SPECIFICATIONS FOR A CLASS A FIRE APPARATUS 1500 GALLON PER MINUTE PUMPER

Size: px
Start display at page:

Download "SPECIFICATIONS FOR A CLASS A FIRE APPARATUS 1500 GALLON PER MINUTE PUMPER"

Transcription

1 INTRODUCTION: SPECIFICATIONS FOR A CLASS A FIRE APPARATUS 1500 GALLON PER MINUTE PUMPER The District as listed in these specifications shall be the FAIRVIEW-CASEYVILLE TOWNSHIP FIRE PROTECTION DISTRICT. Bids will be received at the Fairview Caseyville TWP FPD, Engine House 2, 214 Ashland Avenue, Fairview Heights, IL 62208, on or before November 21, 2017, until the hour of 1:00 P.M. A Bid clarification meeting will be held November 1st at 9:00 A.M. located at Fairview Engine House #2 214 Ashland Avenue Fairview Heights, IL Meeting is not manditory. Bid opening will be at the District Trustee meeting starting at 6:00 p.m. located at Fairview Caseyville TWP FPD Engine House Bunkum Road Fairview Heights, IL The District reserves the right to reject any and all bids and to accept the bid which they deem to be in their best interest and will not necessarily be bound to accept low bid. No used or demonstrator apparatus will be considered. The entire apparatus shall be of the latest, most modern design, constructed with due consideration to symmetrical proportions, distributions and the nature of the load to be sustained and the general character of the service to which the apparatus will be subjected when placed in service. The pump shall pass a full U. L. pump test in compliance with NFPA Standard 1901 and upon final delivery of apparatus; members of the Fairview Fire Department must view apparatus pump at maximum capacity and meet NFPA pump standard prior to leaving the factory. The U. L. certification of the inspection shall be provided to the District upon delivery of the apparatus. A COPY OF THESE SPECIFICATIONS MUST BE SUBMITTED WITH THE BID AND BECOME A PART OF THE FINAL CONTRACT. All exceptions, if any, shall be checked and explained on the attached specification sheets and enclosed with your bid. The listed exceptions must be fully explained and the alternate method of construction being proposed with references to the corresponding headings. Proposals taking total exception to these specifications will not be considered.

2 INTENT OF SPECIFICATIONS: It is the intent of these specifications to cover the furnishing and delivery to the District of a complete apparatus equipped as herein specified, with a view to obtaining the best results and the most acceptable apparatus for service in the fire department. These specifications cover only general requirements as to the type of construction and test to which the apparatus must conform, together with certain details as to finish, equipment and appliances with which the bidder must conform. Minor details of construction and materials where not otherwise specified, shall be left to the discretion of the contractor who shall be solely responsible for the design and construction of all features. The design of the apparatus shall embody the latest approved automotive engineering practices. Workmanship shall be of the highest quality in its respective field. Special consideration will be given to the following points: accessibility of main components, symmetrical proportions, ease of handling, operation and maintenance and proper distribution of load. Construction of the unit shall be rugged and ample safety factors provided to carry loads as specified and to meet the required road, speed and stationary conditions and test. The construction shall be so that any part needing service and/or repair can be reached without having major disassembly of any component to service and/or repair that part. FINANCE Payment shall be in the full amount upon delivery and acceptance of apparatus. LAWS AND REGULATIONS Bidder s attention is directed to the fact that all applicable Federal and State Laws and Ordinances and the rules and regulations of all agencies and/or authorities having jurisdiction over material and equipment standards shall apply to the contract throughout and they will be deemed to be included in the contract the same as though herein written in full. A responsible representative of the company submitting the bid shall sign these specifications on the place provided on the last page and the same must be notarized. Total price on bidder s proposal sheet must include all items listed in the specifications. Apparatus must be manufactured in the United States. These specifications are governed by the laws of the State of Illinois. The bidder confers jurisdiction and venue on the Circuit Court for the 20 th Judicial Circuit, St. Clair County, Illinois as to any claims, suits or litigation. This provision survives the bidding process and is to be contained in the contract to purchase. Bidder is to submit to the District a contract to purchase with its bid containing this provision. All bids will be honored for 60 days upon receipt of Fire District.

3 AVAILABILITY OF REPAIR PARTS AND SERVICE As this apparatus is to be used for emergency service and must be available for service anytime of the day or night, it is necessary that the bidder have a substantial stock of repair parts suitable for use on the apparatus of which is quoting in order to render prompt service in the manner of furnishing replacement parts. The bidder shall state in his bid where replacement parts are stored and how long it will take to deliver the parts to the Fire District. After acceptance of apparatus, authorized service engineer shall be available on a sevenday a week, twenty four hours a day basis. 1. VEHICLE WARRENTY SERVICE Name of Service Company: Address City State Zip Code Telephone Number, Area ( ) - Compliance: Yes No Bidder s Page No: The Company that furnishes the above service must carry workman s compensation insurance. Workman s Compensation Insurance Carrier s Name and Address Name Address City State Zip Code Compliance: Yes No Bidder s Page No: 2. DELIVERY Delivery of the apparatus shall be over the road. In all cases, the responsibility for the apparatus and equipment remains with the manufacturer until satisfactory completion of acceptance test and formal acceptance by the purchaser. Compliance: Yes No Bidder s Page No: 3. EQUIPMENT INSERVICE TRAINING The service engineer shall remain in the department for a sufficient time to instruct fire fighting personnel and maintenance engineers in the operation, care, maintenance, and the handling of the fire apparatus and equipment. Time and location to be determined by the Fire District.

4 _ 4. BID DRAWINGS Drawing or photograph of complete frame construction of cab and body must be submitted with bid to show type of construction proposed for the safety of the personnel. _ 5. FINAL DRAWINGS No construction shall commence until a contractor s drawing or blueprint has been approved by the Fire District. Must have a minimum of eight (8) manufactures specifications to be reviewed by truck committee. _ 6. INSPECTION At the Fire District s expense, Representatives of the fire district shall travel to the plant for a pre-delivery inspection. Date and time of visit is to be worked out between manufacturer and district. Inspection of the apparatus does not constitute acceptance of the same. Final acceptance of the apparatus shall be made after receipt of the apparatus at our Department and an acceptance inspection of apparatus. _ 7. Manufacturer shall furnish original certificate of origin. _ Manufacturer shall post pictures of progress on web site. 8. WARRANTY All warranty and service work must be completed at Fairview Fire Department, Dave Schmidt Truck Service, or approved repair center by Fairview Fire Department.

5 a. As a condition of the acceptance of the apparatus, the contractor shall furnish a guarantee of the apparatus and equipment. Two year warranty for the apparatus will include all parts and labor. b. Manufacturer of the engine shall furnish a five (5) year parts and labor warranty. c. Manufacturer of transmission shall furnish a five (5) year parts and labor warranty. _ d. Front and rear axles shall have a five (5) year parts and labor warranty. _ e. A lifetime warranty shall be furnished with the booster tank. _ f. Frame shall have a lifetime warranty against defective materials and workmanship, excluding accident or abuse. g. Paint manufacturer shall furnish a five (5) year warranty on apparatus. Paint to be DuPont Imron polyurethane paint or approved equal polyurethane. Dupont color code 817U. _ h. 10 year warranty against any defects on structural components of cab and body. _

6 i. All plumbing constructed of stainless steel or non corrosive material with a 10 year warranty on waterway tubing and seals. All plumbing shall be stainless steel or approved by Fire District for alternate non corrosive material. Black iron plumbing will not be accepted. _ j. All of the above warranties listed in Section II are the responsibility of the fire apparatus manufacturer to obtain these warranties for our Department. _ 9. ROAD REQUIREMENTS The complete apparatus shall be capable of performing a road test as specified by NFPA Pamphlet 1901, latest issue. Manufacturer s pump run in test and U.L. pump certification test shall be conducted. 10. GENERAL REQUIREMENTS The unit to be supplied shall be a Waterous 1750 G.P.M. dual stage pump rated at 1500 G.P.M.. This unit will have a top mount operator panel, triple combination pumper with an around the pump A & B Foam Injection System. Foam system must deliver at least 1200 GPM of class A- AFFF at 1.% and 200 GPM at 6% of class B -AR-AFFF The specifications for the unit shall be as listed: Height (Maximum Highest Point) Overall Length (not to exceed 34ft) Width Rated Gross Vehicle Weight Rated Front Axle Rated Rear Wheel Base Road Performance (Per N.F.P.A.) Maximum Speed 70 MPH Engine and pump meters This unit shall meet current NFPA standards.

7 11. CHASSIS AND VEHICLE COMPONENTS The chassis manufacturer and model number shall be a Spartan Gladiator MFD 4 Door with a minimum 10 raised roof or an approved equal of same size with Classic style front. Describe Exceptions: 12. ENGINE The engine shall be a Cummins ISL9 with a minimum of 400 horsepower or computable. The engine manufacturer s certified installation documents approving the engine and cooling system installation shall be provided with the chassis at the time of delivery. Exhaust system shall have chrome deflectors on the end of system to be compatible with the Plymovent exhaust system installed at Fairview Caseyville TWP FPD Engine house #1. The system shall include a stop bracket as per Plymovent specifications to prevent the hose from the system from being put on the pipe too far to self-eject. 13. TRANSMISSION The transmission shall be an Allison and shall have maximum cooling as per Allison s Engineering. The transmission shall be compatible with engine horse power. 14. ENGINE BRAKE A "JACOBS" Engine Brake shall be supplied. The Driver's dash shall include an OFF / LOW / HIGH engine brake control switch. Brake shall be automatically in the on position every time the engine is started. Activation of the engine brake shall occur at zero throttle position. The transmission ECU shall be programmed to operate in the pre-select downshift mode to maximize the retarding power of the engine brake. The brake lights shall illuminate when the Jacobs Brake is in operation. The Jacobs Brake shall be inoperative when the chassis is in pump mode.

8 The "JACOBS" engine brake shall be covered under the standard five year engine warranty. 15. STEERING ANGLE Front steering axle will be of an independent suspension type axle. The Steering Angle shall be maximum that can be provided by the manufacturer and no less than 45 degrees. Overall turning radius shall be supplied to the Fire District. 16. REAR AXLE The Rear Axle shall be supplied with a traction control (locking differential) that can be activated by the driver. The rear axle shall also be equipped with On Spot Chain System or approved equal. 17. FUEL SYSTEM The fuel system shall have a minimum capacity of 65 U.S. Gallons with the drivers side fill. DEF Fill should be located in this area. 18. WHEELS The front and rear wheels shall have painted wheels with stainless simulators, hub caps and nut covers. Wheel covers shall be approved by Fire District.

9 19. TIRES The tires shall be tubeless radials and compatible with axle load weight. The rear tires shall be mud and snow type tread. The front shall be highway tread. All tires shall meet and/or exceed Federal load requirements. 20. FRONT BUMPER AND REAR BUMPER OR STEP The front bumper shall be polished stainless steel, not less than 8 wide. There should be one air horn recessed in bumper on each side of the frame rails. There shall be a California notch on the passenger side of the vehicle to accommodate the 5 hose. The rear step shall be a minimum of 15 deep and constructed of NFPA non slip surface. 21. AREA BETWEEN THE CAB AND FRONT BUMPER The area between the cab and front bumper shall be 24 and covered with aluminum tread plate. This area shall have 2 wells to accommodate two open compartments, one compartment to house 25 of 5 double-jacketed cloth soft suction hose and one compartment to house 150 of 1 ¾ double-jacketed cloth Conquest hose. These two open compartment areas must be equipped with easily accessible black netting over each to contain the jump line and the soft suction hose. This area shall be constructed of noncorrosive tread plate material and minimum width of 12 to accommodate 2) Code 3 #45B2RB Red/Blue with chrome plated bezel led warning lights on each side of the vehicle between the body and end of the front bumper. The front suction hose shall be equipped with an Akron master intake valve with manual override, with an electric actuator controlled at the pump panel. The front of the piping shall be equipped with a 5 storz fitting. The piping shall have a method of evacuating the air at the pump panel. It shall have a drain for that piping that has an easy access from the front bumper. The front suction piping shall be the largest diameter acceptable to fit under bottom of apparatus. 22. BRAKES The apparatus shall be equipped with anti-lock 4 wheel disc brakes. The system shall include a Kussmaul Model # Auto Air remote-B1-S-Kit system wired into the 120V eject plugs. The same eject plug shall be used to power the air pump for the brake system.

10 The air dryer shall have a spin on desiccant cartridge for ease in serving the dryer desiccant. Emergency brake must be easily accessible from driver and officer s seat in front of cab. 23. BATTERY SYSTEM The battery system shall be installed with a Class 1 Load Managing System or equivalent to ensure power to the engine and drive train at all times and shall comply with the current NFPA 1901 Standard. The system shall be equipped with disconnect switch with a green indicator light. All wiring shall be capable of handling the full power of the system with a 25% reserve. The system shall have a battery conditioning system Kohler # with (2) Kussmaul Super Auto Eject Model # with weatherproof white cover. The eject system shall be mounted on right and left sides of cab just behind front doors. Location to be finalized at preconstruction. Battery conditioner display shall be mounted on Driver s side front of cab. Location to be determined at preconstruction with manufacturer. Battery system jumper studs located at driver s door at step. Battery access panels located above batteries and located in cab floor. 24. WIRING Circuits shall be provided with automatic circuit breaker overload devices. Access to circuit breakers, relays and other main electrical system controls shall be provided with panels for easy access. Each compartment shall be equipped with a 12-volt outlet. This outlet shall remain hot at all times. Blue Seas Dual Bus Model Number 2722 must be used (No Exceptions). Location of power points to be determined at preconstruction. Wires shall be color coded and imprinted with circuit number and circuit function. All connections shall be made with Duetch style connectors. All electrical circuit feeder wiring shall be stranded copper alloy conductors of a gauge rated to carry 125 percent of the maximum current for which the circuit is protected.

11 The VMUX system shall be interrogated in wiring and actuated with rocker type switches. A VMUX diagnostic program shall be provided along with repair manuals and wiring diagrams. The cab shall have a 120V AC outlet powered by a shore line and shall be color coded to match mounting surface. It shall be a hospital grade receptacle. The front two compartments of the body (L1 and R1) shall have 120V AC outlets that are powered by a shore line and generator. All electrical switches on all of apparatus shall be labeled with function and weather resistant. All exteriors switches shall be weather resistant. The apparatus shall be equipped with a camera system. The camera system shall have a camera in front, rear, and right side of apparatus. Rear camera will be recessed mounted. Camera system will be 9" ProVision camera DVR-704-CD monitor system, R, PS, DS, F, recessed rear camera. DVR must be mounted to be easily accessible. Cameras will be capable of night vision and DVR must have a removable SDXC card. Specific mounting locations will be determined at preconstruction. 25. CAB Cab must have a manual cab lift with panel for easy access. rear. The cab shall be capable of seating up to five (5) fire fighters, two (2) front and three (3) The crew area of the cab shall be raised a minimum of ten (10) inches. All cab door locks shall lock/unlock from interior and exterior and with manual door locks along with an electric interior master switch. Key and tumbler shall be keyed to CH 751. All cab doors to have windows which roll up and down with rear windows rolling down completely in the door. Cab shall be equipped with tinted safety glass throughout. One polished grab handle less than 8 inches must be attached to front of cab above grill. Cab shall have appropriate non-slip hand rails. Hand rails shall be located on all sides of cab that deem appropriate and meet NFPA standard. Specific location will be determined at preconstruction. Dash shall be finished and constructed with rugged material.

12 Emergency brake must be easily accessible from driver and passenger in front of cab. A minimum of one 12V LED engine compartment light shall be mounted underneath cab in engine compartment. LED light shall have an easily assessable weather resistant switch located underneath cab. Specific location to be determined at preconstruction. Each bidder shall state in their proposal the material used and thickness of the various cab areas listed below: Cab floor: Cab Side Panels: Cab Roof: Front Skin: Cab Rear Wall: Cab Doors: The cab shall have an open space design and be free of interior walls or obstructions: The rear wall of the cab shall be black laminal material. Interior cab lights shall be LED and located in headliner above each door shall consist of one red and one white lens with white light operating with door open and on/off switch operating each light. Also, a red and white light located above engine compartment dog house. All air pack seating shall use the Smart Dock SCBA locking system. SCBA locking brackets shall accept MSA # bottle. All air pack seating shall have integrated seat belts. The driver s seat shall be Valor or equivalent air ride seat with integrated seat belt. The officer s seat shall be Valor seats, dynamically adjustable seat back with smart dock bottle retainment system or equivalent. The three (3) rear seats; two (2) seats rear facing and one (1 forward, facing center of cab with flip up seat bottom. All rear seats shall be Valor dynamically adjustable seat back with smart dock bottle retainment system. Vinyl covered seats will not be accepted. Seat belt warning system shall be installed. This shall include flashing light and buzzer and shall be installed in plain sight of driver. One (1) MSA Rescue Aire system II slide on system equipped with a SP 4500 psi bottle. Two (2) Zico Air Pack bracket or equal with Rubber Coated Clamps to fit 3,000 psi composite bottles (MSA). These shall be mounted on the rear wall of the cab on both sides of the rear forward facing seat. Two (2) variable speed cowl mounted windshield wipers and windshield washers shall be furnished. Two (2) 6 electrical windshield defroster fans, each with a separate switch, one each side, shall be furnished and mounted on ceiling.

13 A 12V power supply and dual USB port shall be furnished on the front passenger side of the dash. The bidder shall provide information on the type heater/defroster to be used, the CFM of the blower, number of defroster outlets to be used. Drip molding shall be installed on area above each cab door. Two (2) single arm door mounted power/heated remote controlled mirrors with built-in remote controlled convex mirrors shall be provided. (West coast style is not acceptable.) Two (2) radio antennas shall be installed on the roof of the cab. One (1) shall be a VHF and one (1) shall be an 800 mhz. Cable shall be routed to the front of the doghouse with 6 feet of spare cable in a roll. Cable for 800 mhz location to be determined at preconstruction meeting. Cab must have all necessary power supply for hand lanterns, radios, terminal imaging camera charging device, and additional devices wired and routed from factory. Specific devices and locations will be determined at preconstruction. There shall be a shelf located on rear of engine doghouse that will hold seven (7) portable radios and chargers. There shall be power supply wired and routed to this location from the factory. Shelf shall be constructed and finished to match interior of cab. Specific location and dimensions will be determined at preconstruction. Radios and chargers supplied by fire district. Bidder shall state types of padding in cab and sound absorbing materials and location, door sizes, window sizes, surface of dash, type of steering wheel and steering column and location of grab handles. Head liner shall be vinyl cushion type material. Floor mat interior trim shall have a black non-skid vinyl surface. All interior trim paint color shall be black in color. A door open warning light shall be on inside roof of the cab for body compartment doors. Cab entry doors trim shall be stainless steel below window to bottom of door. Integrated flashing red LED light to operate when door is opened. Cab Door Jams must have stainless steel scuff plates. Cab corners must have stainless steel scuff plates. Chevron reflective stripes on inside all cab doors. A portion of the roof area shall be covered with tread plate and must support 300 pounds. Three (3) white/ red LED dome lights shall be supplied, two (2) in rear crew area and one (1) in front cab area. An individual switch mounted on each individual red lens light shall operate these lights. Install a map light in front dash area of cab on officer side.

14 Rear outside wall of cab shall be covered with aluminum tread plate. The outside raised portion of the roof shall be covered with aluminum tread plate. Def fluid tank fill must be located in the fuel fill compartment on the drivers side of the apparatus body. Any area in the cab that will have equipment mounted to must be reinforced to support weight of equipment. MSA 6000 Plus Thermal Imaging Camera to be mounted in cab, location to be determined at preconstruction. Cab must contain mounting area for (7) Motorola APX4000 portable radios. Power must be supplied and fused for all electronics. (1) Code 3 electric siren shall be mounted in front bumper or grill of apparatus. Siren controls shall be mounted in easily accessible location in cab. Specific location to be determined prior to final delivery. 26. EMERGENCY, AREA LIGHTING SYSTEM, AND GROUND LIGHTS Emergency and area lighting on outside of apparatus shall consist of required, requested and area lighting. Required lighting is necessary to comply with NFPA. Requested is additional emergency response lighting we want on the apparatus that will be connected to the load managing system. Area lighting is lighting we request for safety at the scene The apparatus shall have LED ground lights to illuminate the bottom of the cab and body. Ground lights shall be located underneath all doors on cab and will illuminate the ground when apparatus in placed in park or reverse and or ground light will illuminate ground if cab doors are opened. Specific ground light location will be determined at preconstruction. ZONE A FRONT, UPPER One (1) Code 3 RMX69 LED light bar with clear lenses. The light bar shall consist of red, white, and blue LED s with clear lenses. With Federal Opticom emitter specific location of color LED location to be determined at preconstruction. One (1) Code 3 RMX18 shall be mounted above each rear cab door on each side.

15 One (1) Whelen Pioneer model PFP2 (brow light) to be mounted center of the roof above the windshields. This light shall be controlled from the driver s seat. Each lamp head shall have two (2) 12 volt high intensity flood light LED panels. Each lamp head shall measure 4.25 inches in height X inches in width. Front scene light shall be adjustable. The lamp heads and brackets shall be powder coated white. ZONE A FRONT, LOWER Four (4) (Code 3 Part #65BZRB Red/Blue dual color LED perimeter lights with chrome plated bezel and clear lens). Two (2) arrow guide turn signals shall be furnished and mounted above the strobe lights. ZONE B & D UPPER, SIDE (RIGHT AND LEFT) Two (2) Whelen model Pioneer PFP2 lights or an approved equal approximately same size and lumens shall be furnished and mounted on the raised roof area of the cab. There shall be one on each side. The scene lights shall have a semi-recess housing featuring a chrome flange which shall measure 7.92 inches in height X inches in width. The lamp heads shall be powder coated white. These shall be controlled from the drivers seat. Each lamp head shall have two (2) 12 volt high intensity LED panels. Two (2) Whelen Strip-Lite Part #PSTANK Tank Status four color LED water tank lights or an approved equal shall be mounted in a vertical position. One light to be located on both sides of the cab between the rear doors and back of the cab in the 10 raised portion area of the cab. Two (2) Whelen model Pioneer PFP2 lights or an approved equal approximately same size and lumens shall be furnished and mounted in center of left and right side of body. There shall be one on each side. The scene lights shall have a semi-recess housing featuring a chrome flange which shall measure 7.92 inches in height X inches in width. The lamp heads shall be powder coated white. These shall be controlled from the driver s seat. Each lamp head shall have two (2) 12 volt high intensity LED panels. ZONE B & D LOWER, SIDE (RIGHT AND LEFT) Six (6) LED perimeter lights (Code 3 Part #45B2RB Red/Blue with chrome plated bezel and clear lens), light locations to be determined later at preconstruction. ZONE C UPPER, REAR

16 One (1) 7 X 9 (Code 3 Part #85BZR red LED perimeter light with chrome plated bezel and clear lens) to be mounted on upper rear side of hose bed and compliance with NFPA standard. One (1) 7 X 9 (Code 3 Part #85BZA amber LED perimeter light with chrome plated bezel and clear lens) to be mounted on upper rear side of hose bed and compliance with NFPA standard. One (1) Code 3 Arrow Stik shall be installed on rear of apparatus. This light shall be recessed into the body. The lens shall be flush with aluminum tread plate. (No Exception on flush mounting) One (1) Whelen model Pioneer PFP2 light or an approved equal approximately same size and lumens shall be furnished and mounting to be determined at preconstruction. The scene light shall have a recessed housing featuring a chrome flange which shall measure 7.92 inches in height X inches in width. The lamp head shall be powder coated white. This shall be controlled from the driver s seat. The lamp head shall have two (2) 12 volt high intensity LED panels. There also must be a switch at the rear of apparatus. ZONE C LOWER, REAR One (1) (Code 3 Part #85BZR red 9 x 7 LED perimeter lights with chrome plated bezel and clear lens). Location to be determined at preconstruction. One (1) (Code 3 Part #85BZB blue 9 x 7 LED perimeter lights with chrome plated bezel and clear lens). Location to be determined at preconstruction. Two (2) LED red combination stop, tail, reverse, and LED amber directional lights are mounted one on each side. 29. DASH AND CONSOLE EQUIPMENT Bidder shall provide a complete list of all instruments and switches. All switches shall be located overhead in front of driver or easily accessible to driver. All emergency lighting shall be operated by a master switch and shall be illuminated. Individual rocker type switches shall control lights.

17 30. WHEEL WELLS Front and rear full wheel wells shall be furnished; liners must be designed to be removable type with a minimum of 2 inch polished stainless steel beauty strip located at each wheel well. 31. RUNNING BOARDS (STEPS) Running boards shall be NFPA compliant with non corrosive material and reinforced. Step leading to pump panel shall be grip strut. 32. AIR HORNS Two (2) chrome plated air horns flush mounted in front bumper, one each side. The horns shall be controlled with a foot switch on the drivers and officer s side floors and button on the pump panel. Foot pedal switchs must be mounted at least one inch off floor to prevent water from shorting out switch. Compliance: Yes No Bidder s Page No: 33. HEATER / DEFROSTER AIR CONDITIONING A 57,600 BTU heater with a three speed fan shall be mounted in the front of the cab, centered over the windshield. This heater shall have six (6) adjustable vents to assure windshield defogging. A climate control system shall be furnished in the cab. The system shall consist of a 40,000 BTU air conditioning evaporator with a 36,000 BTU auxiliary heater. A 36,000 BTU auxiliary heater is also to be furnished inside the conditioning evaporator unit to provide additional cab heating during cooler weather. The heater core is to be plumbed to the water lines of the engine cooling system. Compliance: Yes No Bidder s Page No: 34. AIR HOSE CONNECTION

18 One (1) 25 ft section of air hose with necessary Schrader connections with shut-off valve. The air chuck shall be installed left and right side near speed lays. A secondary air tank fill port with cover shall be located next to previously mentioned battery lugs at driver s door at step. Color is to match primary air line color. 35. SIREN A Federal Q2B Siren shall be mounted on front tread plate centered, not to extend past the front bumper face. Foot activation switches must be mounted at least one inch off floor to prevent water from shorting out switch. Switches shall be mounted on driver s and officer s side. A siren brake shall be installed on the driver s side. 36. ALTERNATOR Alternator shall be capable of handling maximum electrical loads and capable of operating all lighting, A/C, and heat at idle speed and in pump gear. An electrical load analysis shall be supplied. 37. FIRE BELL Install on the right front of cab, a 12 triple dipped chrome brass fire bell with a lanyard control from the officer s side of the cab. Bell must not be electric, must operate with manual pull rope. Describe Exceptions: 38. FIRE PUMP The fire pump shall be a minimum 1750 rated for 1500 G.P.M. Pump shall be a Waterous dual stage pump and shall be mid ship mounted. The pump shall be equipped with a priming system, a master relief valve system, a thermal relief valve and 3 master intake valves. The master intake valves (electric) shall be mounted on the left and right side of the pump; each shall have 5 storz fittings with caps and shall be operated from the top mount pump panel. The third

19 master intake shall be located in the front bumper. The piping from the front of the truck to the pump shall be the largest possible to reduce friction loss. Any rubber hose used that is subjected to pump pressure shall be high-pressure hose. Radiator style clamps will not be accepted. An air operated pump shift shall be used to engage the pump. The air operated pump shift shall have a light to illuminate when pump is in gear. Air operated pump shift shall be located in an easily accessible location to driver in cab. The pump shall have a pump heater and pump heat exchanger. The pump shall have an overheat device. The pump shall have six inch steamer. The manifold and all piping shall be stainless steel. The pump itself may be brass. All discharge valves shall be Akron ball type. (No exception) All intake valves shall be Akron butterfly type. (No exception) There shall be (2) 2-1/2 inch auxiliary Akron intake valves. One shall be located on driver s side of apparatus pump panel. One shall be located on passenger s side of pump panel. Auxiliary intake handles shall be in an easily accessible location. Valves shall be color coded and must have drain. 39. BODY & COMPARTMENTS The body shall be constructed using corrosive resistant materials. Accepted materials will be stainless steel, or aluminum. If aluminum, it shall be at least 3/16 inch thick using extruded aluminum sub frame. Cold roll steel will not be accepted. The body of the apparatus shall have appropriate non-slip hand rails. Hand rails shall be located on all sides of apparatus that deem appropriate and meet NFPA standard. Specific location will be determined at preconstruction. The body of the apparatus shall have appropriate non-slip folding steps. Non-slip folding shall be located driver side, officer side, and rear of apparatus that deem appropriate for accessing top of apparatus. Specific location will be determined at preconstruction. ALL compartments shall be as large as possible, but shall not exceed the overall length requirement of the Apparatus. All compartments shall be equipped with a 20 amp 12-volt outlet. Cigar style outlet will not be accepted. Please provide a cut sheet with the style plug to be used. All compartments shall be splatter coat painted. Each compartment shall be equipped with a white LED compartment light and a switch to turn that light off when the compartment door is closed.

20 All compartment doors will have a R.O.M. door system. All R.O.M. doors shall be painted same color as body. All door systems shall be protected when in the open position. All compartment doors shall be equipped with locks. All locks shall be keyed alike. All compartment trays shall have black turtle tile. All compartments shall have drains. All compartments shall be keyed to CH751 keys, and include keys for each. There shall be one (1) splash guard/drip pan with drain installed inside the compartment. The drip pan shall catch drops of water that accumulate on the shutter and drip in to the shutter compartment when the door is being rolled up. The splash guard shall act to keep water from being splashed throughout the interior of the compartment while door is being rolled up. The pan shall also serve to protect the shutter from damage due to impact from behind or below. Two (2) compartments on the left side of the apparatus shall be full height. These compartments shall be known as L1 & L3. L1 & L3 shall be a minimum of 26 inches deep. These compartments shall be before and after the wheel well. The L1 compartment shall be equipped with (2) 26 slide out, tip out, adjustable drop down trays. Mounted to the floor L1 shall have a roll out tray. Compartment L3 shall have an area designed to hold a Little Giant model # in the upright position with an adjustable separate divider. Compartment L3 will be built to equip the following: One (1) Little Giant model # 10102, One (1) 15 lbs CO2 Extinguisher, One (1) 20 lbs Dry Powder Extinguisher, One (1) 2.5 gallon Water Extinguisher, Three (3) salvage tarps, One (1) Floor Runner, One (1) Carry All, One (1) Shovel, One (1) 6 liter K Class Extinguisher, One (1) sprinkler kit. Specific location of equipment will be determined at preconstruction. *Note: All items listed in paragraph above are for compartment building dimensions only. All items in this cabinet will not be supplied by manufacturer except for Little Giant. One (1) compartment shall be located on the left side of the apparatus above the wheel well. This compartment shall be known as L2. This compartment shall be equipped with a Minimum 12 slide out, tip out, adjustable drop down tray. One (1) compartment shall be located on the rear of the apparatus. This compartment shall be equipped with (1) Hannay electric booster reel that must be able to be equipped with 200 feet of 1 inch rubber booster hose. Must have an easily accessible rewind switch.

21 Two (2) compartments on the right side of the apparatus shall be full height. These compartments shall be known as R1 & R3. R1 & R3 shall be a minimum of 26 inches deep in the lower part of the compartment and 12 deep minimum on the upper half. These compartments shall be before and after the wheel well. R1 shall have (2) 12 adjustable shelf and (1) 26 adjustable shelf. R3 shall have (2) 12 upper adjustable shelf and (1) 26 roll out tray. *(R3 See Exhibit G) Compartment R1 shall have two (2) Streamlight hand lanterns mounted and wired for charging. Two (2) Pelican lights model number 9430RALS to be mounted in R1 and prewired for charging. Location to be determined at preconstruction. One (1) compartment shall be located on the right side of the apparatus above the wheel well. This compartment shall be known as R2. This compartment shall have a minimum depth of 12. This compartment shall have a 12 adjustable shelf. The right and left side around discharges shall be polished stainless steel with that area lighted with LED lights. The switch shall be the same as for the pump panel. The right side of apparatus must have wheel well compartments to accommodate (6) MSA # air bottles. Must have (1) wheel chock compartment to be located in front of wheel well on driver s side that must accommodate (2) folding wheel chocks. Wheel chocks must be Ziamatic folding wheel chock Part #SAC-44-E. Must have diesel fuel fill behind driver s side wheel well with folding door. The access to the pump compartment shall have easily removable doors that shall be latched or hinged in place for left and right side. Two (2) compartments shall be installed on the step area that accesses the pump panel. The compartments shall have a top opening lid compartment door. *(See Exhibit K) The rear of apparatus should have non-slip tread plate in areas where firefighters walk or hose and equipment may cause damage to surface. Otherwise rear of apparatus shall be smooth and covered in NFPA compliant chevron. Compliance: Yes No Bidder s Page No: 40. BOOSTER TANK The booster tank shall be constructed of polypropylene of not less than 500 gallons. Two (2) foam tanks shall be molded in and be part of the booster tank. One (1) tank shall be 30 gallon in size for Class A foam. One (1) tank shall be 15 gallon in size for Class B foam.

22 Compliance: Yes No Bidder s Page No: 41. SPEEDLAYS AND JUMP LINE Three (3) Speedlays shall be mounted on the front of the body, below the pump panel. They shall be in a stacked position and accessible from both sides of the apparatus. The top two shall each be capable of carrying 200 ft of 1 ¾ double-jacketed hose. The bottom Speedlay shall be capable of loading 200 ft of 2 ½ double-jacketed hose. Speedlay bed flooring shall consist of removable slatted aluminum or equivalent. Wooden bed flooring is not acceptable. The front of the speedlays shall be open to ease loading of the hose. Speedlay areas accessible from drivers and passengers side must be equipped with an easily accessible black netting to contain speedlay hose. Speedlays swivel connection must be located on the bottom of each hose compartment. One (1) Jump line shall be piped with 2 ½ or larger piping from pump to front of apparatus. It shall have a 2 ½ chrome swivel with a 2 ½ to 1 ½ chrome reducer. Compliance: Yes No Bidder s Page No: 42. FOAM SYSTEM Apparatus must be equipped with both A & B foam system. Foam system must deliver at least 1200 GPM of class A- AFFF at 1.% and 200 GPM at 6% of class B -AR-AFFF. Both A & B foam shall be capable of refilling from the ground. Both foam tanks must have separate low concentration tank sensors. Foam system shall be a Waterous, Husky or approved equal. Front Jump Line 2-1 ¾ Speedlays 1-2 ½ Speedlay Discharge Booster Reel Deck (Deluge) Gun pump. The piping shall not permit foam solution or concentrate to enter the booster tank or Compliance: Yes No Bidder s Page No: 43. PUMP PANEL FRC Incontrol 400 with knob control.

23 Pump panel must have switches that will allow pump operator to easily excite generator, turn on/off scene lights, and sound air horn. These switches must operate from both the cab and pump panel. The pump panel shall be constructed using corrosive resistant materials. Accepted materials will be stainless steel, or aluminum and not to be painted. Pump panel surface must have a smooth top surface. No tread plate acceptable. Pump panel top must be hinged for easy access to pump house. Driver s side and passengers side of pump panel must be covered in stainless, polished stainless or diamond plate material. The pump panel area shall be lighted with LED lights and include an on/off switch. The walkway between the pump panel and the rear of the cab shall be a minimum of 24. A weatherproof compartment of 10 wide - 6 high -10 deep shall be provided on or near the pump panel. This will have a mobile radio installed in it by district. 12 volt power will be needed in this compartment. All discharges shall be 2.5 inch. All discharges shall have separate gauges. All controls and gauges must be installed to comply with NFPA. There shall be fluid level gauges or indicators for the booster tank and both foam tanks. Valve handles on pump panel must be screw locking. Pump panel shall have a warning light to illuminate when pump is in gear. Right side of pump panel shall be equipped with electric cord reel. There shall be one (1) Hannay ECR series electric rewind cord reel furnished and installed on the right side of apparatus in pump panel with access door. A push button switch to activate the rewind shall be located in an easily accessible location. There shall be a four way roller assembly mounted on the reel to guide the cord on and off the spool. There shall also be a cord stop supplied. The reel shall come equipped with 150 feet of black 10-3 electrical cord. The cord reel shall be equipped with appropriate grounded rod and wire. *(Reference Exhibits H through J for Pump Panel) 44. COLOR CODED

24 The discharges shall be color coded to match the valve handles on the pump panel using Vision Mark marking system and shall be marked as follows: Front Bumper Jump Line (Foam)- Orange Speedlay #1 (Foam) - Yellow Speedlay #2 (Foam) - Red Speedlay #3 (Foam) - Lt Blue #1 Discharge (Left Side) - Red #2 Discharge (Left Side) - Dark Blue #3 Discharge (Rear) - Orange #4 Discharge (Right Side) - Lime Green #5 Discharge (Right Side) - Purple Deluge Gun (Foam) - Silver Inlets - Burgundy All discharges lines that can deliver foam solution shall have a plate that is red with a white border and must read FOAM. All discharge and intake lines shall have a (Class 1 drain valve ¾ 90 degree lift handle ball valve drain) that directs drain water to the ground. The drains shall be marked. All drains shall be color coded, be equipped with weather resistant name plate, and be in close proximity within arm s reach or easily assessable by operator. Specific location to be determined at preconstruction. 45. DELUGE RISER AND GUN (MONITOR NOZZLE) A 3 deluge riser shall be installed center of the body near the pump panel in such a manner that a monitor can be mounted and used effectively from the pump panel. Deluge Gun must be able to flow from the onboard foam system. Piping is to be installed securely so no movement develops when the line is charged. The riser shall be gated and controlled from the pump panel. Deluge riser and monitor nozzle must not sit above cab in stowed position. The deluge shall be an Akron Highriser 3433 dual inlet style with Akron 3499 master stacked tips. Akron Highriser must also come with (2) 2-1/2 inlet ground manifold attachment.

25 46. HOSE BED The hose bed floor shall consist of removable slatted aluminum grating or equivalent (no wood acceptable). It shall be divided by partitions to provide space for 1200 ft. of 5 cloth double jacketed hose (center of hose bed), 300 ft each of 2 ½ shall cloth jacketed cconquest be located on the right and left sides of the 5 hose. Refer to diagram supplied in specifications. Center of hose bed must be in the lowest position possible. Hose bed to have closed compartment with door to house 10 feet of hard suction hose with NST with long ears. Compartment to be mounted in the right side of the main area of house bed that contains all other 5 inch hose and shall be mounted at the lowest point of the hose bed. The hose bed shall have LED strip lights, recessed lights, or equivalent LED lights mounted inside hose bed to illuminate entire hose bed to help load hose at night. LED lights inside hose bed shall have an easily accessible switch located next scene light switch at rear of apparatus. Provide one (1) blue vinyl hose bed cover, with chrome-plated hooks and elastic hooks for hose bed. Hose bed cover shall extend down sides approximately four (4) inches, and extend down rear of hose bed full length to cover all fire hose. 47. PAINTING AND UNDERCOATING All metal surfaces shall be thoroughly cleaned and prepared before paint is applied. All external surfaces and joint faces of members in the assembly of the chassis and of the apparatus in general, including any rivets and welds subject to corrosion, shall have at least one coat of rust resistant paint. After all metal surfaces have been painted and prepped, undercoating, powder coating or equal, corrosive resistant material shall be applied to the following areas:

26 1. Entire exposed area under cab. 2. Complete area of hose bed body and backsides of compartments on a line below top side of booster tank. 3. Fender wells. 4. Complete outside of fuel tank. 5. Complete underside of body, cab, and all of frame. Apparatus shall be finished in P.P.G. or DuPont Polyurethane No. 817U-White Super- High Gloss Paint. Finish coat of apparatus to be clear coated with polyurethane paint. Inside of cab that is not padded is to be painted black. 48. LADDERS/PIKE POLES The ground ladders and pike poles shall be stored inside, with a totally enclosed compartment. The ladders are to be stored on the beam. The bottom of the compartment shall have a neoprene bottom to ease sliding of ladders. The ladder storage compartment shall have drains built in with a minimum of 12 tubes to prevent dirt from entering the compartment. The lower beam shall be between from the ground once the truck is fully loaded. This shall be located on the passenger side of the vehicle. The following Duo-Safety aluminum ground ladders and pike poles shall be furnished. One (1) - 28 ft. two section aluminum extension ladder. One (1) 14 ft. aluminum roof ladder with folding hooks One (1) 10 ft. aluminum folding ladder with safety shoes One (1) Little Giant aluminum ladder model # ( this is to be mounted in compartment L3) Two (2) Akron Ultra Tough Pike poles shall be stored with ladders. Pike poles shall be in lengths of (1) 8 foot (1) 10 foot and One(1) 6 foot Fire Hooks Unlimited Georgia hook with drywall hook at one end and NY hook at the other end. 49. AUXILIARY GENERATOR The apparatus shall be equipped with Harrison Model 8.0MAS 8kw hydraulic driven generator. This shall be started from inside the cab or the pump panel.

27 A power distribution panel shall be installed with ground fault circuit interrupter. The location of the panel shall be approved by the fire department. All 120v outlets shall be Leviton hospital grade that is lighted. All outlets shall have weather proof covers and shall be McMaster-Carr #7219K62 or approved equal. Two (2) outlets shall be on rear of the cab. Two (2) outlets shall be installed on rear of truck body. The generator shall be operable when apparatus is being driven. 50. SCENE LIGHTS ON REAR OF CAB Two (2) Whelen Pioneer Model PCP2 or an approved equal approximately same size and lumens combination Floodlight and 8 degree Spotlight scene lights shall be mounted on a telescoping mount and hard wired on the rear of the cab. One (1) each side, at the rear corners of the cab. The light shall extend approximately 30 in height and be anodized aluminum. A curled twist lock mechanism to secure the extension pole in position shall be included with the pole. 51. HAND LANTERNS Six (6) Streamlight E-Spot Fire box lights with vehicle mount system with shoulder strap color orange part# shall be provided. Three (3) shall be mounted between the rear cab seats. One (1) shall be located in front of cab on officer side. Two (2) shall be mounted in compartment R1. Specific location will be determined at preconstruction. Lights shall be wired to the chassis battery from the factory and not the generator. 52. HYDRANT WRENCH SETS & 5 STORZ WRENCH SET Three (3) Elkhart Brass 470 Kit part number hydrant wrench sets shall be mounted at factory. Specific locations shall be determined before final delivery. Manufacture to supply hydrant wrench sets. Two (2) Darley 5 Storz BK 376. Specific locations shall be determined before final delivery. Manufacture to supply hydrant wrench sets.

28 53. AXES & HALIGAN BAR One (1) Akron WP-6 6 lb. Pick Head ax with wood handle * One (1) Akron WF-6 6lb Flat Head Ax with wood handle * One (1) Hooks unlimited LS-8 and Pro bar 30 ** One (1) Pac Tool Mounts IRONSLOK P/N K5003 irons mount** *Axes Shall be mounted with chrome mounting brackets. Pick Head Axe shall have rubber cover with chain. Specific location shall be determined at preconstruction. **(1) Pac Tool Mounts IRONSLOK P/N K5003 irons mount. Manufacturer to install on right side running board. 54. PRY BAR One (1) Akron PPB-51, 51 Pinch point bar with mounts. Manufacturer to install on left side running board.

1500 GPM CAFS WASP Sheldon Fire & Rescue Houston, TX ESD 60 ESD 60. Darley September 25, 2015 PART NO DESCRIPTION QTY

1500 GPM CAFS WASP Sheldon Fire & Rescue Houston, TX ESD 60 ESD 60. Darley September 25, 2015 PART NO DESCRIPTION QTY 1500 GPM CAFS WASP Sheldon Fire & Rescue Houston, TX 77044 ESD 60 ESD 60 Darley 3248 September 25, 2015 PART NO DESCRIPTION QTY 00-00-4100 Cover Page 1 00-00-6000 General Info 1 00-01-0000 ---ADMINISTRATION

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

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

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

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

Darley UHP-HV Diesel Specification 1

Darley UHP-HV Diesel Specification 1 Darley UHP-HV Diesel Specification 1 This dual pump is designed for either a powerhead type unit or a full module. The module provides a self-contained diesel powered slide-in type ultra high pressure

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

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

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

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

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

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

Commercial Traditional Engine 1250 GPM Side Mount Pump Rating 1200 Gallon - Stainless Body

Commercial Traditional Engine 1250 GPM Side Mount Pump Rating 1200 Gallon - Stainless Body 8/3/2011 Chassis International 4400 Chrome Bumper 35,000# GVWR 12K front 23K rear ABS / ATC / ESC Painted Wheels 330 Horsepower / 3000EVS 5-speed 220 Amp Alternator 50 Gallon Fuel Tank 2-door conventional

More information

HEAVY RESCUE. Model DFC1173R24. LAFAYETTE TOWNSHIP FIRE PROTECTION DISTRICT Floyds Knob, IN

HEAVY RESCUE. Model DFC1173R24. LAFAYETTE TOWNSHIP FIRE PROTECTION DISTRICT Floyds Knob, IN LAFAYETTE TOWNSHIP FIRE PROTECTION DISTRICT Floyds Knob, IN Lafayette protects an area northwest of Louisville along the I-265 northern loop. This rescue replaces a rescue manufactured by Hackney that

More information

Draft Commander 3000 Mobile Fire Pump Testing & Training Specifications Municipal/County/Rural/Commercial/Industrial

Draft Commander 3000 Mobile Fire Pump Testing & Training Specifications Municipal/County/Rural/Commercial/Industrial Draft Commander 3000 Mobile Fire Pump Testing & Training Specifications Municipal/County/Rural/Commercial/Industrial MODEL NUMBER DC1911-3000 AT/AL/MC Draft Commander 3000 Specifications MODEL NUMBER DC1911-3000

More information

Shop Order : Unclassified

Shop Order : Unclassified Shop Order-00-10-15: Unclassified Brookfield Fire & Emergency Services Chief Rod Nielsen PO Box 128 Brookfield, NS B0N 1C0 902-673-3710 902-673-2881 902-673-3471 responder.rod@gmail.com Exp. Date: 04/18/2013

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

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

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

1500 GPM Vision WASP W. S. Darley & Co

1500 GPM Vision WASP W. S. Darley & Co QUOTATION 1500 GPM Vision WASP W. S. Darley & Co Darley 3204 Neal E. Brooks Gilman Fire Protection District National Sales Manager Gilman, IL 60938 Itasca, IL 60143 815-383-7694 815-739-9822 Chief Steve

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

Mantis Rerailer General Specifications

Mantis Rerailer General Specifications 2008 General Specifications 1. Typical Operating Parameters 2. General 1.1 Operating temperatures will typically be between 20 F (7 C) to 110 F (43 C). 1.2 Relative humidity ranges between 20% and 100%.

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

NELSON COUNTY FISCAL COURT

NELSON COUNTY FISCAL COURT NELSON COUNTY FISCAL COURT Specifications/Bid Forms FOR 25 CUBIC YARD REAR PACKER,REAR EJECTION, GARBAGE TRUCK DATE: 08/2017 ADVERTISEMENT FOR BIDS The Nelson County Fiscal Court will accept sealed bids

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

ACCEPT ONLY THE BEST

ACCEPT ONLY THE BEST ACCEPT ONLY THE BEST Cab & Chassis The truck shall be supplied by the customer. CET Fire Truck Glider kit #7 Revised January 10 th 2018 The glider kit is made for dual rear wheels truck with a «back-of-cab-to

More information

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold. 2013 Model or current production year 34,000 G.V.W.R. Cab and Chassis INTENT: These specifications describe a Dump Truck. GENERAL TERMS: All equipment furnished under this contract shall be new, unused,

More information

Albemarle County Virginia Brush Fire Truck Specification

Albemarle County Virginia Brush Fire Truck Specification Albemarle County Virginia Brush Fire Truck Specification Purpose: This specification is intended to be used for the procurement of Brush Fire Suppression Apparatus for the Fire Departments & Companies

More information

B-1125 DANKO STOCK. DANKO XL SKID UNIT UPF Defender Poly Tank

B-1125 DANKO STOCK. DANKO XL SKID UNIT UPF Defender Poly Tank FIRE PUMP DANKO XL SKID UNIT UPF Defender Poly Tank A Waterous 2515LE pump shall be provided and bolted directly to the specified engine and capable of the following performance: Max Pressure - 75 GPM

More information

Remount Proposal. Everest Emergency Vehicles 1133 Rankin Street St Paul, MN Eric Olson

Remount Proposal. Everest Emergency Vehicles 1133 Rankin Street St Paul, MN Eric Olson Remount Proposal Customer Dealer Everest Emergency Vehicles 1133 Rankin Street St Paul, MN 55116 651-236-8943 Eric Olson Module: INFORMATION 0.1.60 ****** Ambulance Re-chassis / Refurbish ****** * * Old

More information

Mantis Rerailer. General Specifications

Mantis Rerailer. General Specifications General Specifications 1. Typical Operating Parameters 2. General 1.1 Operating temperatures will typically be between -4 F (-20 C) to 122 F (50 C). 1.2 Relative humidity ranges between 20% and 100%. 1.3

More information

APPENDIX A TECHNICAL SPECIFICATIONS Purchase of all New 2018 Model Year, Two (2) Vacuum Jet Trucks UPDATED November 20, 2017

APPENDIX A TECHNICAL SPECIFICATIONS Purchase of all New 2018 Model Year, Two (2) Vacuum Jet Trucks UPDATED November 20, 2017 1. SCOPE The purpose of this Invitation to Negotiate (the "ITN") is to solicit pricing and select a vendor for the purchase of two (2) vacuum jet trucks, all new 2018 model year. All new 2018 model year,

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

ADDENDUM 3 - APPENDIX A - TECHNICAL SPECIFICATIONS ONE (1) 3 TON 4X2 CARGO REEL CAB/CHASSIS

ADDENDUM 3 - APPENDIX A - TECHNICAL SPECIFICATIONS ONE (1) 3 TON 4X2 CARGO REEL CAB/CHASSIS 1. SCOPE It is the intent of the JEA to purchase ONE (1) 3T 4X2 CARGO REEL REGULAR CAB/CHASSIS (Chassis Only). Truck Chassis must be tested and delivered to JEA Fleet Facility (5717 New Kings Road Jacksonville,

More information

ULTRAMEDIC TYPE III FORD E450 CHEVY G4500

ULTRAMEDIC TYPE III FORD E450 CHEVY G4500 ULTRAMEDIC TYPE III FORD E450 CHEVY G4500 A B C ULTRAMEDIC TYPE III Interior Streetside View Interior Curbside View The Ultramedic offers the most powerful blend of functionality, comfort and safety not

More information

DANKO STOCK B DANKO XL SKID UNIT 250 Gallon UPF Defender Poly Tank

DANKO STOCK B DANKO XL SKID UNIT 250 Gallon UPF Defender Poly Tank DANKO XL SKID UNIT 250 Gallon UPF Defender Poly Tank FIRE PUMP A Waterous 2515-LE pump shall be provided and bolted directly to the specified engine and capable of the following performance: Max Pressure

More information

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION & NATURAL RESOURCES BUREAU OF FORESTRY DIVISION OF FOREST FIRE PROTECTION

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION & NATURAL RESOURCES BUREAU OF FORESTRY DIVISION OF FOREST FIRE PROTECTION COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION & NATURAL RESOURCES BUREAU OF FORESTRY DIVISION OF FOREST FIRE PROTECTION Specifications for 500-Gallon Wildland Fire Flatbed Unit *Unless indicated

More information

Line Body Canopy and Accessories:

Line Body Canopy and Accessories: ATTACHMENT A Heavy Crew Truck Line Body and Accessories Installation. TMWA provided cab & chassis specifications are provided on last page The Cab & Chassis will be a Freightliner (All Other Items Referenced

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

2017 MT-55 Chassis Specifications

2017 MT-55 Chassis Specifications 2017 MT-55 Chassis Specifications LDV, Inc. Mobile Tools Stores 20 Franchise Assistant Program Vehicle Specification Engine 1. Diesel, Cummins ISB, 6.7 L, 220 HP, 520 ft-lb torque 2. 2010 EPA CARB emissions

More information

RAC EXPORT TRADING Germany Tel

RAC EXPORT TRADING Germany   Tel Technical Specification Kenworth 963S oilfield truck, new GAWR RATINGS Front Axle Weight Rating 40.000 Lb. 18.140 kg Rear Axle Weight Rating 150.000 Lb 68.030 kg Gross Vehicle Weight Rating 190.000 Lb.

More information

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET CITY OF DUBUQUE VEHICLE BID FOR: Two (2) 2016 or 2017 Crew Cab, Short Box Pickup Trucks, With Four Wheel Drive Minimum 9000 pound GVW BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S

More information

Basalt Fire-Rescue Engine 43 Inspection

Basalt Fire-Rescue Engine 43 Inspection Updated 8/9/17 Date of inspection OIC Truck Cab Map book/reference book/sop book HazMat pocket guide (glovebox) CO Monitor Motorola portable radio (1 with headset for driver/operator) (3) Traffic vests

More information

RAMPMASTER SPECIFICATIONS

RAMPMASTER SPECIFICATIONS RAMPMASTER SPECIFICATIONS RAMPMASTER 15,000 GALLON WD STANDARD SPECIFICATION POWER MODULE ENGINE: ENGINE EQUIPMENT: COOLING: AIR INTAKE: EXHAUST: TRANSMISSION: REAR/DRIVE AXLE: FRONT AXLE: AIR BRAKE SYSTEM:

More information

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD CITY OF FOREST 120, SOUTH DAVIS ST P.O. BOX 298 FOREST, MS. 39074 RE: One or More New Dump Truck, Purchase And / Or Lease Purchase Financing.

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

MSV. Innovating for you

MSV. Innovating for you MSV Innovating for you Innovating for you - A new generation of multi-service vehicles CAB SAFETY Operators enclosure is ROPS certified to SAE J 1040C and ISO 3471 at 12,000 lbs. IN CONTROL Sure Grip Controls

More information

32 quarts Transmission Allison HT 740 Automatic Fluid

32 quarts Transmission Allison HT 740 Automatic Fluid BOOK: Blue Book I SECTION: E-One Engine (SGT) Page 1 of 6 E-ONE CYCLONE TABLE OF CONTENTS SPECIFICATIONS... 2 DAILY CHECKS... 2 SAFETY CHECKS... 3 START ENGINE... 3 STOP ENGINE... 3 EMERGENCY SHUTDOWN

More information

Standard Stock Units

Standard Stock Units Standard Stock Units Medallion 170 SSU Vehicle Dimensions Overall length 275 (22-11 ) Overall height 103 (8-7 ) Body length 170 (14-2 ) Interior headroom 72 Exterior Extruded aluminum body framework Aluminum

More information

HEAVY DUTY RESCUE. Model DFC VTH

HEAVY DUTY RESCUE. Model DFC VTH HEAVY DUTY RESCUE Model DFC1173-2013 090512-VTH Spartan MetroStar MFD custom cab/chassis with 10" raised roof Four-door cab with six (6) seating positions GAWR Front 18,000 lbs. GAWR Rear 24,000 lbs. Occupant

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

PART NO DESCRIPTION QTY

PART NO DESCRIPTION QTY Stock Unit Fouts Bros. Fire Equipment Production # FBFE11437 1-800-948-5045 sales@foutsfire.com Quote No: 15107-0002 TANKER: FBFE3000 3000 Gallon Super Tanker 01/28/2013 Page 1 == 3000 Gallon Super Tanker

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

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

APPENDIX A TECHNCIAL SPECIFICATIONS

APPENDIX A TECHNCIAL SPECIFICATIONS 1. SCOPE The purpose of this Invitation to Negotiate (the "ITN") is to solicit pricing and select a vendor for the purchase of four (4) five ton 6X4, 14 to 16 cubic yard dump trucks, all new current model

More information

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m. LAUDERDALE COUNTY BOARD OF SUPERVISERS 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 Main 601-482-9744 Fax BIDDERS INFORMATION PACKET BID NO: 3809 One (1) or more Single Axle

More information

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker Town of Digby Tender Equipment Purchase Fire Truck Pumper/Tanker CONTENTS Tender Call...2 General Instructions. 3 General Requirements.4 Specifications: Tender Form.. 8 Page 1 of 8 TENDER CALL Equipment

More information

CBRNE HAZMAT. Model HM0875R YONKERS POLICE DEPARTMENT YONKERS, NY

CBRNE HAZMAT. Model HM0875R YONKERS POLICE DEPARTMENT YONKERS, NY CBRNE HAZMAT Model HM0875R YONKERS POLICE DEPARTMENT YONKERS, NY Yonkers PD has placed another Hackney Special Services body into their fleet. This one is designated as a CBRNE (Chemical, Biological, Radiological,

More information

NOTICE OF BID. The City of Pigeon Forge is receiving bids on four trucks for the Public Works Department.

NOTICE OF BID. The City of Pigeon Forge is receiving bids on four trucks for the Public Works Department. NOTICE OF BID The City of Pigeon Forge is receiving bids on four trucks for the Public Works Department. Specifications may be obtained from the Public Works Department in City Hall between the hours of

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

HEAVY RESCUE. Model DF0976. PUMPKIN CENTER FIRE DEPARTMENT - Jacksonville, NC

HEAVY RESCUE. Model DF0976. PUMPKIN CENTER FIRE DEPARTMENT - Jacksonville, NC PUMPKIN CENTER FIRE DEPARTMENT - Jacksonville, NC Pumpkin Center is a district adjoining the City of Jacksonville on the northeast. Jacksonville is home to Camp Lejeune Marine Corp Base and Expeditionary

More information

OPTIONS SLIP-ON FIREFIGHTING UNITS

OPTIONS SLIP-ON FIREFIGHTING UNITS OPTIONS SLIP-ON FIREFIGHTING UNITS 2.0 CF-126 Diesel Pump & Engine The pump shall be a CFE #24193 high pressure centrifugal pump powered by a Briggs & Stratton Vanguard in-line 3 cylinder, water-cooled,

More information

Appendix A Group 3 SPECIFICATION, JEA CLASS 133: Truck / 3T CARGO REEL FLAT BED

Appendix A Group 3 SPECIFICATION, JEA CLASS 133: Truck / 3T CARGO REEL FLAT BED 1. SCOPE It is the intent of the JEA to purchase THREE (3) 3T 4X2 CARGO REEL FLATBED UNITS. All units must be tested and delivered to JEA Fleet Facility (5717 New Kings Road Jacksonville, Florida 32209)

More information

HEAVY RESCUE. Model CRS0862. Bentleyville Fire Department Bentleyville, PA

HEAVY RESCUE. Model CRS0862. Bentleyville Fire Department Bentleyville, PA HEAVY RESCUE Model CRS0862 Bentleyville Fire Department Bentleyville, PA Bentleyville is located in the southwestern corner of Pennsylvania, straddling the busy I-70 corridor. After much research they

More information

Enclosed please find the Request for Proposal bid documents. Manufacturers wishing to submit a proposal should submit eight (8) written copies to:

Enclosed please find the Request for Proposal bid documents. Manufacturers wishing to submit a proposal should submit eight (8) written copies to: FAX (810) 231-4295 TELEPHONE: (810) 231-1000 P.O. Box 157 10405 Merrill Road Hamburg, MI 48139 March 2 nd, 2012 To: Re: All Interested Parties Request for Proposal Pumper Fire Apparatus The Hamburg Township

More information

IC-200-F. Tech Spec. Unmatched in Features and Performance

IC-200-F. Tech Spec. Unmatched in Features and Performance Tech Spec IC-2-F Unmatched in Features and Performance * Rated Capacity Limiter...Standard * Capacity on outriggers..., lbs. * Pick and carry capacity... up to 17, lbs. * Height...7 11-1/2 * Width...8

More information

Appendix A Group 1 SPECIFICATION, JEA CLASS 142: Truck / 3T VACUUM JET UPDATED AUGUST 03, 2018

Appendix A Group 1 SPECIFICATION, JEA CLASS 142: Truck / 3T VACUUM JET UPDATED AUGUST 03, 2018 1. SCOPE It is the intent of the JEA to purchase ONE (1) 3T 4X2 Vacuum Jet Truck. All trucks must be tested and delivered to JEA Fleet Facility (5717 New Kings Road Jacksonville, Florida 32209) in complete

More information

Invitation to Tender. District of Taylor MOTOR GRADER

Invitation to Tender. District of Taylor MOTOR GRADER Invitation to Tender District of Taylor MOTOR GRADER Sealed tenders clearly marked Motor Grader will be received by the District of Taylor up to 2:00 pm, local time Wednesday, September 17, 2014 at Council

More information

IC-400-3A. Tech Spec. Industrial Crane. 25-Ton Max. Capacity (22,700 kg) Manufacturing Corp. Rated Capacity Limiter... Standard

IC-400-3A. Tech Spec. Industrial Crane. 25-Ton Max. Capacity (22,700 kg) Manufacturing Corp. Rated Capacity Limiter... Standard Tech Spec IC-400-3A Industrial Crane 25-Ton Max. Capacity (22,700 kg) Rated Capacity Limiter... Standard Capacity on Outriggers... 50,000 lbs (22,700 kg) Pick and Carry Capacity... up to 24,400 lbs (11,000

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

NOTICE OF BID. The City of Pigeon Forge is receiving bids on three trucks for the Public Works Department.

NOTICE OF BID. The City of Pigeon Forge is receiving bids on three trucks for the Public Works Department. NOTICE OF BID The City of Pigeon Forge is receiving bids on three trucks for the Public Works Department. Specifications may be obtained from the Public Works Department in City Hall between the hours

More information

COUNTY OF MARQUETTE SHERIFF S OFFICE SPECIFICATION # SSV

COUNTY OF MARQUETTE SHERIFF S OFFICE SPECIFICATION # SSV COUNTY OF MARQUETTE SHERIFF S OFFICE SPECIFICATION #2018-11-SSV Specifications for: (1) Chevrolet Tahoe Police (SSV) 5W4, four-door, four wheel drive, full size SUV 2018 CURRENT NEW - STANDARD FACTORY

More information

Type 3 Fire Engine Model 346

Type 3 Fire Engine Model 346 Type 3 Fire Engine Model 346 Issue Date: February 2016 Supersedes: February 2014 Type 3 Fire Engine, Model 346 Supersedes February 2014 Page 1 Table of Contents Record of Revisions 3 1 General 4 1.1 General

More information

TRUCKINGTRUTH.COM T T. Daniel B s Pre-Trip Inspection Checklist

TRUCKINGTRUTH.COM T T. Daniel B s Pre-Trip Inspection Checklist TRUCKINGTRUTH.COM T T Daniel B s Pre-Trip Inspection Checklist 1 My pre-trip begins as I approach the vehicle. I am looking for leaks, leaning one way or the other (which may indicate a low tire or bad

More information

SPECIFICATIONS FOR DIESEL DRIVEN ENGINE ULTRA HIGH PRESSURE FIRE FIGHTING SYSTEM B2000 M-D

SPECIFICATIONS FOR DIESEL DRIVEN ENGINE ULTRA HIGH PRESSURE FIRE FIGHTING SYSTEM B2000 M-D SPECIFICATIONS FOR DIESEL DRIVEN ENGINE ULTRA HIGH PRESSURE FIRE FIGHTING SYSTEM B2000 M-D HIGH PRESSURE FIRE FIGHTING SPECIFICATIONS Scope and General Design Requirements A firefighting system shall be

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

Zip's Truck Equipment. 316 W. Milwaukee Street New Hampton, Iowa Phone: Fax: Visual Inspection.

Zip's Truck Equipment. 316 W. Milwaukee Street New Hampton, Iowa Phone: Fax: Visual Inspection. Zip's Truck Equipment 316 W. Milwaukee Street New Hampton, Iowa 50659 Phone: 641-394-3166 Fax: 641-394-4044 Visual Inspection Page: 1 of 6 Customer: Address: Division: Phone: null Reference #: 2NPRLZ9X37M730087

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

Standard features. Standard features of the Unimog U500 NA 2005 model

Standard features. Standard features of the Unimog U500 NA 2005 model of the Unimog U500 NA 2005 model Engine: - MB 906 diesel engine; 260 hp at 2,200 rpm, torque 700 ft-lbs, max. rpm: 2,500 - Mercedes-Benz 6-cylinder diesel engine water cooled, turbo charger and intercooler

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

IC-35-D. Engineering Spec. Page 1 of 8 Date: June 2006

IC-35-D. Engineering Spec. Page 1 of 8 Date: June 2006 Engineering Spec IC-35-D Page 1 of 8 Replaces: Form HD14D Dated: May 24 BMC s IC-35-2D is a Self-Propelled Industrial Crane designed for in-plant lifting and material handling applications. It has special

More information

MEDIUM RESCUE. Model DF0964-R24. Washington Fire Department, North Carolina

MEDIUM RESCUE. Model DF0964-R24. Washington Fire Department, North Carolina MEDIUM RESCUE Model DF0964-R24 Washington Fire Department, North Carolina The City of Washington received an Assistance to Firefighters grant awarded by the Department of Homeland Security and FEMA for

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

36,000 lb. Forklift Chassis Flipper Sect. 4 - Equipment Specification Page 1 of 6

36,000 lb. Forklift Chassis Flipper Sect. 4 - Equipment Specification Page 1 of 6 4.0 SCOPE OF WORK: A. Work includes, but is not limited to, providing all labor, materials, equipment, and services required for the design, manufacture, fabrication, assembly, sandblasting, painting,

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

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

QUARTERLY / ANNUAL MOBILE FIRE APPARATUS INSPECTION REPORT. Manufacturer. Serial no. Legend:

QUARTERLY / ANNUAL MOBILE FIRE APPARATUS INSPECTION REPORT. Manufacturer. Serial no. Legend: QUARTERLY / ANNUAL MOBILE FIRE APPARATUS INSPECTION REPORT Inspection date Fire department Apparatus no. Apparatus Manufacturer Model Serial no. Hourmeter _ Chassis Make _ Model VIN Odometer Legend: X

More information

HOOD ASSEMBLY (Figure 1-1)

HOOD ASSEMBLY (Figure 1-1) HOOD ASSEMBLY (Figure 1-1) 1-2 2005 HYSTER COMPANY 06/2005 UNIT CODE L177 EUROPE HOOD ASSEMBLY ITEM PART NO. DESCRIPTION QTY 1 b 1589667 Hood Assembly (Low Noise)... 1 1 c 1543994 Hood Assembly (Standard)...

More information

PRICE LIST ITEM PRICE $ CORE

PRICE LIST ITEM PRICE $ CORE A/C Clutch $20.00 A/C Compressor $35.00 $10.00 A/C Condenser $25.00 $5.00 A/C Evaporator $15.00 A/C Hose(S) $15.00 Accelerator Cable $10.00 Air Bag $30.00 Air Bag Sensor $10.00 Air Cleaner $15.00 Air Filter

More information

By: 1 By:!/. Ja/JM) Silfl/ejmrjy

By: 1 By:!/. Ja/JM) Silfl/ejmrjy CALL FOR BIDS CITY OF HARDIN, MONTANA Hardin Volunteer Fire Department NOTICE IS HEREBY GIVEN, that the City of Hardin, Montana, will receive bids to furnish the Hardin Volunteer Fire Department with one

More information

City of Lewiston. Finance Department Allen Ward, Purchasing Agent

City of Lewiston. Finance Department Allen Ward, Purchasing Agent City of Lewiston Finance Department Allen Ward, Purchasing Agent 2018-008 Compact Sidewalk Sweeper December 21, 2017 Sir/Madam: Sealed Proposals will be received in the office of the Purchasing Agent,

More information

SSC/SSCM. Stock Selector Counterbalanced Trucks

SSC/SSCM. Stock Selector Counterbalanced Trucks SSC/SSCM Stock Selector Counterbalanced Trucks Stock Selector Counterbalanced Combines order picking and overhead maintenance capabilities The Big Joe stock selector series is designed and engineered for

More information

Truck Specs. Sabre 9 Off-Highway GCWR: 242,000. CapacityTrucks.com

Truck Specs. Sabre 9 Off-Highway GCWR: 242,000. CapacityTrucks.com Truck Specs Sabre 9 Off-Highway GCWR: 242,000 CapacityTrucks.com Sabre 9 / Off-Highway - Base Model Base Model Sabre 9 / Off-Highway Basic Overview GCWR: 242,000 Basic Overview Axle: 4x2 Basic Overview

More information

MB3 Chassis with Front Mount Plow

MB3 Chassis with Front Mount Plow MB3 Chassis with Front Mount Plow Reference Only. Shown with optional 24 Ft folding plow Reference Only. Shown with optional 24 Ft flared plow Chassis with four wheel Tru-Trac 4 x 4 drive. 164-inch wheel

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

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

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

9,000 lb. Forklift w/tire Changing Attachment (Propane) Req. 18-GA Georgia Ports Authority. Section 3 - Performance Specs Page 1 of 7

9,000 lb. Forklift w/tire Changing Attachment (Propane) Req. 18-GA Georgia Ports Authority. Section 3 - Performance Specs Page 1 of 7 In this Request For Sealed Bid, the "Required" column means that the bidder must comply with the specifications as indicated, or will be considered non-responsive. The specifications in the "Desired" column

More information

www.nrvh.com 909.943.6007 3411 North Perris Blvd. Perris, CA 92571 Due to continued product improvement, National R.V., Inc. reserves the right to change materials, colors, specifications and prices at

More information

2017 Single Axle 5 CU.YD. Dump Truck Specifications. Minimum Specifications 33,000 lb

2017 Single Axle 5 CU.YD. Dump Truck Specifications. Minimum Specifications 33,000 lb 2017 Single Axle 5 CU.YD. Dump Truck Specifications Item GVW Wheelbase Cab to Axle Minimum Specifications 33,000 lb 158 inches 84 inches Tires 11R x 22.5, Tubeless, 14 ply, All weather mud and snow tread

More information