pursuant to N.J.S.A. 10:5-31 et seq., as amended and supplemented from time to time and the Americans with Disabilities Act. When hiring or scheduling workers in each construction trade, the contractor or subcontractor agrees to make good faith efforts to employ minority and women workers in each construction 21

158 EXHIBIT B trade consistent with the targeted employment goal prescribed by N.J.A.C. l7:27-7.2; provided, however, that the Division may, in its discretion, exempt a contractor or subcontractor from compliance with the good faith procedures prescribed by the following provisions, A, B and C, as long as the Division is satisfied that the contractor or subcontractor is employing workers provided by a union which provides evidence, in accordance with standards prescribed by the Division, that its percentage of active "card carrying" members who are minority and women workers is equal to or greater than the targeted employment goal established in accordance with N.J.A.C. l7: The contractor or subcontractor agrees that a good faith effort shall include compliance with the following procedures: (A) If the contractor or subcontractor has a referral agreement or arrangement with a union for a construction trade, the contractor or subcontractor shall, within three business days of the contract award, seek assurances from the union that it will cooperate with the contractor or subcontractor as it fulfills its affirmative action obligations under this contract and in accordance with the rules promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et. seq., as supplemented and amended from time to time and the Americans with Disabilities Act. If the contractor or subcontractor is unable to obtain said assurances from the construction trade union at least five business days prior to the commencement of construction work, the contractor or subcontractor agrees to afford equal employment opportunities minority and women workers directly, consistent with this chapter. If the contractor's or subcontractor's prior experience with a construction trade union, regardless of whether the union has provided said assurances, indicates a significant possibility that the trade union will not refer sufficient minority and women workers consistent with affording equal employment opportunities as specified in this chapter, the contractor or subcontractor agrees to be prepared to provide such opportunities to minority and women workers directly, consistent with this chapter, by complying with the hiring or scheduling procedures prescribed under (B) below; and the contractor or subcontractor further agrees to take said action immediately if it determines that the union is not referring minority and women workers consistent with the equal employment opportunity goals set forth in this chapter. (B) If good faith efforts to meet targeted employment goals have not or cannot be met for each construction trade by adhering to the procedures of (A) above, or if the contractor does not have a referral agreement or arrangement with a union for a construction trade, the contractor or subcontractor agrees to take the following actions: (l) To notify the public agency compliance officer, the Division, and minority and women referral organizations listed by the Division pursuant to N.J.A.C. 17:27-5.3, of its workforce needs, and request referral of minority and women workers; (2) To notify any minority and women workers who have been listed with it as awaiting available vacancies; 22

159 EXHIBIT B (3) Prior to commencement of work, to request that the local construction trade union refer minority and women workers to fill job openings, provided the contractor or subcontractor has a referral agreement or arrangement with a union for the construction trade; (4) To leave standing requests for additional referral to minority and women workers with the local construction trade union, provided the contractor or subcontractor has a referral agreement or arrangement with a union for the construction trade, the State Training and Employment Service and other approved referral sources in the area; (5) If it is necessary to lay off some of the workers in a given trade on the construction site layoffs shall be conducted in compliance with the equal employment opportunity and nondiscrimination standards set forth in this regulation, as well as with applicable Federal and State court decisions; (6) To adhere to the following procedure when minority and women workers apply or are referred to the contractor or subcontractor: (i) The contactor or subcontractor shall interview the referred minority or women worker. (ii) If said individuals have never previously received any document or certification signifying a level of qualification lower than that required in order to perform the work of the construction trade, the contractor or subcontractor shall in good faith determine the qualifications of such individuals. The contractor or subcontractor shall hire or schedule those individuals who satisfy appropriate qualification standards in conformity with the equal employment opportunity and non-discrimination principles set forth in this chapter. However, a contractor or subcontractor shall determine that the individual at least possesses the requisite skills, and experience recognized by a union, apprentice program or a referral agency, provided the referral agency is acceptable to the Division. If necessary, the contractor or subcontractor shall hire or schedule minority and women workers who qualify as trainees pursuant to these rules. All of the requirements, however, are limited by the provisions of (C) below. (iii) The name of any interested women or minority individual shall be maintained on a waiting list, and shall be considered for employment as described in (i) above, whenever vacancies occur. At the request of the Division, the contractor or subcontractor shall provide evidence of its good faith efforts to employ women and minorities from the list to fill vacancies. (iv) If, for any reason, said contractor or subcontractor determines that a minority individual or a woman is not qualified or if the individual qualifies as an advanced trainee or apprentice, the contractor or subcontractor shall inform the individual in writing of the reasons for the determination, maintain a copy of the determination in its files, and send a copy to the public agency compliance officer and to the Division. 23

160 EXHIBIT B (7) To keep a complete and accurate record of all requests made for the referral of workers in any trade covered by the contract, on forms made available by the Division and submitted promptly to the Division upon request. (C) The contractor or subcontractor agrees that nothing contained in (B) above shall preclude the contractor or subcontractor from complying with the union hiring hall or apprenticeship policies in any applicable collective bargaining agreement or union hiring hall arrangement, and, where required by custom or agreement, it shall send journeymen and trainees to the union for referral, or to the apprenticeship program for admission, pursuant to such agreement or arrangement. However, where the practices of a union or apprenticeship program will result in the exclusion of minorities and women or the failure to refer minorities and women consistent with the targeted county employment goal, the contractor or subcontractor shall consider for employment persons referred pursuant to (B) above without regard to such agreement or arrangement; provided further, however, that the contractor or subcontractor shall not be required to employ women and minority advanced trainees and trainees in numbers which result in the employment of advanced trainees and trainees as a percentage of the total workforce for the construction trade, which percentage significantly exceeds the apprentice to journey worker ratio specified in the applicable collective bargaining agreement, or in the absence of a collective bargaining agreement, exceeds the ratio established by practice in the area for said construction trade. Also, the contractor or subcontractor agrees that, in implementing the procedures of (B) above, it shall, where applicable, employ minority and women workers residing within the geographical jurisdiction of the union. After notification of award, but prior to signing a construction contract, the contractor shall submit to the public agency compliance officer and the Division an initial project workforce report (Form AA 201) electronically provided to the public agency by the Division, through its website, for distribution to and completion by the contractor, in accordance with N.J.A.C. 17:27-7. The contractor also agrees to submit a copy of the Monthly Project Workforce Report once a month thereafter for the duration of this contract to the Division and to the public agency compliance officer. The contractor agrees to cooperate with the public agency in the payment of budgeted funds, as is necessary, for on-the-job and/or off-the-job programs for outreach and training of minorities and women. (D) The contractor and its subcontractors shall furnish such reports or other documents to the Division of Public Contracts Equal Employment Opportunity Compliance as may be requested by the Division from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Division of Public Contracts Equal Employment Opportunity Compliance for conducting a compliance investigation pursuant to Subchapter l0 of the Administrative Code (NJAC 17:27). 24

161 EXHIBIT C The contractor shall comply with all federal regulations pursuant to the Code of Federal Regulations, Title 24 Housing and Urban Development. In particular, the contractor shall comply with the following: 1. Copeland Anti-Kickback Act (18 U.S.C. 874) as supplemented in Department of Labor regulations (29 CFR Part 3); all contracts and subgrants for construction or repair. 2. Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by Department of Labor regulations (29 CFR Part 5); construction contracts in excess of two Thousand Dollars ($2,000.00) awarded by grantees and subgrantees when required by Federal grant program legislation. 3. Contract work hours and Safety Standards Act (40 U.S.C Sections 103 and 107 as supplemented by Department of Labor regulations (29 CFR Part 5); construction contracts awarded by grantees and subgrantees in excess of Two Thousand Dollars ($2,000.00) and in excess of Two Thousand Five Hundred Dollars ($2,500.00) for other contracts which involve the employment of mechanics or laborers. 4. All applicable standards, orders or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 185 h), Section 508 of the Clean Air Act (33 U.S.C. 1368), Executive Order 11738, and the Environmental Protection Agency regulations (40 CFR Part 15); contracts, subcontracts and subgrants of amounts in excess of One Hundred Thousand Dollars ($100,000.00). 25

162 AMERICANS WITH DISABILITIES ACT OF 1990 Equal Opportunity for Individuals with Disability The CONTRACTOR and the OWNER do hereby agree that the provisions of Title II of the Americans With Disabilities Act of 1990 (the ACT ) (42 U.S.C. S12101 et seq.), which prohibits discrimination on the basis of disability by public entities in all services, programs, and activities provided or made available by public entities, and the rules and regulations promulgated pursuant thereunto, are made a part of this contract. In providing any aid, benefit, or service on behalf of the OWNER pursuant to this contract, the CONTRACTOR agrees that the performance shall be in strict compliance with the ACT. In the event that the Contractor, its agents, servants, employees or subcontractors violate or are alleged to have violated the ACT during the performance of this contract, the CONTRACTOR shall defend the OWNER in any action or administrative proceeding commenced pursuant to this Act. The Contractor shall indemnify, protect, and save harmless the OWNER, its agents, servants and employees from and against any and all suits, claims, losses, demands, or damages, of whatever kind or nature arising out of or claimed to arise out of the alleged violation. The CONTRACTOR shall, at its owns expense appear, defend, and pay any and all charges for legal services and any and all costs and other expenses arising from such action or administrative proceeding or incurred in connection therewith. In any and all complaints brought pursuant to the OWNER grievance procedure, the CONTRACTOR agrees to abide by any decision of the OWNER which is rendered pursuant to said grievance procedure. If any action or administrative proceeding results in an award of damages against the OWNER or if the OWNER incurs any expense to cure a violation of the ADA which has been brought pursuant to its grievance procedure, the CONTRACTOR shall satisfy and discharge the same at its own expense. The OWNER shall, as soon as practicable after a claim has been made against it, give written notice thereof to the CONTRACTOR along with full and complete particulars of the claim. If any action or administrative proceedings its brought against the OWNER or any of its agents, servants, and employees, the OWNER shall expeditiously forward or have forwarded to the CONTRACTOR every demand, complaint, notice, summons, pleading, or other process received by the OWNER or its representatives. It is expressly agreed and understood that any approval by the OWNER of the services provided by the CONTRACTOR pursuant to this contract will not relieve the CONTRACTOR of the obligation to comply with the Act and to defend, indemnify, protect and save harmless the OWNER pursuant to this paragraph. It is further agreed and understood that the OWNER assumes no obligation to indemnify or save harmless the CONTRACTOR, its agents, servants, employees and subcontractors for any claim which may arise out of their performance of this Agreement. Furthermore, the CONTRACTOR expressly understands and agrees that the provisions of this indemnification clause shall in no way limit the CONTRACTOR S obligations assumed in this Agreement, nor shall they be construed to relieve the CONTRACTOR from any liability, nor preclude the OWNER from taking any other actions available to it under any other provisions of the Agreement or otherwise at law. 26

163 IMPORTANT IF YOU HAVE ANY QUESTIONS, PLEASE CONTACT DORIS DUDEK, DIRECTOR OF PURCHASING (973) FAX (973)

164 BIDDING REQUIREMENTS The following is a checklist of items which must be submitted with bid proposal. 1. Certified Check, Cashier s Check, or duly executed Bid Bond If Applicable (Refer to Legal Advertisement) 2. Consent of Surety (if applicable) 3. Non-Collusion Affidavit 4. Stockholder Disclosure Certification (Corporation Statement) 5. Required Evidence Affirmative Action Regulations 6. Qualification Questionaire 7. List of Sub-Contractors (if applicable) 8. Disclosure of Investment Activities in Iran Certification 9. Business Registration Certificates: Contractor and Sub-Contractors must be registered at time of contract award. (Refer to Instruction to Bidders) 10. Public Works Contractor Registration: Contractor and Sub-Contractors must be registered at the time of bid opening (Refer to Instruction to Bidders) 11. Acknowledgment of Receipt of Addenda 28

165 NON-COLLUSION AFFIDAVIT State of New Jersey County of ss: I, residing in (name of affiant) (name of Municipality) in the County of and State of of full age, being duly sworn according to law on my oath depose and say that: I am of the firm of (title or position) (name of firm) the bidder making this Proposal for the bid proposal entitled, and that I executed the said proposal with full (title of bid proposal) authority to do so that said bidder has not, directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above named project; and that all statements contained in said proposal and in this affidavit are true and correct, and made with full knowledge that the relies upon the (name of contracting unit) truth of the statements contained in said proposal and in the statements contained in this affidavit in awarding the contract for the said project. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by. Subscribed and sworn to before me this day,20 (Type or print name of affiant under signature) Notary Public of My Commission expires 20 29

166 CORPORATION STATEMENT STATEMENT OF INDIVIDUAL (S) OWNING 10% OR MORE OF STOCK OR INTEREST IN THE BIDDER S BUSINESS ENTITY In accordance with N.J.S.A. 52: , no corporation, partnership, limited partnership, limited liability corporation, limited liability partnership, Subchapter S corporation or sole proprietorship, shall be awarded a contract, unless prior to the receipt of the bid or accompanying the bid of the corporation, partnership, limited partnership, limited liability corporation, limited liability partnership, subchapter S corporation or sole proprietorship, there is submitted to the City, a statement setting for the names and addresses of all stockholders who own 10% or more of the stock, of any class or of all individual partners who own a 10% or greater interest in the corporation, partnership, limited partnership, limited liability corporation, limited liability partnership, Subchapter S corporation or sole proprietorship. If one or more such stockholder or partner is itself a corporation or partnership, the stockholders holding 10% or more of that corporation s stock, or the individual partners owning 10% or greater interest in that partnership, as the case may be, shall also be listed. The disclosure shall be continued until names and addresses of every noncorporate stockholder and individual partner, exceeding the 10% ownership criteria established in this act has been listed. This form shall be submitted with the bid whether or not a stockholder or partner owns less than 10% of the business submitting the bid. Date LEGAL NAME OF BIDDER: Check which business entity the bidder is: Corporation Complete if the bidder is one of the 3 types of Corporations: Limited Liability Corporation Date Incorporated: Subchapter S Corporation Where Incorporated: Partnership Limited Partnership NOTE: If no stockholder or partner owns 10% or more of the Limited Liability Partnership business submitting the bid, please sign and date this form. Sole Proprietorship / Signature Date 30

167 Corporation Statement (Continued) BUSINESS ADDRESS: / Street Address City State Zip / Telephone # Fax # Listed below are the names and addresses of all stockholders or individuals who own ten (10) percent or more of its stock of any classes, or who own ten (10) percent or greater interest therein. Name Address Name Address Name Address Name Address Name Address THIS STATEMENT MUST BE INCLUDED WITH BID SUBMISSION (Affiant) Subscribed and sworn before me This day of, 20 My Commission expires: (Print name & title of affiant) (Corporate Seal) 31

168 Bidder/Proposer: STATE OF NEW JERSEY - DIVISION OF PURCHASE AND PROPERTY DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN PART 1: CERTIFICATION BIDDERS/PROPOSERS MUST COMPLETE PART 1 BY CHECKING EITHER BOX FAILURE TO CHECK ONE OF THE BOXES WILL RENDER THE PROPOSAL NON-RESPONSIVE Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a contract must complete the certification below to attest, under penalty of perjury, that neither the person or entity, nor any of its parents, subsidiaries, or affiliates, is identified on the Department of Treasury's Chapter 25 list as a person or entity engaging in investment activities in Iran. The Chapter 25 list is found on the Division's website at /treasury/purchase/pdf/chapter25list.pdf. Bidders must review this list prior to completing the below certification. Failure to complete the certification will render a bidder's proposal non-responsive. If the Director finds a person or entity to be in violation of law, s/he shall take action as may be appropriate and provided by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in default and seeking debarment or suspension of the party. PLEASE CHECK THE APPROPRIATE BOX: I certify, pursuant to Public Law 2012, c. 25, that neither the bidder listed above nor any of the bidder's parents, subsidiaries, or affiliates is listed on the N.J. Department of the Treasury's list of entities determined to be engaged in prohibited activities in Iran pursuant to P.L. 2012, c. 25 ("Chapter 25 List"). I further certify that I am the person listed above and am authorized to make this certification on its behalf. I will skip Part 2 and sign and complete the Certification below. OR I am unable to certify as above because the bidder and/or one or more of its parents, subsidiaries, or affiliates is listed on the Department's Chapter 25 list. I will provide a detailed, accurate and precise description of the activities in Part 2 below and sign and complete the Certification below. Failure to provide such will result in the proposal being rendered as non-responsive and appropriate penalties, fines and or sanctions will be assessed as provided by law. PART 2: PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN You must provide a detailed, accurate and precise description of the activities of the bidding person/entity, or one of its parents, subsidiaries or affiliates, engaging in the investment activities in Iran outlined above by completing the boxes below. EACH BOX WILL PROMPT YOU TO PROVIDE INFORMATION RELATIVE TO THE ABOVE QUESTIONS, PLEASE PROVIDE THOROUGH ANSWERS TO EACH QUESTION. IF YOU NEED TO MAKE ADDITIONAL ENTRIES, CLICK THE "ADD AN ADDITIONAL ACTIVITIES ENTRY" BUTTON. Person or Entity Relationship to Bidder/Proposer Description of Activities Duration of Engagement Bidder/Proposer Contact Name Anticipated Cessation Date of Engagement Contract Phone Number ADD AN ADDITIONAL ACTIVITIES ENTRY Certification: I, being duly sworn upon my oath, hereby represent and state that the foregoing information and any attachments thereto to the best of my knowledge are true and complete. I attest that I am authorized to execute this certification on behalf of the abovereferenced person or entity. I acknowledge that the City of Passaic is relying on the information contained herein and thereby acknowledge that I am under a continuing obligation from the date of this certification through the completion of any contracts with the City to notify the City in writing of any changes to the answers of information contained herein. I acknowledge that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification, and if I do so, I recognize that I am subject to criminal prosecution under the law and that it will also constitute a material breach of my agreement(s) with the City of Passaic and that the City at its option may declare any contract(s) resulting from this certification void and unenforceable. Full Name (Print): _ Signature: _ Title: _ Date: _ 32

169 CHRIS CHRISTIE Governor ANDREW P. SIDAMON-ERISTOFF State Treasurer KIM GUADAGNO Lt. Governor DEPARTMENT OF THE TREASURY DIVISION OF PURCHASE AND PROPERTY OFFICE OF THE DIRECTOR 33 WEST STATE STREET P.O. Box 039 TRENTON, NEW JERSEY JIGNASA DESAI- MCCLEARY Director Telephone (609) Facsimile (609) The following list represents entities determined, based on credible information available to the public, to be engaged in prohibited activities in Iran pursuant to P.L. 2012, c. 25 ("Chapter 25"): 1. Amona 20. Liquified Natural Gas Limited 2. Bank Saderat PLC 21. Maire Tecnimont SpA 3. Bank Sepah 22. Naftiran lntratrade Company (NICO) 4. Bank Markazi Iran (Central Bank of Iran) 23. National Iranian Tanker Company (NITC) 5. Bank Mellat 24. Oil and Natural Gas Corporation (ONGC) 6. Bank Melli Iran 25. Oil India Limited 7. Bank Tejarat 26. Panyu Chu Kong Steel Pipe Company, Ltd. 8. Belaz 27. Persia International Bank 9. Belneftkhim (Belarusneft) 28. PetroChina Company, Ltd. 10. China International United Petroleum & Chemicals Co., 29. Petroleos de Venezuela (PDVSA Petróleo, SA) Ltd. (Unipec) 11. China National Offshore Oil Corporation (CNOOC) 30. Sameh Afzar Tajak Company (SATCO) 12. China National Petroleum Corporation (CNPC) 31. Schwing America Inc. 13. China National United Oil Corporation (ChinaOil) 32. Shandong FIN CNC Machine Company, Ltd. 14. China Petroleum & Chemical Corporation (Sinopec) 33. Sinohydro 15. China Precision Machinery Import-Export Corp. 34. SK Energy 16. Grimley Smith Associates 35. SKS Ventures 17. Indian Oil Corporation 36. Som Petrol AS 18. lndustrija Nafte (INA) 37. Sonangol 19. Kingdream PLC 38. Zhuhai Zhenrong Company List Date: July 31,

City of Storm Lake Fire Department Heavy Rescue Specifications

City of Storm Lake Fire Department Heavy Rescue Specifications INTENT OF SPECIFICATIONS City of Storm Lake Fire Department Heavy Rescue Specifications It shall be the intent of these specifications to provide a complete apparatus equipped as hereinafter specified.

More information

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 24-17-18 FOR: (1) Ford T-250 Transit Van or comparable OPENING DATE: March 13, 2018

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #23 TRACTOR-DRAWN AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at INVITATION TO BID July 28, 2017 Dear Vendor, Enclosed you will find a bid package for a 2017 One-Ton 4 X 4 Dump Truck and Snow Plow for the City of Seaford. All pertinent information is contained within.

More information

SFI SPECIFICATION 15.4 EFFECTIVE: JULY 20, 2010 * PRODUCT: Top Fuel and Funny Car Drag Race Drive Beadlock Wheels

SFI SPECIFICATION 15.4 EFFECTIVE: JULY 20, 2010 * PRODUCT: Top Fuel and Funny Car Drag Race Drive Beadlock Wheels SFI SPECIFICATION 15.4 EFFECTIVE: JULY 20, 2010 * PRODUCT: Top Fuel and Funny Car Drag Race Drive Beadlock Wheels 1.0 GENERAL INFORMATION 1.1 This SFI Specification establishes uniform test procedures

More information

SFI SPECIFICATION 35.2 EFFECTIVE: DECEMBER 29, 2014 *

SFI SPECIFICATION 35.2 EFFECTIVE: DECEMBER 29, 2014 * SFI SPECIFICATION 35.2 EFFECTIVE: DECEMBER 29, 2014 * PRODUCT: Heavy Duty Stock Car Steel Wheels 1.0 GENERAL INFORMATION 1.1 This SFI Specification establishes uniform test procedures and minimum standards

More information

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M. P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING

More information

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144 CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144 PUBLIC NOTICE IS HEREBY GIVEN that the City of Alhambra will receive sealed bids on or before the hour of 10:30 AM on Thursday, October 27 2016, at the

More information

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis) NOTICE TO BIDDERS The Roscommon County Road Commission will receive sealed bids until 2:00 p.m. on Thursday, March 22. 2012. (Bids will be opened at 2:00 p.m. for tabulation and review. Bid results and

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #01 TYPE I AMBULANCE 2 WHEEL DRIVE 4 WHEEL DRIVE OPTIONAL (DIESEL ENGINE, DUAL REAR WHEEL,

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #09 75 REAR MOUNTED AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES P a ge 1 FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES *Effecitive dates for Bid 15-11-0116 are: February 1, 2015 through March 31, 2016. SPECIFICATION

More information

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in You are herewith notified that it is the intent of the Nampa & Meridian Irrigation District

More information

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES 1. Sealed bids will be received by Carmichael Water District (District) for furnishing motor vehicles as set forth in

More information

TENDER HALF TON PICKUP TRUCK, 4x4

TENDER HALF TON PICKUP TRUCK, 4x4 Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2018 HALF TON PICKUP TRUCK, 4x4 Sealed Tender Forms for Tender for 2018

More information

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19 NOTE: Accepting options to purchase 12 Passenger Off Center Aisle Vehicle with seating arrangements for 12 Ambulatory Passengers. DESCRIPTION: These specifications describe a new 12 Passenger Off Center

More information

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4 Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4 Sealed Tender Forms

More information

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4 Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4 Sealed Tenders for Tender

More information

CITY OF CORALVILLE th Street, Coralville, IA

CITY OF CORALVILLE th Street, Coralville, IA CITY OF CORALVILLE 1512 7 th Street, Coralville, IA 52241 319-248-1740 REQUEST FOR BID THIS IS NOT AN ORDER STATE BELOW THE PRICE AND DELIVERY FOR ITEMS DESCRIBED HEREIN, BASED ON THE SPECIFICATIONS, TERMS

More information

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M. P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK

More information

INVITATION TO BID Fort Morgan Golf Course Golf Carts

INVITATION TO BID Fort Morgan Golf Course Golf Carts INVITATION TO BID The is accepting sealed bids to Lease or Lease-purchase 45 until 4:00 p.m. (our clock) on September 2, 2011 at City Hall located at 110 Main Street, Fort Morgan, Colorado 80701 at which

More information

SFI SPECIFICATION 35.1 EFFECTIVE: AUGUST 26, 2008 *

SFI SPECIFICATION 35.1 EFFECTIVE: AUGUST 26, 2008 * SFI SPECIFICATION 35.1 EFFECTIVE: AUGUST 26, 2008 * PRODUCT: Stock Car Steel Wheels 1.0 GENERAL INFORMATION 1.1 This SFI Specification establishes uniform test procedures and minimum standards for evaluating

More information

ATTACHMENT A ITEM# 5

ATTACHMENT A ITEM# 5 ATTACHMENT A ITEM# 5 Specification No: 370763-E Fund/Agency: 405/405 Organization: 9303 (10) Units For: OC Parks VENDOR S NAME: Specifications for: 2012 OR NEWER MODELS(ONLY), ELECTRIC VEHICLES These specifications

More information

GENERAL SPECIFICATION

GENERAL SPECIFICATION ALPHA 2001 MD TMA (Truck Mounted Attenuator GENERAL SPECIFICATION I. GENERAL A. All ALPHA 2001 MD Truck Mounted Attenuators (ALPHA 2001 MD TMA) shall be designed and manufactured by Energy Absorption systems,

More information

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS STATE OF MINNESOTA EQUIPMENT SPECIFICATION SPECIFICATION: 330-912 September 2012 Page 1 1.0 SCOPE SINGLE AXLE CAB & CHASSIS This unit shall be a currently advertised production model as modified per specifications

More information

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump Town of Wascott PO Box 159,Wascott, WI 54890 Phone: 715/466-4252 Email: wascott@centurytel.net QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump Note: Bidders must

More information

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX 1349 327 NORTH ASHLEY ST. VALDOSTA, GEORGIA 31601 #LC-2019-7001 FOR: New Motor Grader w/rome Sloper for the Public Work s Department OPENING DATE: September

More information

SPECIFICATIONS FOR CENTRAL PIERCE FIRE AND RESCUE 1500 GPM/500 GALLON TYPE I ENGINE

SPECIFICATIONS FOR CENTRAL PIERCE FIRE AND RESCUE 1500 GPM/500 GALLON TYPE I ENGINE SPECIFICATIONS FOR CENTRAL PIERCE FIRE AND RESCUE 1500 GPM/500 GALLON TYPE I ENGINE BID SHEET Re: Type 1 Pumper We hereby propose to furnish to you, One (1) to Five (5), current production model year,

More information

TECHNICAL SPECIFICATIONS

TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS GENERAL PURPOSE: The purpose of these specifications is to describe for purchase, a 2018 or newer 10-14 passenger airport shuttle bus with rear mounted handicap lift. This bus

More information

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA 16146 SPECIFICATIONS and FORM OF PROPOSAL RENTAL OF CHIPSEAL EQUIPMENT WITH OPERATORS AND LABORERS 2014 CITY OF SHARON Notice to Bidders RENTAL

More information

BID SPECIFICATIONS & INFORMATION FOR ONE (1) OR MORE TYPE 3 AMBULANCE & EQUIPMENT FOR

BID SPECIFICATIONS & INFORMATION FOR ONE (1) OR MORE TYPE 3 AMBULANCE & EQUIPMENT FOR BID SPECIFICATIONS & INFORMATION FOR ONE (1) OR MORE TYPE 3 AMBULANCE & EQUIPMENT FOR MARYSVILLE FIRE DISTRICT 1094 CEDAR AVENUE MARYSVILLE, WASHINGTON 98270 FIRE CHIEF: Martin McFalls PROJECT MANAGER:

More information

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK Municipality of the County of Colchester Recreation Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3185 TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP

More information

GALLATIN PUBLIC UTILITIES

GALLATIN PUBLIC UTILITIES GALLATIN PUBLIC UTILITIES Bid Proposal Item: Single Axle Dump Truck Bid Date: Company Address: Phone Number: Manufacturer: Bid Information (1) Prices F.O.B., 249 Hancock Street, Gallatin, Tennessee 37066.

More information

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 21-17-18 FOR: (1) One Ton Super Duty Crew Cab Truck with 8 Bed (F-350) OPENING DATE:

More information

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH July 2016 CITY OF ELKO FACILITIES DEPARTMENT SET NO.. TABLE OF CONTENTS Invitation to Bid... 1 Bidding Information...

More information

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director Invitation to Bid COLLEEN C. SELBERG Purchasing Agent NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK Sealed

More information

Request for Proposal. Articulated Loader

Request for Proposal. Articulated Loader Request for Proposal Articulated Loader April 17, 2017 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for (2) Articulated Loaders. Sealed proposals will be received by the

More information

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

H OUSTON COUNTY BOARD OF COM M I SSI ONERS H OUSTON COUNTY BOARD OF COM M I SSI ONERS 2020 KI N GS CH A PEL ROAD TELEPH ON E (478) 218-4800 PERRY, GA 31069-2828 FACSIMILE (478) 218-4805 M ARK E. BAKER PURCHASING A GEN T August 14, 2018 Dear Vendor:

More information

ALPHA 70K TMA (Truck Mounted Attenuator) GENERAL SPECIFICATIONS

ALPHA 70K TMA (Truck Mounted Attenuator) GENERAL SPECIFICATIONS ALPHA 70K TMA (Truck Mounted Attenuator) GENERAL SPECIFICATIONS I. GENERAL A. All ALPHA 70K Truck Mounted Attenuators (ALPHA 70K TMA) shall be designed and manufactured by Energy Absorption Systems, Incorporated,

More information

Town of South Windsor, Connecticut. Police Department

Town of South Windsor, Connecticut. Police Department Town of South Windsor, Connecticut Police Department May 2018 Bid Documents for Automobile Lease Unmarked Police Vehicles Up to Nine (9) - Four (4) Door, Mid-Size, All Wheel Drive SUV type vehicles TOWN

More information

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018 REQUEST FOR BID (RFB) #18-001-30B 2018 2X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: APRIL 4, 2018 11:00 A.M. CENTRAL DAYLIGHT TIME (CDT) TO: DAVE FRISQUE MARINETTE COUNTY

More information

15,500 lb Capacity Diesel Pneumatic Tire Lift Truck

15,500 lb Capacity Diesel Pneumatic Tire Lift Truck 15,500 lb Capacity Diesel Pneumatic Tire Lift Truck XX More Power To You Count on rugged Cat lift trucks for the high performance, dependability, and comfort you need to sustain productivity and maximize

More information

Safe-Stop TMA (Truck Mounted Attenuator) GENERAL SPECIFICATIONS

Safe-Stop TMA (Truck Mounted Attenuator) GENERAL SPECIFICATIONS Safe-Stop TMA (Truck Mounted Attenuator) GENERAL SPECIFICATIONS I. GENERAL A. All Safe-Stop Truck Mounted Attenuators (Safe-Stop TMA) shall be designed and manufactured by Energy Absorption Systems, Incorporated,

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #09 75 REAR MOUNTED AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators 1 City of Hammond Purchasing Department RFP # 15-33 General Maintenance and Repair Service Contract City Generators Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles

More information

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management General: The attached specification is to aid in the purchase of an efficient and dependable 4-wheel drive pickup truck for the Office of Lee County Emergency Management. Bids must be submitted to Lee

More information

BID SPECIFICATIONS & INFORMATION FOR A TRACTOR-DRAWN AERIAL QUINT FOR SEASIDE FIRE & RESCUE 150 SOUTH LINCOLN SEASIDE, OR

BID SPECIFICATIONS & INFORMATION FOR A TRACTOR-DRAWN AERIAL QUINT FOR SEASIDE FIRE & RESCUE 150 SOUTH LINCOLN SEASIDE, OR BID SPECIFICATIONS & INFORMATION FOR A TRACTOR-DRAWN AERIAL QUINT FOR 150 SOUTH LINCOLN SEASIDE, OR. 97138 FIRE CHIEF: JOEY DANIELS 1 FIRE APPARATUS SPECIFICATIONS Information for Contractor: Sealed proposals

More information

Request for Quote # Armored Vehicle for Hammond Police Swat Team

Request for Quote # Armored Vehicle for Hammond Police Swat Team City Of Hammond Purchasing Department Request for Quote # 15-36 Armored Vehicle for Hammond Police Swat Team Proposals shall be faxed/delivered to the City Of Hammond, Purchasing Department No later than

More information

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16 NOTE: Accepting options to purchase Mid-Size 4 X 4 Sport Utility Vehicle (SUV) with seating arrangements for 7 Ambulatory Passengers. DESCRIPTION: These specifications describe a new Mid-Sized 4 X 4 Sport

More information

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-227- 7 0 0 0 F A X 2 2 9-227- 3 2 4 3 w w w. t h o m a s v i l l e. o r g INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL

More information

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #09 75 REAR MOUNTED AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

Houston County Purchasing Department

Houston County Purchasing Department Houston County Purchasing Department 2020 Kings Chapel Road (478) 218-4800 Perry, GA 31069-2828 FAX (478) 218-4805 Mark Baker Purchasing Agent January 9, 2019 Dear Vendor: The Houston County Board of Commissioners

More information

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department SOUTH DAKOTA CITY OF WATERTOWN SPECIFICATIONS AND BID FORM FOR ONE NEW 201 6 SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE Street Department CITY OF WATERTOWN, OWNER P.O. BOX 910 WATERTOWN SOUTH

More information

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR Board of County Road Commissioners of the County of Allegan 1308 Lincoln Road Allegan,

More information

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW Request for Bids City of Derby Public Works 2015-027 INFORMATION FOR BIDDERS FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW 1. Sealed bids, on the attached

More information

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

H OUSTON COUNTY BOARD OF COM M I SSI ONERS H OUSTON COUNTY BOARD OF COM M I SSI ONERS 2020 KI N GS CH A PEL ROAD TELEPH ON E (478) 218-4800 PERRY, GA 31069-2828 FACSIMILE (478) 218-4805 M ARK E. BAKER PURCHASING A GEN T September 17, 2018 Dear

More information

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks Purchasing Department 530 Water Street Oakland, CA 94607 Date: November 17, 2017 ADDENDUM No. 1 BID No. 17-18/15 Chevrolet Silverado Work Trucks This Addendum modifies the original BID Documents for the

More information

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck To: All Interested Bidders Subject: 2013 (1) White Rear Load Garbage Truck Attached are specifications for

More information

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor Pennsylvania State Police Tactical Mounted Unit 25,500# GVWR Crew Cab Tractor The following pages specify the design and component requirements for a crew cab truck tractor. In addition to the vehicle

More information

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet Worcester Public Schools 2020-2022 Student Transportation Contract Proposed Bid Specification Change Summary Sheet 1 for a five-year period beginning the First Day of Summer School 2015 and ending on the

More information

SFI SPECIFICATION 28.1 EFFECTIVE: AUGUST 25, 2017 *

SFI SPECIFICATION 28.1 EFFECTIVE: AUGUST 25, 2017 * SFI SPECIFICATION 28.1 EFFECTIVE: AUGUST 25, 2017 * PRODUCT: Polymer (Foam-Filled) Fuel Cells 1.0 GENERAL INFORMATION 1.1 This SFI Specification establishes uniform test procedures and minimum standards

More information

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for two (2) trucks to be used in its water operations. Sealed Bids

More information

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for three (3) trucks to be used in its water and wastewater operations.

More information

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 August 20, 2014 Request for Bids, Medium Duty Truck City of New Haven The City

More information

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST Phenix City Schools BID NO. GF-2019-06 Purchase of Three New Vehicles Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST The Phenix City Board of Education will receive and publicly open sealed and

More information

INTERCONNECTION STANDARDS FOR CUSTOMER-OWNED GENERATING FACILITIES 25 kw OR LESS PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY

INTERCONNECTION STANDARDS FOR CUSTOMER-OWNED GENERATING FACILITIES 25 kw OR LESS PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY INTERCONNECTION STANDARDS FOR CUSTOMER-OWNED GENERATING FACILITIES 25 kw OR LESS PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY Table of Contents Chapter 1. Purpose and scope. Pg 3 Chapter 2. Application

More information

Request for Proposal Sign Truck & Crane August 11, 2014

Request for Proposal Sign Truck & Crane August 11, 2014 Request for Proposal Sign Truck & Crane August 11, 2014 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Sign Truck and Crane Body. Sealed proposals will be received

More information

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK 1.0 INTENT: The Borough of Somerset is requesting bids for a 1 Ton dump style truck with a dump style body. This specification

More information

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 PH. 620-330-1170 - FAX 620-330-1177 MEMO To: From: Dump Truck Bidders Jim Wright Asst. Public Works Coordinator Date: February 23 rd 2016 Subject:

More information

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE Annual Fuel Bid - #01-18 INVITATION TO BID The City of Portsmouth is soliciting bids for our primary supply and emergency supply of fuel.

More information

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK Sealed

More information

INVITATION TO BID. January 10, 2018

INVITATION TO BID. January 10, 2018 INVITATION TO BID January 10, 2018 The City of Bainbridge will receive sealed bids for ONE NEW PORTABLE TANDEM STATIC ROLLER to be LEASED FOR PURCHASE, as described in the attached specifications until

More information

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR Page 1 Mountrail County Road and Bridge S FOR Bidder's Instructions: Indicate compliance to the specifications on the YES/NO line by each specification. Indicate any deviations from the specifications

More information

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

Questions and Answers

Questions and Answers ADDENDUM # 1 IFB NO.V-1711 Paratransit Cutaway Bus May 24, 2017 Dear Prospective Bidders: The purpose of this addendum is to answer questions for and make revisions in the above referenced Invitation for

More information

PART 665 BUS TESTING. Subpart A General. 49 CFR Ch. VI ( Edition)

PART 665 BUS TESTING. Subpart A General. 49 CFR Ch. VI ( Edition) Pt. 665 PART 665 BUS TESTING Subpart A General Sec. 665.1 Purpose. 665.3 Scope. 665.5 Definitions. 665.7 Grantee certification of compliance. Subpart B Bus Testing Procedures 665.11 Testing requirements.

More information

MINIMUM SPECIFICATIONS FOR SOLID WASTE TRANSFER TRAILER(S)

MINIMUM SPECIFICATIONS FOR SOLID WASTE TRANSFER TRAILER(S) MINIMUM SPECIFICATIONS FOR SOLID WASTE TRANSFER TRAILER(S) MINIMUM TECHNICAL REQUIREMENTS FOR AN ALUMINUM COMPOSITE OPEN TOP TRANSFER TRAILER Bidder shall complete each item with either a check mark "

More information

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680 Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680 Judy Roberts Telephone: 770-867-4527 x100214 Business Services Fax: 770-867-4540 E-Mail: jroberts@barrow.k12.ga.us Barrow County

More information

PART A TENDER SUBMISSION

PART A TENDER SUBMISSION PART A TENDER SUBMISSION Page 1 of 24 FORM A: TENDER (SEE B7) 1. Project Title SUPPLY AND DELIVERY OF REGULAR CAB CHASSIS TRUCKS 2. Bidder Name of Bidder Street City Province Postal Code (Mailing address

More information

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of: RFQ 2016-23 Fleet Vehicles The City of Dawson Creek is requesting quotations for the supply and delivery of: One (1) 2016 Minimum GVW 4300kg, 4 Wheel Drive, Regular Cab, Long Box Truck. One (1) 2016 Minimum

More information

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS Bannock County Public Works 5500 south fifth Pocatello, Idaho 83204 Ph. (208) 233-9591 BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS The undersigned hereby agrees and proposes to furnish two (2) new 2018

More information

-1- SPECIFICATIONS PERMANENTLY MOUNTED CONE SETTER PLATFORM ATTACHMENT INDEX

-1- SPECIFICATIONS PERMANENTLY MOUNTED CONE SETTER PLATFORM ATTACHMENT INDEX -1-002086 PERMANENTLY MOUNTED CONE SETTER PLATFORM ATTACHMENT INDEX I. GENERAL EQUIPMENT : A. Intent Statement B. Cone Setter Platform II. III. 1. General Specifications 2. Mounting Components 3. Close

More information

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS Bid #1 Three (3) 2010 (78) Passenger Transit Style School Buses and One (1)

More information

FREE STANDING WORK STATION JIB CRANE

FREE STANDING WORK STATION JIB CRANE SECTION 14661 FREE STANDING WORK STATION JIB CRANE ***** Gorbel, Inc. manufacturers a broad range of material handling cranes including monorail, bridge, gantry, and jib cranes. Numerous work station and

More information

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018 GENERAL 1. The following minimum specifications are for a tandem axle truck (conventional cab and chassis with an engine and transmission). 2. The truck shall be the manufacturer s current model under

More information

SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs

SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs Page 1 of 5 SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs Insulated Telescopic Articulating type aerial lift with the following

More information

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING All bids are to be executed on the forms provided herewith and only proposals submitted on these forms will be considered.

More information

Please note the following in regards for the Tractor and Tractor Mount Runway Broom and Blower bid:

Please note the following in regards for the Tractor and Tractor Mount Runway Broom and Blower bid: 6700 McKennon Blvd., Suite 200 Fort Smith, AR 72903 479.452.7000 x50 479.452.7008 fax www.fortsmithairport.com April 9, 2018 ATTENTION ALL BIDDERS: It is the responsibility of the bidder to email Richard

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PORTABLE GENERATOR RESPONSE DUE: Thursday, April 18, 2019, at 4:00 pm Request for Quotation SCOPE AND OBJECTIVES: The ( District ) will be accepting quotes from authorized Multiquip

More information

RS NO: SUBJECT:

RS NO: SUBJECT: RS-340 Thru 520 NO: SUBJECT: Springing: Frame Hangers, Load Cushions and Saddle Assembly EFFECTIVE DATE: July 1993 REVISION: E CONTENTS Item Subject Page 1 Introduction 2 2 Important Safety Notice 2 3

More information

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications... TENDER MOCR03072014 EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS Tender Call...... 2 General Instructions... 3 General Requirements...... 4 Specifications... 5 Form of Tender... 6 TENDER MOCR03072014

More information

SFI SPECIFICATION 15.2 EFFECTIVE: MAY 1, 2008 *

SFI SPECIFICATION 15.2 EFFECTIVE: MAY 1, 2008 * SFI SPECIFICATION 15.2 EFFECTIVE: MAY 1, 2008 * PRODUCT: Drag Race Front Wheels 1.0 GENERAL INFORMATION 1.1 This SFI Specification establishes uniform test procedures and minimum standards for evaluating

More information

Proprietary & Confidential INCOMPLETE VEHICLE DOCUMENT FOR CABLESS BUS CHASSIS MANUFACTURED IN TWO (2) OR MORE STAGES This Document is Required by Federal and Canadian Law and Shall Not Be Removed from

More information

SFI SPECIFICATION 6.3 EFFECTIVE: FEBRUARY 26, 2014 *

SFI SPECIFICATION 6.3 EFFECTIVE: FEBRUARY 26, 2014 * SFI SPECIFICATION 6.3 EFFECTIVE: FEBRUARY 26, 2014 * PRODUCT: Containment Bellhousing for SFI Clutch Assemblies for supercharged and nitrous-oxide applications 1.0 GENERAL INFORMATION 1.1 This SFI Specification

More information

Everything You Need! Phone , Ext. 229

Everything You Need! Phone , Ext. 229 Public Works Operations Manager 401 E Third St Kewanee, IL 61443 Everything You Need! Phone 309-852-2611, Ext. 229 Fax 309-856-6001 November 13, 2017 The City of Kewanee is requesting proposals in conformance

More information

Request for Proposal Motor Grader January 26, 2015

Request for Proposal Motor Grader January 26, 2015 Request for Proposal Motor Grader January 26, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Motor Grader. Sealed proposals will be received by the City

More information