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

Similar documents
City of Storm Lake Fire Department Heavy Rescue Specifications

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

Notice for Bids Fire Engine and Equipment

INVITATION TO BID Fort Morgan Golf Course Golf Carts

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

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

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

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

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

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

Hamilton Fire Bid Proposal HAMILTON COMMAND APPARATUS

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

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

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

May 11, 2018 On or before 2:00pm

Request for Proposal. Articulated Loader

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

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

Request for Quote # Armored Vehicle for Hammond Police Swat Team

INVITATION TO BID FUEL PRODUCTS

City of Pigeon Forge Fire Department Tony L. Watson, Chief

Request for Proposal Snow Blower October 12, 2015

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

PROPOSAL FORM 2014 FUEL BID

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

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

INVITATION TO BID. January 10, 2018

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.

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

REQUEST FOR BID For Trucks. Bid Notice

SFI SPECIFICATION 35.2 EFFECTIVE: DECEMBER 29, 2014 *

Augusta Twp. Fire Dept. Commercial Tanker Specifications

REQUEST FOR BID For Trucks. Bid Notice

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

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

REQUEST FOR PROPOSAL

City of Lewiston Finance Department Allen Ward, Purchasing Agent

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

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

Rig Master Power by Mobile Thermo Systems Inc.

Invitation for Bid # Tandem Axle Dump Truck

Umatilla Electric Cooperative Net Metering Rules

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS

REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges. DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID # RETURN TO:

SFI SPECIFICATION 39.2 EFFECTIVE: August 25, 2017 *

A member-consumer with a QF facility shall not participate in the Cooperative s electric heat rate program.

Questions and Answers

A. Three-phase, oil filled self-cooled, padmounted transformers are installed outdoors on pads in the EWEB distribution system.

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

To complete the process for a net metering interconnection, please follow the steps below:

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

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

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

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

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

New Ulm Public Utilities. Interconnection Process and Requirements For Qualifying Facilities (0-40 kw) New Ulm Public Utilities

SFI SPECIFICATION 32.1 EFFECTIVE: MARCH 24, 2009 *

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

SFI SPECIFICATION 35.1 EFFECTIVE: AUGUST 26, 2008 *

Town of South Windsor, Connecticut. Police Department

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

Town of Springdale Wrecker and Towing Services Agreement

MINIMUM REQUIREMENTS FOR PLACEMENT ON ROTATION

KAUAI ISLAND UTILITY COOPERATIVE KIUC Tariff No. 1 RULE NO. 17 NET ENERGY METERING

7.3L POWERSTROKE BANJO BOLT KIT Fits L Powerstroke Diesel. Installation Guide

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

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels

TERMS AND CONDITIONS

CU6703 Module Installation Guide

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

Rosenbauer America. This unit shall comply with the NFPA standards effective January 1, 2009.

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

INVITATION TO BID (ITB)

REQUEST FOR QUOTATION

INVITATION TO BID (ITB)

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

Dealer Registration. Please provide the following:

Department of Finance Purchasing Department INVITATION TO BID

GENERAL SPECIFICATION

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

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

WARRANTY POLICY. Grid-Tied Photovoltaic Inverters. Revision D. 2014, Solectria Renewables, LLC DOCIN

DEALER REGISTRATION PACKAGE

60 PSI Boost Gauge. For Product Numbers: MT-DV01_60, MT-WDV01_60

To complete the process for a net metering interconnection, please follow the steps below:

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT

ARLINGTON COUNTY CODE. Chapter 14.3 IMMOBILIZATION, REMOVAL, TOWING AND STORAGE OF VEHICLES FROM PRIVATE PROPERTY*

Users Guide for Ac-sync

CITY OF SALEM, ILLINOIS ALTERNATIVE TRANSPORTATION APPLICATION AND INSPECTION REPORT (GOLF CARS) Applicant Name:

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

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

USAACE & Fort Rucker Preventative Law Program. Alabama Lemon Law

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

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

SFI SPECIFICATION 28.3 EFFECTIVE: APRIL 21, 2014 *

CITY OF BURLEY, IDAHO. Golf Course Maintenance Equipment. Terry Greenman

Electric Vehicle Charging Station Incentives PROGRAM HANDBOOK

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

Transcription:

BID SPECIFICATIONS & INFORMATION FOR A TRACTOR-DRAWN AERIAL QUINT FOR 150 SOUTH LINCOLN SEASIDE, OR. 97138 FIRE CHIEF: JOEY DANIELS 1

FIRE APPARATUS SPECIFICATIONS Information for Contractor: Sealed proposals are desired from reputable makers of automobile fire apparatus in accordance with these specifications and with the advertisement, for the piece of apparatus listed as follows: GENERAL REQUIREMENTS Bidder Complies: Y N Seaside Fire & Rescue herein refered to as the Purchaser shall receive sealed proposals up to 2:00 PM Pacific Time on 11/27/2017 for supplying one Tractor Drawn Aerial Quint and equipment as outlined in the following specifications. No bid proposal shall be considered except those submitted on the bid proposal form supplied by the Purchaser. Each bid must be accompanied by bidders accurate and fire department specific written specifications covering the apparatus and equipment which it is proposing to furnish and to which the apparatus furnished under the contract must conform. It is the intent of these specifications to cover the furnishing and delivery to the purchaser complete apparatus equipped as specified. All specifications herein contained are considered as minimum. Some items have been specified by brand name or model number. These have been carefully selected because of their reliability, compatibility with present equipment, and local availability of parts. Exceptions taken in areas must be listed on a separate page and marked "Exceptions to Specifications". Every exception taken shall be listed as to page number and paragraph. Failure to provide the required exception list with the bid proposal will be cause for rejection of that proposal. This requirement shall allow the fire department to easily compare bidder's specifications and proposals. Where questions arise during construction between these specifications and the bidder s proposal these fire department specifications shall prevail. Such details and other construction features not specifically covered herein shall conform to all State and Federal requirements, and the NFPA Pamphlet No. 1901 "Standard for Automotive Fire Apparatus" in effect at the time the contract is signed. This shall be for a Tractor-Drawn Aerial Quint Fire Apparatus UNDERWRITERS LABORATORIES TESTING Bidder Complies: Y N The following Apparatus shall comply with all NFPA 1901 applicable regulations in effect as of the contract signing date. There shall be multiple tests performed by the contractor and Underwriter's Laboratories when the apparatus has been completed. The manufacturer shall furnish the completed Test Certificate(s) to the purchaser at time of delivery. Since the inspection services of Underwriters Laboratories are available to all Bidders on an equal basis, no other third party testing service shall be acceptable. The tests conducted on the apparatus shall include, but not be limited to: UL PUMP & PLUMBING PERFORMANCE TEST Bidder Complies: Y N The apparatus pump and plumbing system shall be UL tested and certified. UL 12 VOLT ELECTRICAL TEST Bidder Complies: Y N The apparatus low voltage electrical system shall be UL tested and certified. 2

SUBMISSION OF PROPOSALS Bidder Complies: Y N Each proposal shall be submitted in sequence with the attached specifications for ease of checking compliance of bids with bidder's specifications. All proposals shall be submitted on manufacturer's letterhead, and not a reproduction of these specifications. Each bid proposal shall be signed by an Officer of the manufacturing company being bid. PROPOSAL GUARANTEE Bidder Complies: Y N Each proposal must be accompanied by a Bidder's Bond or Cash in the amount of 10% of the bid submitted a proposal guarantee, which it is agreed by the contractor will be forfeited in the event this proposal is accepted and the contract is not executed. Bid bond shall be signed by an Officer of the manufacturing company being bid. Personal or Company checks are not acceptable as a Bonding medium. All bidders must have the ability to provide the requested Bidder's Bond and Performance Bonds when called for in these specifications. Companies who are only able to provide Supply Bonds In lieu of Performance Bonds will not be considered. The bid bonds shall be provided only by the fire apparatus manufacturer; and not by a local supplier or chassis company. RELIABILITY OF CONTRACTOR Bidder Complies: Y N Contractor shall furnish satisfactory evidence that they have the ability to construct the apparatus specified, and shall state in the bid proposal the location of the factory where the apparatus is to be built, and also where future service work will be performed. Proposals will only be considered which are submitted by full time fire apparatus manufacturers who are current members of the Fire Apparatus Manufacturers Association (FAMA). FAMA is a non profit organization designed to keep fire truck manufacturers abreast with latest technologies and governing standards, and to act as a liaison to the IAFC and NFPA. All bidders shall provide with their proposal, pictures of similar apparatus as that being specified, and the names, telephone number, and contact persons, of completed deliveries where similar apparatus have been furnished and in service. The local representative shall state the number of years they have been representing the manufacturer, the location of their main office, any local offices, main service center, and any local service centers authorized to repair this particular fire apparatus. The local service center shall provide with their proposal, pictures of, and the names, telephone number, and contact persons, where the company has been in service for a minimum of 25 years. Bidders shall provide the name and telephone number of a contact person. Failure to provide this with the bid proposal will be cause for rejection of that proposal. 3

LOCAL SERVICE CENTER & INSURANCE REQUIREMENTS Bidder Complies: Y N The local warranty service center and dealer must submit with their bid proposal their company s Certificate of Insurance listing their insurance coverage. The insurance shall be a minimum amount of one (1) million dollars with coverage attained with a minimum of $1,000,000.00 underlying insurance. Submitted certificate shall name the bidding company, insurance company, policy number, and effective dates of the insurance policy. Bids submitted without the required Certificate, or for Certificates listing less than one (1) million dollars of underlying coverage, will be considered non- responsive and automatically rejected. No exceptions are allowed to the minimum insurance coverage requirement. This protects the interest of the purchaser and equipment. MANUFACTURER INSURANCE REQUIREMENTS Bidder Complies: Y N Each bidder must submit with their bid proposal a Certificate of Insurance listing the proposed manufacturer's product liability insurance coverage. The insurance certificate must be made with the purchaser s legal name and full description. Liability insurance shall be a minimum amount of fifteen (15) million dollars. Submitted Certificate shall name the apparatus manufacturer, insurance company, policy number, and effective dates of the insurance policy. Bids submitted without the required Certificate, or for Certificates listing less than the amount specified, will be considered non- responsive and automatically rejected. No exceptions are allowed to the minimum insurance coverage requirement. The manufacturer shall maintain full insurance coverage on the purchaser's cab and chassis from time of first possession by the manufacturer until the apparatus is delivered to the purchaser. No exceptions. Purchaser reserves the right to require proof of insurance from the manufacturer's insurance carrier prior to entering into a contract for the apparatus. DELIVERY AND OPENING OF PROPOSAL Bidder Complies: Y N Each proposal and all papers bound and attached thereto, together with the proposal guarantee, shall be placed in an envelope and securely sealed therein. Proposals will be received at or prior to the time set for the opening of bids. Proposals received after the "Bid deadline" will be returned unopened. The bids will be opened publicly and read aloud at the time and date stated on the advertisement for bids. DRAWINGS Bidder Complies: Y N A CAD program produced line drawing of the exact apparatus being proposed, according to the fire department specifications, must be furnished with the bid. Since the blueprint drawing is required of all bidders, any bid submitted without a drawing as specified will be considered non- responsive and automatically rejected. Drawing must include the left side with chassis cab, right, and rear views of the vehicle, and is to fully detail all compartment sizes, door openings, crew cab layout, pump panels, and hosebed arrangement. Drawing must be a large size at least, 18" x 24", and shall be a drawing of the exact apparatus as proposed, not a drawing of another similar unit. All submitted drawings will become a part of the bid proposal. A drawing of production model units will not be acceptable. REJECTION OF PROPOSALS Bidder Complies: Y N The right is reserved to reject any or all proposals or to accept such proposal as is in the best interest of the purchaser. All bid requirements and specifications as written are considered minimum. Bids will be rejected which substitute less substantial materials and/or methods of body construction than those specified. Since all manufacturers have the ability to purchase the materials described, as well as to shear, fabricate and assemble body panels as specified, these areas are considered a strict requirement of the specification. 4

Bidders taking "total exception" to these specifications, providing specifications not in this order, or substandard offers for in-stock apparatus are hereby advised that any such offer will result in immediate rejection of the bid proposal. Purchaser does not, in any way, obligate itself to accept the lowest bid. Proposals may be rejected for any alteration, erasures, or penciled entries. No bidder may withdraw his proposal for at least 30 days after the scheduled closing time for the receipt of bids. COMPLETION DATE Bidder Complies: Y N Bidders shall indicate in their proposals the number of working days for delivery of the completed apparatus, from the date of bid acceptance and signed production specifications by the Purchaser. Any bidder who "exaggerates or submits false statements of delivery" shall be held liable to the purchaser. PERFORMANCE BOND Bidder Complies: Y N A 100% Performance Bond, which guarantees delivery AND performance must be supplied by the successful bidder within 30 days of bid award. Supply Bonds will not be accepted in place of the requested Performance Bond. Bond must be supplied by the manufacturer of the apparatus. Bonds furnished by salesman or other agents will not be accepted. Bidder shall indicate intention to provide the required performance bond in the proposal packet. The Performance Bond shall be supplied by the apparatus builder and not by the dealer or any other subcontractor. CARRYING CAPACITY Bidder Complies: Y N The GAWR and GCWR or GVWR of the chassis shall be adequate to carry the fully equipped apparatus including full water and other tanks, the specified hose load, unequipped personnel weight, ground ladders, and a miscellaneous equipment allowance according to NFPA recommendations. A permanent placard shall be affixed and visible to the driver which states the maximum number of personnel the vehicle is designed to carry. The height of the fully loaded vehicle's center of gravity shall not exceed the chassis manufacturer's maximum limit. A CAD produced line chart of the exact apparatus being proposed must be furnished with the bid. Since the weight chart is required of all bidders, any bid submitted without a drawing as specified will be considered non- responsive and automatically rejected. The weight chart must be a large size, 8 ½ X 11 minimum, and shall be of the exact apparatus as proposed, not a chart of another similar unit. All submitted charts will become a part of the bid proposal. ENGINEERED APPARATUS Bidder Complies: Y N The apparatus shall be designed and the equipment mounted with due consideration to distribution of load between the front and rear axles, so that all specified equipment, including filled water tank, a full complement of personnel, and equipment will be carried without injury to the apparatus. Weight balance and distribution shall be in accordance with the National Fire Protection Association and the Society of Automotive Engineers. Special consideration will be given to accessibility of various components that require periodic maintenance, ease of operations, and symmetrical proportions. A detailed accurate weights and balance chart will be submitted with the proposal for the proposed apparatus. The completed apparatus shall be designed for all vehicles weight laws in the state of operation by the purchaser. 5

CENTER OF GRAVITY Bidder Complies: Y N The center of gravity (CG) is defined as the center of an object's weight distribution, where the force of gravity can be considered to act. It is the point in any object about which it is in perfect balance no matter how it is turned or rotated around that point. A calculated center of gravity chart and documentation shall be provided in the bidder's proposal. The calculated or measured center of gravity (CG) shall be no higher that 80-percent of the rear axle track width. The apparatus, prior to acceptance, will be required to meet the vehicle stability of the applicable NFPA Automotive Fire Apparatus Standard. TILT TESTING FACILITIES AND REQUIREMENTS Bidder Complies: Y N The apparatus, prior to acceptance, will be required to also meet the stability test of the NFPA Automotive Fire Apparatus Standard. The final and completed vehicle shall be tilt-tested to the standards and photographed to ensure that this procedure and certification can be verified. Included in the bidder s proposal shall be a copy of a very similar type of fire apparatus being purchased. Please refer to NFPA 4.13.1.1.1 for the definition of a comparable apparatus as an example of a delivered and certified fire apparatus. ROLL STABILITY CONTROL Bidder Complies: Y N Even if the chassis is supplied with Roll Stability Control, a separate calculated center of gravity chart, and photos of the certified documentation of a tilt table test shall also be supplied with the bidder's proposal. DESIGN REQUIREMENTS Bidder Complies: Y N Specified design features of the apparatus have been carefully selected because of their safety, integrity and consistency with existing apparatus. It is expected that all bidders will adhere to the compartmentation layout, etc., since these features can be produced by all fire apparatus manufacturers. All aspects of the vehicle shall be properly engineered with priority given to firefighter safety, as well as ease of operation and maintenance of the apparatus. The vehicle shall be free from hazardous protrusions, angles or sharp corners which might bring injury to a firefighter or equipment. Previously delivered units will be judged for compliance to these factors. All water, air, fuel, hydraulic and/or oil lines on the chassis and apparatus shall be properly located, and securely tie wrapped to prevent scuffing or abrasion. Durable type grommets or loom material shall be used to protect the lines wherever a line passes through the apparatus body or frame rail sections. All grease fittings, bleeders, filler plugs, drains and check points shall be located so as to be easily accessible. No special tools shall be required to access these components for normal service or maintenance of the vehicle. All parts and components on the vehicle shall be positioned for ease of inspection, and recognition of wear or failure. Easily removable access or cover plates shall be provided for all items requiring periodic service or adjustment. Access panels shall be of the hinged or quick disconnect design allowing ease of access. Design of the apparatus shall be such that no disassembly of the body or any of its parts is required for normal maintenance. All components of the chassis and apparatus shall be protected against rain, snow or other adverse weather conditions. 6

CONTRACT AWARD Bidder Complies: Y N All bids submitted shall be good for a minimum of 45 days during which time bid securities submitted with the proposals shall be held by the purchaser. Criteria for the award shall include, but not be limited to, the following: Apparatus Performance And Safety Levels / Considerations Completeness of proposal Accuracy of accompanying data Past performance of Bidder Compliance with the detailed specifications Compliance with purchasers request(s) for personnel qualifications or certifications Exceptions and clarifications Financial stability of Bidder Local representation of the manufacturer Serviceability of the proposed apparatus Service capabilities of the Bidder's local representative Compliance with NFPA Pamphlet 1901 (newest edition) Any other factor the purchaser deems relevant After the evaluation and award process is complete, all Bidders shall be notified of the results and securities shall be returned. The Purchaser reserves the right to reject any or all proposals deemed by the Purchaser to be unresponsive. Contract shall be awarded and purchase order issued to the Bidder most closely meeting the Purchaser attached specifications based upon the criteria of the Purchaser. The Purchaser reserves the right to waive any informalities, irregularities and technicalities in procedure. The purchaser is not bound to accept the low bid proposal. Bidders shall submit Bidder s standard purchase contract, if any, with proposal, for review by the Purchaser. The Purchaser reserves the right to utilize its own contract if it desires. APPARATUS AND EQUIPMENT Bidder Complies: Y N Responsibility for the apparatus and all equipment shall remain with the contractor until the apparatus and equipment is delivered to the purchaser. The fire department will be responsible to provide all equipment items required by NFPA that are not otherwise addressed in these specifications. The items shall be installed by the fire department. FAILURE TO MEET TESTS Bidder Complies: Y N In the event the apparatus fails to meet the test requirements on first trial, a second trial may be made at the option of the Contractor within thirty days of the date of the first trial. Such trials shall be final and conclusive and failure to comply with these requirements shall be cause for rejection. Failure to make such changes as the Chief of the Fire Department and/or the purchaser may consider necessary to conform to any clause of the specifications within thirty days after notice is given to the Contractor to make such changes shall also be cause for rejection of the apparatus. PRICE, PAYMENT, AND DELIVERY Bidder Complies: Y N All bid prices shall be F.O.B. the Purchaser s location in Seaside, Oregon. Final Delievery to the purhcaser should be on, or after July 1 st, 2019 and all invoices generated should also be dated on, or after July 1 st, 2019. The apparatus shall be transported under it s own power and delivered complete and ready for operation to the location of the Purchaser. 7

All prices quoted shall be valid for a period of not less than Forty Five (45) days after bids are opened. All bids shall be submitted on the enclosed bid form provided with these specifications. The form shall be completely filled out and signed by the company officer with the appropriate authority or the bid shall be rejected as unresponsive. NO EXCEPTIONS. All bids shall include the completed Non-Collusion Affidavit found within these specifications. PRE-CONSTRUCTION CONFERENCE Bidder Complies: Y N A pre-construction conference shall be conducted at the manufacturer, at which time all final designs and equipment mounting locations will be approved, prior to any sheet metal being cut. A factory trained dealer shall be present during the pre-construction conference to answer any design questions relating to the layout of the apparatus. All expenses for travel, meals, and lodging shall be included. BIDDER SHALL INDICATE INTENTION TO PROVIDE THE REQUIRED PRE-CONSTRUCTION CONFERENCE IN THE PROPOSAL PACKET. A total of four (4) fire department personnel shall be attending this trip. INSPECTION TRIPS Bidder Complies: Y N Two (2) Inspection trip(s) for Fire Department personnel shall be made to the facility during the course of construction of the apparatus. Successful bidder shall consult with Fire Department committee chairperson as to the proper timing of the inspection trip(s). Air travel, meals, and lodging expenses shall be included. BIDDER SHALL INDICATE INTENTION TO PROVIDE THE REQUIRED INSPECTION TRIP(S) IN THE PROPOSAL PACKET. A total of four (4) fire department personnel shall be attending each trip DOCUMENTATION Bidder Complies: Y N The manufacturer must supply at time of delivery, at least one copy of: 1. Engine manufacturer's certified brake horsepower curve showing the maximum no load governed speed. 2. Manufacturer's record of pumper construction details. 3. Pump manufacturer s certification of suction capability. 4. Pump manufacturer s certification of hydrostatic test. 5. Certification of inspection and testing by Underwriter's Laboratories Incorporated. 6. A copy of the apparatus manufacturer's approval for stationary pumping applications. 7. Weight documents from a certified scale showing actual loading on the front axle, rear axle, and overall vehicle. 8. The operation manual covering the fire apparatus as delivered. A test data plate shall be provided at the pump operator's position which gives the rated discharges and pressures together with the speed of the engine as determined by the manufacturer's test for this unit. Plate must comply with requirements of NFPA #1901. A permanent data plate shall be affixed in the driver s compartment specifying and quantity and type of the following fluids used in the vehicle. Permanent placards shall be affixed and visible to all seated occupants instructing the occupants to wear their seat belts. A permanent placard shall be affixed to the rear step area to instruct that riding on the rear step is prohibited. 8

ORIENTATION: Bidder Complies: Y N Fire Department personnel shall be properly instructed as to the proper use of the ENTIRE apparatus including, but not limited to, chassis, fire pump system, the apparatus, AERIAL DEVICE and all equipment. Training shall be made by a factory trained specialist who shall be responsible for complete instruction as to operation and maintenance of the chassis, and the completed vehicle. Training specialist shall remain at the Fire Department for a sufficient amount of time to provide thorough training of all personnel, or as instructed by Chief of the Department. All meals, motel and travel costs shall be the responsibility of the successful bidder. SPECIAL INSTRUCTIONS TO BIDDERS: Bidder Complies: Y N Bidders are requested to read the complete bid invitation carefully and submit their proposals in strict accordance with the requirements set forth. Any questions regarding this specification must be directed to the Fire Chief a minimum of five (5) business days prior to the bid opening date. Clarifications, corrections and / or changes will be sent out in writing VIA email to all prospective bidders. The purchaser reserves the right to reject any or all bids, or except any bid presented which meet or exceed these specifications and which the purchaser may deem and shall be in the best interest of the Department regardless of the amount proposed. QUALIFICATIONS OF THE BIDDERS: Bidder Complies: Y N Bids will only be considered from manufacturers with an established reputation in the field of fire apparatus construction of Twenty (20) or more years. Each bidder shall furnish satisfactory evidence of continuous legal corporate entity for a minimum of 20 years. The manufacturer shall be able supply the the location of the factory where the apparatus is to be built, a list of 5 similar apparatus built within the last 5 years along with an agency contact person's phone number and name. EXCEPTIONS TO SPECIFICATIONS Bidder Complies: Y N Each bidder shall indicate compliance with these specifications by checking the bidder compliance question within each section of the specifications. Checking "YES" to that section shall mean exact and full compliance with all portions of that paragraph, checking "NO" shall mean an exception or clarification of any sort is being taken to all or part of that paragraph. All clarifications and or exceptions to this written specification shall be underlined in RED ink in order to call attention to the variance. Where it is specifically stated "No Exceptions", none shall be tolerated and may be cause for immediate rejection of bid. The information requested within this bid must be furnished in full. Any bidder not completing this proposal or not furnishing any required information shall not be considered. If a bidder shall not furnish a material or fabrication process exactly as described in this specification, then that difference must be designated in the list of exceptions. If a substitution is being proposed, then the bidder must note the section to which the alternative is being proposed and provide technical data, supported by a registered engineer, supporting the fact that the substitute is equal to or better than the item as specified. If this data is not submitted with the bid, then the bid shall be rejected as being non-compliant. Bidder added narrative describing a substitution as being a clarification, exceeding, being equal to, etc. shall not be accepted. Statements such as these, with or without the technical data described in this section, shall cause the bid to be rejected as being non-compliant. This purchaser reserves the right to require samples of any deviating material to be provided for evaluation. The Purchaser shall be the sole judge as to the acceptability of any of the items listed as exceptions, and the decision of the Purchaser shall be final. Any bidder who takes few or no exceptions with the intent of requesting substantial changes in material or design features shall be subject to prosecution for Bait and Switch. 9

AUTHORIZED REPAIR FACILITY: Bidder Complies: Y N All bidders must specify in their bid proposal the location of the closest to the bidders authorized Warranty and Repair Facility. Enclosed in the bid packet will be the Name of the Company, person or persons of contact to authorize the repairs, the complete address with City, State and Zip Code as well as the phone number listing the area code. There shall be an Insurance Certificate listing the coverage that will be made available to the Fire Department to protect the interest of the new fire apparatus while under possible repairs at the bidder s facility. In no way will the Fire Department assume any liability for the contractor's service facility negligence. The Fire Department reserves the right to inspect the facilities that will be made available to them for possible repairs. To insure full dealer support for service after the sale, the selling dealer shall be capable of providing full factory service when required for the cab and chassis, pump, tank and miscellaneous body components. Selling dealer shall provide detailed information on what services and repairs they are authorized to perform on behalf of component manufacturers. Each bidder must be able to display that they are actively in the fire apparatus service business. The successful bidder shall maintain an established service center and parts depot capable of satisfying the warranty service purchased for both the cab and chassis, and the body. Bidders that do not utilize a manufacturer s owned service facility shall provide a current certificate of insurance for the facility in which they intend to utilize. The certificate of insurance shall be in the legal business name of the facility in which work shall take place, and not the original body builder. Product liability coverage shall be not less than $2,000,000 dollars. The Final Stage Manufacturer or appropriate party shall provide authorization to the Purchaser to perform necessary warranty repairs on a case by case basis, if deemed in the best interest of the Purchaser. Under no circumstances shall this preclude any bidder from compliance of the above items. The manufacturer shall provide any parts or special or proprietary tools necessary to complete the specific job. AUTHORIZED REPAIR PERSONNEL: Bidder Complies: Y N All bidders shall show that they are in a position to render prompt service and to furnish replacement parts throughout the useful life of the apparatus. All repair personnel shall be professionally trained on all components on the completed apparatus. The factory trained personnel shall provide and serve in the best interests of the Fire Department. The purchaser reserves the right to make the final determination as to the bidder s ability. BID PRICES / PAYMENT Bidder Complies: Y N The total price on the specified apparatus & equipment shall include all items and components listed in these specifications. The purchaser shall consider any progressive pre-payments offered by the bidder. All discounts shall be itemized and listed separately, with a detailed explanation in the bid. Bids requiring progress payments or any payment prior to acceptance will not be considered unless the bidder gives pre-payment discount. Any progressive pre-payments shall NOT be included in the base bid price; they shall be listed as a separate pricing item. Final payment amount as per our proposal contract of the completed fire apparatus will be due at the time of the physical possession of the completed apparatus. 10

CONTRACT AWARD Bidder Complies: Y N The Purchaser reserves the right to reject any or all bids deemed by the Purchaser to be unresponsive. Bids received shall be evaluated by the Purchaser using the following criteria: (A) Completeness of the proposal [i.e., the degree to which it responds to all requirements of these specifications]. (B) Vendors demonstrated qualifications and capabilities including ability to perform warranty work. (C) Design and engineering reliability of major structural components, including ease of maintenance. (D) Qualifications and capabilities of the manufacturer to produce the described apparatus. (E) Reasonableness of cost (F) These specifications, together with any other documents required herein, shall be included in the final contract. (G) Each bidder shall submit a copy of their standard purchase agreement form. The purchaser reserves the right to reject a bid based on unacceptable provisions of a bidder s contract. (H) The purchaser also reserves the right to waive any informalities, irregularities and technicalities in procedure. The purchaser is not bound to accept the low bid. Bidders shall submit manufacturers standard purchase contract with bid proposal, for the review of the Purchaser. Complete details of the manufactures warranties shall be provided with the bid proposal. All standard and available warranties shall be transferred to the purchaser with the assistance of the manufacturer. The complete vehicle shall comply with the requirements of the current applicable State statutes and regulations of the Department of Labor and Industries, the Department of Transportation, the Department of Public Safety, and all other applicable state regulatory agencies. In the event the specifications cannot be complied with without violating such requirements, the Bidder shall so state or if not discovered until after the contact has been executed, the manufacturer shall advise the Purchaser prior to construction of the vehicle(s). Each bidder shall check box either Yes or No for the full compliance of the paragraph. This allows the fire department to easily compare each bid specification. 11

B I D P R I C E F O R M Review of Special Instructions to Bidders: Bidder Complies: Y N Body Builder Supplied 10% Bid Bond Bidder Complies: Y N Body Builder Supplied 100% Performance Bond Bidder Complies: Y N Detailed scaled drawing of the proposed and competed apparatus Bidder Complies: Y N Weight distribution chart of the proposed and completed apparatus Bidder Complies: Y N Local Dealer Insurance Certificate for Warranty Repair Facility. Bidder Complies: Y N Warranty descriptions written out in full directly into the bidder specifications. Bidder Complies: Y N Manufacturer shall have operated at a profit for each of the past 20 years; Refer to CONTRACT SECTION for each bidder's copies of financial statements. (Please provide with proposal.) DELIVERY WILL BE CALENDAR DAYS FROM CONTRACT AWARD. APPARATUS BODY PRICE AS PROPOSED: CHASSIS PRICE AS PROPOSED: TOTAL COST OF COMPLETE FIRE APPARATUS: $ $ $ INSPECTION TRIP(S): 4-PERSON(S): CHASSIS PREPAYMENT: DELIVERY CHARGES: MISC. EQUIPMENT PACKAGE: INCLUDED NOT INCLUDED COST $ INCLUDED NOT INCLUDED COST $ INCLUDED NOT INCLUDED COST $ INCLUDED NOT INCLUDED COST $ 100% PERFORMANCE BOND: INCLUDED NOT INCLUDED COST $ PRODUCTS LIABILITY INSURANCE: INCLUDED NOT INCLUDED 12

FIRE APPARATUS SPECIFICATIONS This unit shall comply with the most current NFPA standards. Certification of slip resistance of all stepping, standing and walking surfaces shall be supplied with delivery of the apparatus. A plate that is highly visible to the driver while seated shall be provided which states the overall height, length, and gross vehicle weight rating. The manufacturer shall have programs in place for training, proficiency testing and performance for any staff involved with certifications. An official of the company shall designate, in writing, which is qualified to witness and certify test results. PAINT WARRANTY TEN YEAR Bidder Complies: Y N The PPG paint performance guarantee will cover the areas of the vehicle finished with the specified product for a period of TEN (10) years beginning the day the vehicle is delivered to the purchaser. The full apparatus chassis, manufactured and painted by the chassis manufacturer, shall be covered for the following paint failures as outlined on the guarantee certificate: Peeling or delaminating of the topcoat and/or other layers of paint. Cracking or checking. Loss of gloss caused by cracking, checking, or hazing. Any paint failure caused by defective PPG Fleet Finishes, which are covered by this guarantee. All guarantee exclusions, limitations, and methods of claims are covered in the full certificate provided to the original purchaser. Note: Surety bond, if required, will cover standard one-year warranty period only and will not cover any extended warranties allowed by seller or other component manufacturers. CAB STRUCTURE WARRANTY Bidder Complies: Y N The cab structure shall be warranted for a period of ten (10) years with the complete detail of the warranty outlined in a document provided upon request. TRANSMISSION WARRANTY Bidder Complies: Y N The Allison EVS transmission shall be warranted for a period of five (5) years with the complete detail of the warranty outlined in a document provided upon request. 13

ENGINE WARRANTY Bidder Complies: Y N The Cummins engine shall be warranted for a period of five (5) years or 100,000 miles, whichever comes first, with the complete detail of the warranty outlined in a document provided upon request. FRAME WARRANTY Bidder Complies: Y N The frame and cross members shall carry a lifetime warranty with the complete detail of the warranty outlined in a document provided upon request. FRONT AND REAR AXLE WARRANTY Bidder Complies: Y N The front axle shall be warranted by Hendrickson for five (5) years or 500,000 miles, whichever comes first, under the general service application. REAR AXLE WARRANTY Bidder Complies: Y N The rear axle(s) shall be warranted by Meritor for five (5) years with unlimited miles under the general service application. CAB AND CHASSIS WARRANTY Bidder Complies: Y N The cab and chassis shall carry a twenty-four (24) month warranty providing limited parts and labor from the date the complete apparatus is delivered to the end user. The complete detail of the warranty shall be outlined in a document provided upon request. STATIC LOAD SEAT TEST INFORMATION Bidder Complies: Y N This model of seat shall have successfully completed the static load tests set forth by FMVSS 207/210. This testing shall include a simultaneous forward load of 3000 pounds each on the lap and shoulder belts and twenty (20) times the weight through the center of gravity. This model of seat installed in the cab model, as specified, shall have successfully completed the dynamic sled testing using FMVSS 208 as a guide with the following accommodations. In order to reflect the larger size outfitted firefighters, the test dummy used shall be a 95th percentile hybrid III male weighing 225 pounds rather than the 50th percentile male dummy weighing 165 pounds as referenced in FMVSS 208. The materials used in construction of the seat shall also have successfully completed testing with regard to the flammability of materials used in the occupant compartments of motor vehicles as outlined in FMVSS 302, of which dictates the allowable burning rate of materials in the occupant compartments of motor vehicles. CAB TEST INFORMATION Bidder Complies: Y N The cab as built shall have successfully completed the pre-load side impact, static roof load application and frontal impact without encroachment to the occupant survival space when tested in accordance with Section 4 of SAE J2420 COE Frontal Strength Evaluation Dynamic Loading Heavy Trucks, Section 5 of SAE J2422 Cab Roof Strength Evaluation Quasi Static Loading Heavy Trucks and ECE R29 Uniform Provisions Concerning the Approval of Vehicles with regard to the Protection of the Occupants of the Cab of a Commercial Vehicles Annex 3 Paragraph 5. The above tests shall have been witnessed by and attested to by an independent third party. The test results shall have been recorded using cameras, high speed imagers, accelerometers and strain gauges. Documentation of the testing shall be provided upon request. 14

CAB INTEGRITY CERTIFICATION Bidder Complies: Y N The manufacturer shall provide a cab crash test certification with this proposal including SAE J2422 Cab Roof Strength Evaluation - Quasi-Static Loading for Heavy Trucks and SAE J2420 COE Frontal Strength Evaluation - Dynamic Load for Heavy Trucks. CAB TEST INFORMATION Bidder Complies: Y N Roof Crush The cab shall be subjected to a roof crush test of 120,000 pounds exceeding the requirements of ECE 29 criteria. The 120,000 requirement is important to ensure to most structurally sound and safe cab in the event of a crash or roll over. Side Impact The cab shall be subjected to dynamic moving barrier slammed into the side of the cab at 7.5 mph, striking with an impact of 15,157-foot pounds of energy. This test will closely represent the forces a cab would incur in a rollover incident. Frontal Impact The cab shall withstand a frontal force produced from a moving barrier slammed into the front of the cab traveling at 10.5 mph, striking with an impact of 42,587-foot pounds of energy. The same cab shall withstand all tests without any measurable intrusion into the survival space of the occupant area. OPERATION AND PARTS LIST MANUALS Bidder Complies: Y N Each cab and chassis shall include two (2) electronic copies of the operation manuals and parts listings. The manuals shall include information specific to the components included on the apparatus. ENGINE AND TRANSMISSION MANUALS Bidder Complies: Y N One (1) paper copy of the specific engine and transmission manuals shall accompany each cab and chassis. ENGINE SERVICE MANUALS Bidder Complies: Y N One (1) printed copy of the Cummins engine service manual shall accompany the cab and chassis. TRANSMISSION SERVICE MANUALS Bidder Complies: Y N Each cab and chassis shall include one (1) printed copy of the service manual for the Allison brand transmission. AS BUILT WIRING DIAGRAMS Bidder Complies: Y N Each cab and chassis shall include one (1) digital copy of the wiring schematics and component wiring. The wiring schematics shall be developed on a software program such as VeSys Design or equal that provides continuity in files and diagram. The software shall allow you to trace through the design schematics to identify cross referenced items such as in-line connectors and wires. The software shall be interactive which allows you to view one electrical assembly drawing, click on a wire routing and the program will take you to the related circuit assembly or termination point. The software shall also provide a searchable function allowing you to view multiple diagrams 15

using readily available pdf viewers. The digital copy of the wiring schematics shall be compatible with hand held devices such as I-Pads. USB STORAGE Bidder Complies: Y N For ease of service the chassis shall come with an on-board USB flash drive. The flash drive shall have a minimum of 8 GB of storage capacity; and shall be located behind the access panel on the driver side kick panel, next to the data port for the engine. The following items shall be stored on the Flash Drive. No Exception. As built wiring diagrams Plumbing diagram Chassis, body and aerial manuals The USB shall be accessible through a USB-A to USB-B cable. MAX HEIGHT Bidder Complies: Y N The maximum height of the apparatus shall not exceed 11' feet 7" inches. CAB CUSTOM STYLE Bidder Complies: Y N The cab shall be a custom, cab over engine style, with the driver and officer positions ahead of the engine and front axle. The cab shall be specifically designed and manufactured for the fire service industry. The cab shall be designed and assembled by the apparatus manufacturer in a facility located on the manufacturer's premises. No Exceptions. The cab shall be of a totally enclosed full tilt design, with the interior area completely open to improve visibility and verbal communication between the occupants. The cab shall be capable of tilting 45-degrees, allowing the chassis engine to be removed, if required, without tilting the cab beyond 45-degrees. No Exceptions. The cab shall include a four (4)-point rubber isolated cab pivot and mounting system. The rear histic mounts shall be isolated from the chassis frame to reduce the transfer of road vibrations and frame torque into the cab, while providing superior handling characteristics. No solid mounted rear lock downs shall be acceptable. No Exceptions. The front cab pivot assemblies shall be 1/2" A36 steel plate with a.31" thick 2-1/2" diameter tube cross member mechanically attached to the cab and frame. There shall be two (2) greaseable rubber isolated engineered bushings to reduce the transfer of road vibrations into the cab. The cab shall be locked down by a two (2)-point automatic spring-loaded hook mechanism that actuates after the cab has been lowered. The cab super-structure shall be designed with high strength 6061-T6 aluminum extrusions and 3/16" 5052-H32 aluminum plate. This shall include the A, B, C and D extruded pillars, triple wall front end reinforced by 3/16" thick x 2"x3" extrusion tubes, 3/16" side walls and rear wall. This shall offer superior occupant protection in the event of vehicle impact. The extrusions shall provide adequate space for routing of wiring and hoses which will 16

provide service accessibility. Routing of harnessing which requires pulling of wires through tubes will not be allowed. No Exceptions. The "A" pillar shall be of a closed section, one-piece extrusion extending from the cab header to the bottom of the cab. This design shall ensure strength and superior resistance to buckling in the event of a frontal impact. The cabs front corners shall be constructed of 5052-H32 stamped aluminum to provide a consistent material composition. The stamping process alleviates the high tendency of fractures through the fusing of dissimilar metal composition as appears with a casting process. Cast cab components, including cab corners, "A" pillars and front fascia components shall not be acceptable due to the high tendency of fractures. No Exceptions. Additional cab strength shall be obtained through closed section, dual extrusions in the construction of the "D" pillars. The front façade shall be constructed with dual wall.19 thick 5052-H32 aluminum plates which make up the front bulkhead, reinforced by.19 thick 6061-T6 aluminum extrusion (box-sections), though-out the inner and outer perimeter of the front end / façade. The reinforcing third wall / barrier is.13 thick 5052-H32 work hardened aluminum façade panels. All panels shall be welded, no adhesive. The cab side wall of the cab shall be 3/16 thick 5052-H32 aluminum plate. The cab side plate shall wrap the corner of the cab b pillar and slam post. The cab rear wall plates shall be reinforced with a minimum of two (2) 3/16 x 3 aluminum sections; the cab side reinforcements shall be a minimum of 28 apart and span from the cab B pillar and cab C pillar. The rear wall of the cab shall be 3/16 thick 5052-H32 aluminum plate. The rear cab plate shall wrap the corner of the cab and attach to the cab D pillar and slam post. The cab rear wall plates shall be reinforced with four horizontal and dual vertical support sections; the dual vertical support structure shall consist of 1/8 thick x 2 6061-T6 aluminum tubes and the horizontal hat sections shall consist of 1/8 thick x 4 5052-H32 aluminum. The dual vertical support sections shall be 40 a-part, and the cab shall contain a minimum of four (4) 4 hat section horizontal supports. Additionally, the rear edge of the floor shall include a 3/16 6061-T6 aluminum tube extrusion (under the floor) and a 7 5052-H32 aluminum cab floor support section (above the floor) The outside cab width shall measure 99 across. The interior cab shall have a width of 93". The cab length shall measure 77.3 from the center of the front axle to the front cab skin and 60 from center of the front axle to the back of the cab, for a total cab length of 137.3. The cab shall also feature ample driver and officer foot room, a total of 3.7 square feet for the driver and 4.45 square feet of floor space at the officer s feet. (No exceptions) 17

The crew floor shall feature a complete flat floor design, including provisions for a one o'clock PTO inclusion, while still offering an uninterrupted 25 total square feet of space. The leading edge of the cab floor from the steps shall meet NFPA 15.7.4 slip resistance requirements on both the front and rear cab doors. No Exceptions. The cab shall meet or exceed cab impact test (SAE J-2420, cab rollover test (SAE J2422), and cab seating requirements (FMVSS 210, and FMVSS 208). The cab shall include 4 doors. They shall have a front two (2) cab doors shall have a minimum clear opening of 42.5" wide by 81 high measured from the top of the lower cab step to the top of the door opening.; and the rear two (2) crew doors shall be a minimum clear door opening of 38.5" wide by 81 high measured from the top of the lower cab step to the top of the door opening. The length of the door will vary depending on door type. ROOF STYLE FLAT Bidder Complies: Y N The roof of the cab shall incorporate a flat roof style. The roof of the cab shall feature dual.25" thick interlocked structural member extrusions running the entire width of the cab defending against buckling in the event of a rollover. The interior cab height based on the flat roof style shall measure a minimum of 55-1/2. The crew roof super structure shall include a reinforcement hat-section structure 1/8 thick 5052-H32 aluminum bracing. The for-aft support braces will be 24 on center apart, the side to side support braces will stretch from cab side to cab side and centered between the dual 3/16 extruded and plate reinforced roll-cage section. The forward cab roof section shall include a combination of 1/8 6061-T6 extruded tube reinforcements and a hat-section structure 1/8 thick 5052-H32 aluminum bracing. The bracing shall wrap the entire perimeter of the cab forward roof, and the condenser support structure. The condenser support structure shall include 1/8 triple sections, supporting the outer perimeter and center of the condenser mounting pad. Additionally, the entire roof super structure is reinforced by a.25 thick roof edge corner extrusion around the entire cab perimeter. A drip rail shall be provided along the top radius of each cab side. The drip rails shall help prevent water from the cab roof running down the cab side. DRIP RAIL EXTENSION Bidder Complies: Y N The cab shall have a drip rail extension in front of the driver and officer doors. The drip rail shall be connected to the rail along the roof and run midway down the A pillar to help prevent water from entering the cab when the front doors are opened. The rail shall be painted to match the cab exterior paint and paint break. 18

CAB DOORS Bidder Complies: Y N The cab shall include a total of four (4) doors, two (2) forward and two (2) rear crew doors. All cab doors shall open a minimum of 80 degrees for the safety of personnel during entrance or egression from the cab. Each cab door shall feature: Superior strength and rigidity from 3/16" closed section extruded door frames Damping inside each door for a solid feel and minimized reverberation when closed A rolled rubber bulb seal style gasket shall be utilized around the door ensuring a weather tight fit Integrated, mechanical door stop A full length, hidden piano style 10-gauge stainless steel door hinge with a 1/4" pin, which shall be mounted inside the panel of the door prohibiting dirt and debris from becoming trapped in the hinge An integrated one-piece inner door assembly that includes a glass track, mounting provisions for window regulator, door handle and door panel shall be utilized. The inner door assembly shall be easily removed with nut inserts. Self-tapping screws shall not be acceptable. CAB STEPS Bidder Complies: Y N The cab steps shall meet NFPA 13-7.3 in size and slip resistance requirements. Lighting shall be installed to illuminate the cab steps when cab doors are opened.. The final operation and switching of each light shall be determined at the Pre-Construction Conference. CAB STEP TRIM Bidder Complies: Y N The cab steps shall include a 12-gauge 304 Grip Strut stainless steel construction on the first step, the step closest to the ground. The stainless-steel finish shall be a number 7 mirror. The step shall include a frame which is integral with the construction of the cab for rigidity and strength. The Grip Strut shall allow water and other debris to flow through rather than becoming packed under the step. The middle step shall be integral with the cab in construction and shall be trimmed in 3003-H22 embossed aluminum tread plate which is 0.084" thick. FULL LENGTH DOORS Bidder Complies: Y N All cab entry doors shall be full length in design to fully enclose the lower cab steps. DOOR FILL PANEL Bidder Complies: Y N The door fill panel shall have the same finish as the door. DOOR HANDLES Bidder Complies: Y N The exterior door handles shall be constructed of die-cast steel and chrome plated for a pleasing appearance. They shall feature a heavy duty pull style handles which are extended out and suitable for easy grasping with a gloved hand. 19