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

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

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

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

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

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

Darley UHP-HV Diesel Specification 1

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

GALLATIN PUBLIC UTILITIES

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

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

City of Storm Lake Fire Department Heavy Rescue Specifications

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

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

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

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

Shop Order : Unclassified

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

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

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

1500 GPM Vision WASP W. S. Darley & Co

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.

Mantis Rerailer General Specifications

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

NELSON COUNTY FISCAL COURT

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

ACCEPT ONLY THE BEST

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

Albemarle County Virginia Brush Fire Truck Specification

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

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

Mantis Rerailer. General Specifications

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

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

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

ULTRAMEDIC TYPE III FORD E450 CHEVY G4500

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

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

Line Body Canopy and Accessories:

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

2017 MT-55 Chassis Specifications

RAC EXPORT TRADING Germany Tel

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

Basalt Fire-Rescue Engine 43 Inspection

RAMPMASTER SPECIFICATIONS

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

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

MSV. Innovating for you

32 quarts Transmission Allison HT 740 Automatic Fluid

Standard Stock Units

HEAVY DUTY RESCUE. Model DFC VTH

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

PART NO DESCRIPTION QTY

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

TECHNICAL SPECIFICATIONS

APPENDIX A TECHNCIAL SPECIFICATIONS

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.

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

CBRNE HAZMAT. Model HM0875R YONKERS POLICE DEPARTMENT YONKERS, NY

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

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

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

OPTIONS SLIP-ON FIREFIGHTING UNITS

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

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

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

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

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

Invitation to Tender. District of Taylor MOTOR GRADER

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

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

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

COUNTY OF MARQUETTE SHERIFF S OFFICE SPECIFICATION # SSV

Type 3 Fire Engine Model 346

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

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

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

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

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

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

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

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

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

REQUEST FOR BID For Trucks. Bid Notice

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

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

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

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

HOOD ASSEMBLY (Figure 1-1)

PRICE LIST ITEM PRICE $ CORE

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

City of Lewiston. Finance Department Allen Ward, Purchasing Agent

SSC/SSCM. Stock Selector Counterbalanced Trucks

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

MB3 Chassis with Front Mount Plow

REQUEST FOR BID For Trucks. Bid Notice

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

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

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


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

Transcription:

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 62208. 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 1 10045 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.

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.

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. 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.

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. _

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.

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.

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.

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 091-53-12-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.

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 #4900-40 with (2) Kussmaul Super Auto Eject Model #091-55-20-120 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.

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.

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 #816115 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 10041197 equipped with a 10127944-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.

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.

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.

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 14.00 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 17.15 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 17.15 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

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 17.15 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.

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

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

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.

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 # 10102 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.

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 #816115 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.

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.

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-1616-17-18 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

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.

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:

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 48-60 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 #12022-801 ( 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.

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# 45865 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 01519000 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.

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.