Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 11_01/10/2013 VILLAGE CLERK'S OFFICE AGENDA ITEM TRANSMITTAL FORM Meeting Date: Meeting Type: Regular Ordinance #: January 10, 2013 Consent Agenda: No Resolution #: 1-13 Originating Department: Fire AGENDA ITEM TITLE: (Wording form the SUBJECT line of your staff report) Purchase of Sutphen 2013 Custom Rescue Pumper BUDGET / FINANCIAL IMPACT: Account #: Amount of this item: $432,843.54 Current Budgeted Amount Available: Amount Remaining after item: N/A N/A F�`� 1'r"''.l �-`���.� Budget Transfer Required: No Appropriate Fund Balance: No EXECUTIVE SUMMARY OF MAJOR ISSUES: (This is a snap shot description of the agenda item) Resolution of the Village Council of the Village of Tequesta, FL, approving a proposal from Sutphen Corporation of Amlin, OH, for the purchase of one custom Rescue Pumper in accordance with Sutphen Fire Apparatus Purchase Agreement and Specifications and Piggy-backing off of The Villages Community Development District's bid RFP# 11 P-007. APPROVALS: SIG ATU E: Department Head �(`- � ,CL t' Finance Director Reviewed for Financial Sufficienc � � y �� ��� No Financial Impact ❑ f Attorney: (for legal sufficiency) Village Manager: Submit for Council Discussion: � Approve Item: ❑ Deny Item: � SPECIAL INSTRUCTIONS FOR CLERK: (if you wish to have agreements signed, be sure to include the number of copies you want signed and place "Sign Here" sticker an them) Form Amended: 10/20/11 RESOLLTTION NO.1-13 A RESOLUTION QF THE VILLAGE COUNCTL OF THE VII,LAGE OF TEQUESTA, FLORIDA, APFROVING A PROPOSAL FROM SUTPHEN CORPORATION OF AMLIN, OH, FOR THE PURCHASE OF ONE CUSTOM RESCiTE PUMPER IN ACCORDANCE WITH SUTPHEN FIRE AFPARATUS PURCHASE AGREEMENT AND SPECIFICATIONS AND PIGGY-BACKING OFF OF THE VILLAGES COMMUNITY DEVELOPMENT DISTRICT'S BID RFP#11P-007 IN THE AMOUNT OF $432,843.54, AND AUTHORIZING THE VILLAGE MANAGER TQ EXECIdTE TAE APPLICABLE CONTRACT ON BEI3ALF OF THE VILLAGE. WI�REAS: The Village ex�cts to take title of said vehicle no eazlier than October, 2013, WHEREAS: A proposal for the financing option most favorable to the Village will be brought before Council for approval prior to taking title of said vehicle, NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE UF TEQUESTA, PALM BEACH COUNTY, FLORIDA, AS FOLLOWS: Section 1. Approval of the purchase of one custam rescue pnmper aw�rded to Sntphea Corp, Amlin, OI� in �ccordance witL specifications as ontlined in the attached line sheet specifications and attached hereto as Ezhibit "1" and incorporated by reference as a part of this Resolution and piggy-backing off of The Villages Community Developinent District's bid RFP# 11P-007, in the amount of 5432,843.54, is hereby approve�i and the Village Manager of the Village of Tequesta is antLorized to e�ecute the same on behalf of the Village. Memorandum To: Michael Couzzo, Village a From: James M. Weinand, Fire Date: Dece�ber 20, 2012 Subjeat: Purohase of 2013 Rescu er Attached hereto is a set of vehicle specifications (Exhibit ``1") and resalution fr�r the purchase of a 2013 Rescue Pumper through Sutphen Corporation, of Amlin, Ohio, in the amount of $432,843.54 for Village Council consideration and approval. This is a piggyback purchase off The Villages Community Development District's Bid RFP#11P-007, which is in effect until December 31, 2013. Attached and marked Exhibit "2" is the letter of authorization permitting us the use vf this bid documer�t and the Sutphen proposal to The Vill.ages. The vehicle being replaced is a 1991 Sutphen Pumper, which was the first pumper purchased in conjunction wath the Villaqe of Tequesta starting its own fire rescue service. As with any fire apparatus vehicle, mileage is not the factor for replacement because they spend a lot of time at idle. That i,s why newer vehicles are equipped with hour meters. Tn comparison the 1991 Sutphen Pumper has 71,300 miles and no hour meter. The 2003 Sutphen Pumper has 36,160 road miles and the engine hour me�er reads 5,320.3 hours. 5,320 motor hours equates to 186,210 mil.es if the vehicle was driven an the open road averaging 35 MPH. Using this same ratio on the 1991 pumper it would have 10,5�7 motor hours and 367,757 open road miles. Fire apparatus replacement comes when the vehicle is non-dependable and when replacement parts are hard to come by, as in this case. This truck is 22 years old and has �erved its useful 1ife. This truck has failed its annual pump certifi.cation tests over the last several years and continuously averheats during these tests. In November 2012, I had the County caznplete a mechanical defect punch list of items that need to be repaired. {Attached and marked Exhibit "3"). They provided a conservative estimate of $22,000.00 to complete these repairs. Even though our contract with the County includes vehicle repairs and maintenance, I find it difficult to spend this amount of taxpayer money on a vehicle that is obsolete and the repairs exceed the retail value of the vehicle. However, we will complete the necessary repairs to this vehicle tc� assure no safety standards are compromised while awaiting the arrival of the new pumper. Having two certified pumpers is critical for the protection of this community. This is also in accordance with Insurance Service Office (ISO) requirements as outlined in the Public Protection report; whereby it states that 1 reserve pumper is required for each required engine companies up to 8 engine companies, after that 2 reserve pump�rs would be needed. When the new pumper arrives, the existing front-line pumper (2003 Sutphen Rescue Pumper) will become the reserve apparatus which should extend its life CyG�E another 10 years. The decision on financing does not need to be finalized until acceptance of the vehicle which is estimated to be in October 2013, unless you are considering the ca5h discount offered by the manufacturer. Since the production of the vehiele takes almost approximately 9 months to build it is my recommendatian to move forward with the authorization to purchase this vehicle. an�uas2xda2i' �i�S ' ��s�tuo�.� pin�q � ` dsa� ���od+�sd s� �n�t�x�n c�# pa�asa.� , s� �r�r� ac� `a��p su�:ux��� s,fi�p r�r utq�.r� �aida�ae ssa�i� '�c�,r�ut�o mo pi.ra�ar� s�sn� �� ��� ����g n$ #��fqns �a�.�uo� �c� j�n��dc�� x�}� sy;nouz �-� ����xc��dd� p�x�n���� pu� �c�da�d ' o��� ay�. o� aa�u�a� uz ��a�a�d�c� {�an�,���nueur aq Y�� s���dc�� 2�'90t!`�Z�' � z��unc�as�� �ua�u��d�� .�a��� aar.�� ;�� ZZ'L£8"�8 �# ��€��t `�ap�u �?q� ����Id;r� s��F #i£ �[�q;�� ��a�u��c[azd °Io�DT ��`��f�`�£i� �' � .......................�» aa�.t,� (���,�', . �ij��)f� �f wi�w+i� �1A��� - . .. MEtF� wia {�7V . . , ti if � . . .. �R*����V3 y � #,f � lf#114!! � l �� ttt �� .l � iRafsis? � bT �Ri{/�''�VNI�VSCl��'�OQ���I��ay:: . . �E� � � � �1�'£'6�8`Z£t� � �.�.»,......,..��, i�c�r� �q; »xa� q���pa.�a�a� p������a�,dma� � � � ,��dc�n� at�a�a� �n,�; ���� ua���S ��} auC� r�sc�dcud srr��o �auc�d��a� �nca� �r�dn ���e �u�'�� �� �ur:�c��i�� � �� �� �a� puu� asa�t�ci �qa�a� a� =�c1�it1� �t1�U�L �U� �i9#�� "�3 `��s�anbay �� ��sa�►b�.� L�£ pu�ut��g, �;uc�,�a��� �n�rs�}� a�c,� ��s��b�,I, � I �3� `6I xaq�a�i� :a��� � � �Di�f�' I�T(I `uz��t� P?I ��l��rn� snqurr�l��3 (1dUL 1t �C�I.L Q[�+�IIC�� ��.;�d�I1 �''' . � .� !�!-f} �� ' i 1� � SUTPHEN� Tequesta Fire Rescue TABLE OF CONTENTS INTENT OF SPECIFICATIONS PROPOSAL DATED 12-19-12 ....7 STATEMENT OF EXCEPTIONS TO NFPA 1901 .................7 QUALITY AND WORKMANSHIP ..............................7 PERFORMANCE TESTS AND REQUIREMENTS ...................8 FAILURE TO MEET TESTS ................................8 EXCEPTIONS TO SPECIFICATIONS .........................9 GENERAL CONSTRUCTION .................................9 DELIVERY REQUIREMENTS ................................9 PURCHASER RIGHTS .....................................9 U.S.A. MANUFACTURER ..................................9 MANUFACTURER'S EXPERIENCE ...........................10 ELTMINATTON OF DIVIDED RESPONSIBII,ITY ...............10 FAMA COMPLIANCE ..................................... PRE-CONSTRUCTION CONFERENCE .........................11 INSPECTION TRIPS .................................... PERFORMANCE BOND .................................... CHASSIS ............................................. 11 OUTLETS IN CAB ...................................... CENTER CONSOLE ...................................... OVERHEAD STORAGE ....................................12 SCBA BRACKETS ....................................... ALUMINUM CAB ........................................ CAB DESIGN .......................................... CAB SUB-FRAME ....................................... CAB TILT SYSTEM ..................................... CAB DIMENSIONS ...................................... INTERIOR ............................................ FENDER CROWNS ....................... ...............14 GRILLE .............................................. CAB INSULATION ...................................... ROOF DESIGN ......................................... EXTERIOR GLASS ...................................... SUNVISORS .......................................... CAB STEPS ........................................... STEP LIGHTS ......................................... CAB DOORS ........................................... INTERIOR DOOR PANELS ................................1 MANUAL CAB LIFT .....................................1 CAB STRUCTURAL INTEGRITY ............................16 SEAT BELT TESTING ...................................1 EMS CABINET ......................................... COMPUTER TRAY ....................................... MOUNTING PLATES .....................................1 WINDOWS ............................................. 17 WINDOW TINTING ...................................... AIR HORNS ........................................... 1 i 1� � SUTPH E N � Tequesta Fire Rescue ALTERNATOR ..........................................18 FRONT AXLE ..........................................18 REAR AXLE ...........................................18 TOP SPEED ...........................................18 BATTERY JUMPER TERMINAL ......... ..................18 WIRING IN CAB .......................................18 BATTERIES ...........................................18 BATTERY CHARGER .....................................19 SHORELINE ...........................................19 AUTO-EJECT ..........................................19 AIR DISC BRAKES .....................................19 AIR BRAKE SYSTEM ....................................19 AIR BRAKING ABS SYSTEM ..............................20 BUMPER..............................................21 STORAGE WELL COMPARTMENT ............................21 DIAMOND PLATE BUMPER LID ............................21 COOLING SYSTEM ......................................21 RADIATOR ............................................22 CHARGE AIR COOLER ...................................22 COOLANT .............................................22 HOSES & CLAMPS ......................................22 FAN .................................................23 FAN CLUTCH ..........................................23 SURGE TANK ..........................................23 DRIVELINE ...........................................23 ENGINE ENCLOSURE, RAPTOR SKIN .......................23 AIR CLEANER/INTAKE ..................................24 ENGINE..............................................24 EXHAUST SYSTEM ......................................25 AFTER TREATMENT SYSTEM ..............................25 ENGINE BRAKE ........................................26 DIESEL EXHAUST FLUID TANK ...........................26 DUAL FRAME RAILS ....................................26 FUEL TANK ...........................................27 FUEL COOLER .........................................27 CAB HANDRAILS .......................................27 CAB DOOR HANDRAILS ..................................28 HEAVY DUTY HEATER/DEFROSTER/AIR CONDIT ..............28 HEATER/DEFROSTER/AIR CONDITIONING CONTROLS ..........28 AUXILIARY DEFROSTER FAN .............................29 AUXILIARY DEF .......................................29 DEFROSTER DIFFUSER ..................................29 LOAD MANAGER ........................................29 AUTOMATIC HIGH IDLE ACTIVATION ......................29 PUMP SHIFT MODULE ...................................30 INSTRUMENT PANEL ....................................30 MASTER BATTERY & IGNITION SWITCH ...................30 DIESEL PARTICULATE FILTER CONTROLS ..................30 INSTRUMENTATION & CONTROLS ..........................30 2 i �� � SUTPNEH� Tequesta Fire Rescue ENGINE WARNING SYSTEM ...............................32 WIRING ..............................................32 DOOR AJAR INDICATION ................................33 MASTER ELECTRICAL PANEL .............................33 HIGH IDLE ...........................................34 AUXILIARY POWER POINT ...............................34 VEHICLE DATA RECORDER ...............................34 INTERIOR ............................................34 LIGHTING CAB EXTERIOR ...............................35 ALTERNATING HEAD LAMP ...............................35 HAND HELD SPOTLIGHT .................................35 LIGHTING CAB INTERIOR ...............................35 MAP LIGHT ...........................................35 LIGHTING CREW CAB INTERIOR ..........................35 MIRRORS .............................................35 HELMET STORAGE ......................................36 SEAT BELT WARNING SYSTEM ............................36 DRIVER'S SEAT .......................................36 OFFICER'S SEAT ......................................36 UNDER SEAT STORAGE ..................................37 CREW SEATS ..........................................37 SCBA BOTTLE BRACKET .................................37 CREW SEAT COMPARTMENT ...............................38 STEERING ............................................38 SUSPENSION (FRONT) ..................................38 ENHANCED FRONT SUSPENSION SYSTEM ....................38 LUG NUT CAPS .......................................39 FRONT MUD FLAPS .....................................39 FRONT TIRES .........................................39 REAR MUD FLAPS ......................................39 WHEELS ................................. ............39 HUB COVERS ..........................................39 REAR TIRES ..........................................40 TRANSMISSION ........................................40 TRANSMISSION COOLER .................................41 TRANSMISSION FLUID ..................................41 TRANSMISSION SHIFTER ................................41 FRONT TURN SIGNALS ..................................41 WHEELBASE ...........................................41 WINDSHIELD WIPER5 ...................................41 MISCELLANEOUS CHASSIS EQUIPMENT .....................41 FIRE PUMP HALE QMAX-150 .............................42 PUMP TRANSFER CASE ..................................43 PUMP ANODE ..........................................43 PUMP CERTIFICATION ..................................43 THREAD TERMINATION ..................................43 PRIMING SYSTEM ......................................43 SUN GUARD ...........................................44 THERMAL RELIEF VALVE ................................44 3 � �� � SUTPH E N � Tequesta Fire Rescue PRESSURE GOVERNOR ...................................44 INTAKE RELIEF .......................................44 AUXILIARY COOLER ....................................44 VALVES ..............................................44 VALVE WARRANTY ......................................45 PUMP CONNECTIONS ....................................45 6" PUMP INLETS ......................................45 2.5" RIGHT SIDE INLET ...............................45 2.5" LEFT SIDE INLET ................................45 TANK TO PUMP ........................................46 OUTLETS .............................................46 2-1/2" LEFT SIDE DISCHARGE ..........................46 STORZ ADAPTER .......................................46 3" RIGHT SIDE DISCHARGE .............................46 2.5" RIGHT SIDE DISCHARGE ...........................47 2.5" RIGHT REAR OUTLET ..............................47 FRONT BUMPER DISCHARGE ..............................47 DELUGE GUN ..........................................47 DELUGE RISER ........................................47 SPEEDLAYS ...........................................47 SPEEDLAY COVER ......................................47 TANK FILL ...........................................48 FOAM SYSTEM - EXTERNAL EDUCTOR(2) ...................48 EXTERNAL EDUCTO .....................................48 FOAM TANKS ........................ ................48 VALVE CONTROLS ......................................49 COLOR CODING ........................................49 PUMP PANEL LIGHTS LED ...............................49 PUMP PANEL GAUGES AND CONTROLS ......................49 AIR HORN BUTTON .....................................50 4.5" MASTER GAUGES ..................................50 2.5" PRESSURE GAUGES ................. ..............50 PSTANK LIGHT ........................................50 WATER TANK GAUGE ....................................51 FOAM TANK GAUGES ....................................51 BODY SUB-FRAME ......................................51 APPARATUS BODY ................... .................51 REAR STEP COMPARTMENTATION ..........................52 COMPARTMENTATION LEFT SIDE ..........................53 COMPARTMENTATION RIGHT SIDE .........................53 SIX BOTTLE RACK .....................................53 ROLL-UP COMPARTMENT DOORS ...........................53 PAINTED ROLL-UP DOORS ...............................54 AIR BOTTLE COMPARTMENTS .............................54 DOOR LOCKS ................................ ........54 COMPARTMENT MATTING .................................54 DRAWERS .............................................54 ADJUSTABLE SHELVES ..................................54 600# SLIDE-MASTER TRAYS .............................54 4 � � +� � SUTPHEN� Tequesta Fire Rescue ADJUSTABLE VERTICAL SLIDE-OUT PANELS ................55 TILT DOWN DRAWER ....................................55 COMPARTMENT DIVIDERS ................................55 HOSE BED ............................................55 HOSE BED DIVIDER ....................................55 HOSE BED COVER ......................................56 BODY HANDRAILS ......................................56 FRONT BODY STEPS ....................................56 REAR STEPS ..........................................56 RUB RAILS ...........................................56 ALUMINUM TREADPLATE .................................57 RUNNING BOARD TROUGHS (2) ...........................57 BOOSTER TANK ........................................57 ELECTRIC SYSTEM .....................................58 BACK-UP ALARM .......................................59 LICENSE PLATE BRACKET ...............................59 COMPARTMENT LIGHTING ................................60 REAR VISION CAMERA SYSTEM ...........................60 TAIL/STOP/TURN LIGHTS ...............................60 LED ICC/MARKER LIGHTS ...............................60 STEP LIGHTS .........................................60 GROUND LIGHTING .....................................60 WORK LIGHTS .........................................61 OPTICAL WARNING SYSTEM ..............................61 UPPER LEVEL WARNING DEVICES .........................61 TRAFFIC ADVISOR .....................................61 WHELEN 600 SERIES WARNING LIGHTS ....................62 LOWER LEVEL WARNING DEVICES .........................62 FEDERAL Q2B SIREN ...................................62 SIREN ...............................................63 SIREN SPEAKER .......................................63 GENERATOR ...........................................63 QUARTZ LIGHT 750-WATT FOCUS ................... .....63 120-VOLT OUTLETS ....................................64 BREAKER BOX .........................................64 TRIPOD LIGHTS .......................................64 120 v OUTLETS .......................................64 WHELEN PIONEER PLUS LED BROW LIGHT ..................64 JUNCTION ........................................64 CORD REEL ...........................................64 SUCTION HOSE AND STRAINER ...........................64 GROUND LADDERS ......................................65 ZIAMATIC HYDRAULIC LADDER RACK ......................65 CORROSION REDUCTION POLICY ..........................65 PAINTING ............................................69 PAINT-TWO TONE CAB ..................................70 PAINTED FRAME .......................................71 LETTERING ...........................................71 LETTERING ...........................................71 5 � r '� � SUTPHEN° Tequesta Fire Rescue 4" LETTERS ..........................................71 10" LETTERS .........................................71 STRIPING ............................................71 ACCENT STRIPE .......................................71 ..Z., STRIPE ..........................................71 STRIPING, CHEVRON STYLE, REAR .......................72 PIKE POLE STORAGE ...................................72 PIKE POLES ..........................................72 POWER AND RADIO ANTENNA .............................72 HYDRAULIC CORD REEL .................................72 AXES ................................................72 BACKBOARD STORAGE ...................................72 MISCELLANEOUS EQUIPMENT FURNISHED ...................72 WHEEL CHOCKS ........................................72 OPERATION AND SERVICE MANUALS .......................73 APPARATUS DELIVERY ..................................73 WARRANTIES ..........................................73 6 � �� � SUTPNEN� Tequesta Fire Rescue INTENT OF SPECIFICATIONS PROPOSAL DATED 12-19-12 It is the intent of these specifications to cover the furnishing and delivery to the purchaser a complete apparatus equipped as hereinafter specified. With a view of obtaining the best results and the most acceptable apparatus for service in the fire department, these specifications cover only the general requirements as to the type of construction and tests to which the apparatus must conform, together with certain details as to finish, equipment and appliances with which the successful bidder must conform. Minor details of construction and materials where not otherwise specified are left to the discretion of the contractor, who will be solely responsibfe for the design and construction of all features. The apparatus will conform to the requirements of the current (at the time of bid) National Fire Protection Association Pamphlet #1901 for Motor Fire Apparatus unless otherwise specified in these specifications. Bids will only be considered from companies which have an estabtished reputation in the field of fire apparatus construction and have been in business for a minimum of ten (10) years. Each bid will be accompanied by a set of "Contractor's Specifications" consisting of a detailed description of the apparatus and equipment proposed and to which the apparatus furnished under contract must conform. Computer run-off sheets are not acceptable as descriptive literature. The specifications will indicate size, type, model and make of all component parts and equipment. STATEMENT OF EXCEPTIONS TO NFPA 1901 If, at the time of delivery, the apparatus manufacturer is not in compliance, a statement of exceptions must be provided as follows: • The specific standard affected. � A statement describing why the manufacturer is not in compliance. • A description of the remedy, and who the responsible party is. The document must be signed by an officer of the company, and an authorized agent of the purchaser. N� EXCEPTIONS QUALITY AND WORKMANSHIP The design of the apparatus must embody the latest approved automotive engineering practices. The workmanship must be the highest quality in its respective field. Special 7 1 l� � SUTPHEH� Tequesta Fire Rescue consideration will be given to the following points: Accessibility to various areas requiring periodic maintenance, ease of operation (including both pumping and driving) and symmetrical proportions. Construction must be rugged and ample safety factors must be provided to carry loads as specified and to meet both on and off road requirements and speed as set forth under "Performance Test and Requirements." PERFORMANCE TESTS AND REQUIREMENTS A road test will be documented with the apparatus fully loaded and a continuous run of ten (10) miles or more will be made under all driving conditions, during which time the apparatus will show no loss of power or overheating. The transmission drive shaft or shafts, and rear axles will run quietly and free from abnormal vibration or noise throughout the operating range of the apparatus. The apparatus, when loaded, will be approximately 66% on the rear axle. The successful bidder will furnish a weight certification showing weight on the front and rear axle, and the total weight of the completed apparatus at the time of delivery. a. The apparatus must be capable of accelerating to 30 MPH from a standing start within 25 seconds on a level concrete highway without exceeding the maximum governed engine RPM. b. The service brakes will be capable of stopping the fully loaded vehicle within 35 feet from a speed of 25 MPH on a level concrete highway. c. The apparatus, fully loaded, will be capable of obtaining a speed of 50 MPH on a level highway with the engine not exceeding 95% of its governed RPM (full load). d. The apparatus will be tested and approved by a qualified testing agency in accordance with their standard practices for pumping engines. e. The contractor will furnish copies of the Pump Manufacturer's Certification of Hydrostatic Test (if applicable), the Engine Manufacturer's current Certified Brake Horsepower Curve and the Manufacturer's Record of Construction Details. FAILURE TO MEET TESTS In the event the apparatus fails to meet the test requirements of these specifications on the first trial, a second trial may be made at the option of the bidder within thiriy (30) days of the date of the first trials. Such trials will be final and conclusive and failure to comply with these requirements will be cause for rejection. Permission to keep and/or 8 � �� � SUTPH E N � Tequesta Fire Rescue store the apparatus in any building owned or occupied by the purchaser will not constitute acceptance of same. EXCEPTIONS TO SPECIFICATIONS The following specifications wilf be strictly adhered to. Exceptions will be considered if they are deemed equal to or superior to the specifications, provided they are fully explained on a separate page entitled "EKCEPTIONS TO SPECIFICATIONS." Exceptions will be listed by page and paragraph. Failure to denote exceptions in the above manner will result in immediate rejection of the proposal. In addition a general statement taking "TOTAL EXCEPTION" to the specifications will result in immediate rejection of bid. GENERAL CONSTRUCTION The apparatus wiA be designed and the equipment mounted with due consideration to distribution of load befinreen the front and rear axles so that all specified equipment, including filled water tank, a full complement of persoc►nel and fire hose will be carried without injury to the apparatus. Weight balance and distribution will be in accordance with the recommendations of the International Association of Fire Chiefs and National Fire Association (or American Insurance Association). Certified Laboratories certificate will be submitted by the manufacturer. Weight of apparatus will meet all federal axle load laws. DELIVERY REQUIREMENTS The apparatus will be completely equipped as per these specifications upon arrival a�d on completion of the required tests will be ready for immediate service in the fire department of the purchaser. Any and all alterations required at the scene of delivery to comply with these specifications must be done at the contractor's expense. PURCHASER RIGHTS The Purchaser reserves the right to accept or reject any bid. The purchaser also reserves the right to award in their best interest and reserves the right to waive any formalities. U.S.A. MANUFACTURER The entire apparatus will be assembled within the borders of the Continental United States to insure more readily available parts (without added costs and delays caused by tariffs and customs) and service, as well as protecting the purchaser should legal action ever be required, 9 i 1� S SUTPH E N � Tequesta Fire Rescue MANUFACTURER'S EXPERIENCE Each manufacturer will have been in business making similar apparatus for a minimum of seventy-five (75) years and must have had single ownership for more than fifty (50) years. ELIMINATION OF DIVIDED RESPONSIBILITY It is required that each bidder produce both the chassis and complete apparatus. To eliminate divided responsibility and service, the chassis and body must be manufactured by the same Company. Manufacturer will state the number of years the Company has been producing their own chassis and body. Manufacturer will state compliance with the paragraph. NO EXCEPTIONS. FAMA COMPLIANCE Manufacturer must be a current member of the Fire Apparatus Manufacturer's Association. 10 � r '� � SUTPHEH� Tequesta Fire Rescue PRE-CONSTRUCTION CONFERENCE After award of the contract, and prior to construction of the apparatus, a pre-construction conference will be held at the facility of the manufacturer. A provision will be provided in the bid price for all travel, food and lodging to accommodate three (3) Fire Department personnel. INSPECTION TRIPS An inspection trip at the manufacturers facility prior to delivery of the completed apparatus will be provided. Accommodations for three (3) Fire Department personnel to include all transportation, food and lodging will be included in the bid price. PERFORMANCE BOND Within finrenty (20) days of notification to the successful bidder by the purchaser, prior to any work commencing on the proposed apparatus, the successful bidder will, at their own expense, obtain and submit to the purchasing entity a performance bond in the amount of 100% equal to the total contract price. Additionally, each bidder must disclose the price/amount it pays for bonding, per $1,000. This is to demonstrate the economic stability and credit worthiness of the bidder. NO EXCEPTIONS. CHASSIS The chassis will be manufactured in the factory of the bidder. The chassis will be designed and manufactured for heavy duty service with adequate strength and capacity of all components for the intended load to be sustained and the type of service required. There will be no divided responsibilitv in the production of the apparatus. OUTLETS IN CAB There will be (2) 120V outlets provided in the cab and wired to the shoreline. These outlets will provide power in the cab when #he truck is piugged into the station. CENTER CONSOLE There will be a center console mounted on the engine hood between the driver and ofFcer. The console will be covered in black vinyl material to match the engine hood. The console will come complete with finro drink holders and recessed wells for storage 11 � � '� � SUTPHEN� Tequesta Fire Rescue of miscellaneous items. The center portion will contain a notebook rack with dividers for the storage of up to four notebooks. A heavy duty velcro strap will be provided to secure the notebooks. The outboard sections wil! cantain duct work to direct air flow from the heater>AC towards the driver and officer. OVERHEAD STORAGE _ There will be an overhead storage provided in the raised roof portion at the front of the cab. The storage will run the entire with of the cab and be secured with webbing material. SCBA BRACKETS There will be (3) SCBA brackets provided far mounting of two SCBA and (1) SCUBA unit. ALUMINUM CAB The cab will be a full tilt 6-person cab with a 10" rear raised roof designed specifically for the fire service and manufactured by the chassis builder. Cab wiN be built entirely by the apparatus manufacturer within the same facilities. NO EXCEPTIONS. CAB DESIGN The cab will be designed specifically for the fire service and manufactured by the chassis builder. The apparatus chassis will be of an engine forward, fully enclosed tilt cab design. There will be four (4) side entry doors. The cab will be of a fully open design with no divider wall or window separating the front and rear cab sections. Construction of the cab will consist of high strength 5052H32 aluminum welded to extruded aluminum framing of 6061-T6 material. The cab roof will utilize extruded, radiused outer corner rails with integral drip channel and box tubing type cross brace supports. 12 i 1� � SUTPHEN� Tequesta Fire Rescue The cab sides will be constructed from extruded door pillars and posts that provide a finished door opening, extruded and formed wheel well openings supports, formed atuminum wheel well liners and box tubing type support braces. The cab floor and rear cab wall will utilize box tubing type framing and support bracing. The framework will be of a welded construction that fully unitizes the structural frame of the cab. The structural extrusion framework will be overlaid with interlocked aluminum a{loy sheet metal panels to form the exterior skin of the cab. The structural extrusion framework will support and distribute the forces and stresses imposed by the chassis and cab loads and will not rely on the sheet metal skin for any structural integrity, CAB SUB-FRAME The cab will be mounted to a steel box tube sub-frame, ar�d will be isola#ed from the chassis, through the use of no less than six (6) elastomeric bushings. The sub frame will be painted to match the primary chassis color. The sub-frame will be mounted to the chassis through the use of lubricated Kaiser bushing for the front pivot point, and two (2) hydraulically activated cab latches, to secure the rear. CAB TILT SYSTEM An electrically powered hydraulic cab tilt system will be provided, and will lift the cab to an angle of 45 degrees, exposing the engine and accessories for service. The system will be interlocked to only operate when the parking brake is set. The lift system will be comprised of two (2) hydraulic lift cylinders, an electrically driven hydraulic pump, and a control switch. A mechanical locking system will be provided to ensure the cab remains in the raised position in the event of a hydraulic failure. The cab tilt controls will be interlocked to the parking brake to ensure the cab will not move, unless the parking brake is set. The hydrautic lift cylinders wiN be connected to a steel cab sub-frame, and not directiy to the cab. NO EXCEPTIONS CAB DIMENSIONS The cab will be designed to satisfy the following minimum width and length dimensions: 13 � �� ��'-r SUTPHEN� Tequesta Fire Rescue Cab Width (excluding mirrors) 98" Cab Length (from C/L of front axle) To front of cab (excluding bumper) 68" To rear of cab 62�� Total Cab Length (excluding bumper) 130" INTERIOR The cab interior will have Zolatone gray/black rubberized, mar resistant, textured finish. FENDER CROWNS Polished stainless steel front axle fenderettes with full depth radiused wheel well liners will be provided. GRILLE The front of the cab will be equipped with a stainless steel grille with sufficient area to allow proper airflow into the cooling system and engine compartment. CAB INSULATION The exterior walls, doors, and ceiling of the cab will be insulated from the heat and cold, and to further reduce noise levels inside the cab. The cab interior sound levels will not exceed 90 decibels at 45 mph in all cab seat positions. NO EXCEPTIONS ROOF DESIGN The cab will be of a one-half 10" raised roof design with side drip rails and will satisfy the following minimum height dimensions: Cab Dimensions Interior Front 59" Rear 65" Cab Dimensions Exterior Front 65" Rear 75" EXTERIOR GLASS The cab windshield will be of a two piece curved design utilizing tinted, laminated, 14 � II 1 � SUTPHEN� Tequesta Fire Rescue automotive approved safety glass. The window will be held in pface by an extruded rubber molding. The cab will be finished painted prior to the window installation. Two (2) fixed position side windows will be provided between the forward cab area and the crew cab area, one (1) each side and will utilize tinted, tempered automotive approved safety glass. The widows will be approximately 20.5" high x 16.50" wide to provide maximum visibility. The side windows will be held in place by an extruded rubber molding. The cab door and canopy windows will utilize tinted, automotive approved safety glass. SUN VISORS The sun visors will be made of dark smoke colored transparent polycarbonate. There will be a visor located at both the driver and officer positions, recessed in a molded form for a flush finish. CAB STEPS The lower cab steps will be no more than 22" from the ground. An intermediate step will be provided, mid way befinreen the lower cab step, and the cab floor. The intermediate step will be slightly inset to provide for safer ingress and egress. All steps will be covered with material that meets or exceeds the NFPA requirements for stepping surfaces. STEP LIGHTS A white LED strip light will illuminate each interior cab step. These lights will illuminate whenever the battery switch is on and the cab door is opened. CAB DOORS The cab doorframes will be constructed from aluminum extrusions fitted with an aluminum sheet metal skin and will be equipped with dual weather seals. The outside cab door window opening will be framed by a black anodized aluminum trim, to provide a clean appearance. The cab doors will be equipped with heavy-duty door latching hardware, which complies with FMVSS 206. The door latch mechanism will utilize control cable linkage for positive operation. A rubber coated nylon web doorstop will be provided. The doors will be !ap type with a full-length stainless steel 3/8" diameter hinge and will be fully adjustable. 15 � � +� � SUTPH E H � Tequesta Fire Rescue All openings in the cab will be grommeted or equipped with rubber boots to seal the cab from extraneous noise and moisture. The cab doors will be designed to satisfy the following minimum opening and step area dimensions: Door Opening: Front 36.5" x 73.00" Rear 36.5" x 82.25" The interior of the cab doors will have a Zolatone finish to match the interior of the cab. INTERIOR DOOR PANELS The interior of the cab entry doors will have a 304 brushed stainless steel scuff plate, contoured to the door, from the door sill down. The lower portion of the doors will feature a stainless steel plate and include the NFPA requirement of 96 square inches of white reflective material on the lower portion of the interior cab doors. The striping will be laid over 3M reflective materials. The reflective decal will be plainly visible to oncoming traffic when the doors are in the open position. MANUAL CAB LIFT There will be a manually operated hydraulic pump for tilting the cab in case the main pump should fail. Access to the pump will be located under the left front corner of the front bumper. CAB STRUCTURAL INTEGRITY The cab of the apparatus will be designed and so attached to the vehicle as to eliminate, to the greatest possible extent, the risk of injury to the occupants in the event of an accident. The apparatus cab will be tested to specific load and impact tests with regard to the protection of occupants of a commercia! vehicle. A test will be conducted to evaluate the frontal impact strength of the apparatus cab to conform to the test J2420 and the "United Nations Regulation 29, Annex 3, paragraph 4, (Test A). A second test will be conducted to evaluate the roof strength of the apparatus cab to conform to the Society Of Automotive Engineers (SAE) SAE J2422/SAE J2420 and "United Nations Regulation 29, Annex 3, paragraph 5, (Test B) and SAE J2420. The evaluation will consist of the requirements imposed by ECE 16 � �� � SUTPHEN� Tequesta Fire Rescue Regulation 29, Paragraph 5. The test will be conducted by a certified independent third party testing institution. A letter stating successful comp{etion of the above test on the brand of cab being supplied will be included in the bid. There will be "no exception" to this requirement. SEAT BELT TESTING The seat belt anchorage system will be tested to meet FMVSS 207 Section 4.2a and FMVSS 210 section 4.2. Testing will be conducted by an independent third party product evaluation company. A copy of the certification letter will be supplied with the bid documents. EMS CABINET There will be a cabinet constructed of .125 aluminum plate and painted to match the interior of the cab. The cabinet dimensions will be approximately 21" wide x 24" deep x 39" tall. The cabinet will come complete with a lockir►g roll up door, finro (2) adjustable shelves, and sufficient lighting to illuminate the compartment. The location of the cabinet will be behind the officer. COMPUTER TRAY There will be a slide-out tray in front of the officer's seat for a laptop computer or other use. MOUNTING PLATES There will be an aluminum plate affixed to the top of the air conditioning unit for use of tool mounting. WINDOWS ' All four cab entry doors will have manual roll-down windows, which will all roll down completely. WINDOW TINTING The crew cab windows and doors, with the exception of the driver's and officer's doors, and the windshield, will be tinted with deep "limo" tint. 17 � �� � SUTPHEH� Tequesta Fire Rescue A{R HORNS Two (2) Grover 2040 Stuttertone rectangular, chrome plated, air horns will be recess mounted, one (1) each side behind the perforated grille of the bumper. The air horns will be controlled by a toggfe switch wired through the horn button. A foot switch for the air horns will also be provided on the ofFcer's side. ALTERNATOR A 320 ampere Prestolite/Leece Neville Model 4962PA, alternator with serpentine belt will be provided The alternator will generate 260 amperes at id(e. A low voltage alarm, audible and visual, will be provided. FRONT AXLE A MeritorT"" MFS-18-133A non-driving, front steer axle with a capacity 18,000 pounds will be provided. The axle will have a 3.74" dropped I-beam, 10 bolt, hub pi{oted, furnished with oil seals. REAR AXLE The rear axle will be a MeritorT"" RS-26-160 Single reduction drive axle with a capacity of 27,000 Ibs. The axles will be hub piloted, 10 studs, furnished with oil seals. TOP SPEED Rear axle speed approximately 65 MPH. BATTERY JUMPER TERMINAL There will be one set (two studs) of battery jumper terminals located by the battery box under the cab. The terminals will have plastic color-coded covers. Each terminal will be tagged to indicate positive/negative. WIRING IN CAB There will be wiring in cab provided for flashlights and computer power. BATTERIES The battery system will be a single system consisting of four negative ground, 12 volt Interstate Group 31 MHD batteries, cranking performance of 950 CCA each with total of 18 � f� � SUTPH E N � Tequesta Fire Rescue 3800 amps, 185 minute reserve capacity with 25 ampere draw at 80 degrees Fahrenheit. Each battery will have 114 plates. Warranty will be accepted nationwide. The batteries will be installed in a vented 304 stainless steel battery box with a removable aluminum cover to protect the batteries from road dirt and moisture. The battery cover will be secured with four "T" handle rubber hold downs to provide easy access for maintenance and inspection. Stainless steel hardware will be used for installation. The batteries are to be placed on dri-deck and secured with a fiberglass hold down. The batteries will be wired directly to starter motor and alternator. The battery cables will be 3/0 gauge. Battery cable terminals will be soldering dipped, color-coded and labeled on heat shrink tubing with a color-coded rubber boot protecting the terminals from corrosion. There will be a 350-ampere fuse protecting the pump primer and a 250-ampere fuse protecting the electric cab tilt pump and other options as required. BATTERY CHARGER An IOTA model DLS-45 45-ampere 12-volt DC battery charger with automatic overcharge protection will be provided. SHORELINE A shoreline connection will be provided and located on the driver's side of the cab between the front and rear doors. AUTO-EJ ECT A Kussmaul Model 091-55-20-120 super electric auto-eject with weatherproof cover and power interrupt will be provided. AIR DISC BRAKES The apparatus will be equipped with Arvin Meritor DiscPlus EX225 Air Disc Brakes. Each disc brake assembly will include one (1) 17" vented rotor, one (1) lightweight hub, one (1) twin-piston caliper, and two (2) quick-change pads. AIR BRAKE SYSTEM The vehicle will be equipped with air-operated brakes. The system will meet or exceed the design and performance requirements of current FMVSS-121 and test requirements 19 � �� � SUTPN E N � Tequesta Fire Rescue of current NFPA 1901 standards. Each wheel will have a separate brake chamber. A dual treadle valve will split the braking power between the front and rear systems. All main brake lines will be color-coded nylon type protected in high temperature rated split plastic lovm. The brake hoses from frame to axle will have spring guards on both ends to prevent wear and crimping as they move with the suspension. All fittings for brake system plumbing will be brass. A Meritor Wabco System Saver 1200 air dryer will be provided. The air system will be provided with a rapid build-up feature, designed to meet current NFPA 1901 requirements. The system will be designed so the vehicle can be moved within 60 seconds of startup. The quick build up system will provide sufficient air pressure so that the apparatus has no brake drag and is able to stop under the intended operating conditions following the 60-second buildup time. The vehicle will not be required to have a separate on-board electrical air compressor or shoreline hookup to meet this requirement. Four (4) supply tanks will be provided. One air reservoir will serve as a wet tank and a minimum of one tank will be supplied for each the front and rear axles. A Schrader fill valve will be mounted in the front of the driver's step well. A spring actuated air release emergency/parking brake will be provided on the rear axle. One (1) parking brake control will be provided and located on the engine hood next to the transmission shifter within easy reach of the driver. The parking brake will automatically apply at 35 ±10 PSI reservoir pressure. A Meritor WABCO IR-2 Inversion Re1ay Valve, supplied by both the Primary and Secondary air systems, will be used to activate the parking brake and to provide parking brake modulation in the event of a primary air system failure. Accessories piumbed from the air system will go through a pressure protection valve and to a manifold so that if accessories fail they witl not interfere with the air brake system. AIR BRAKING ABS SYSTEM A Wabco ABS system will be provided to improve vehicle stability and control by reducing wheel Iock-up during braking. This braking system will be fitted to axles and all electrical connections will be environmentally sealed from water and weather and be vibration resistant. The system will constantly monitor wheel behaviar during braking. Sensors on each 20 i l� -��'r SUTPNEN� Tequesta Fire Rescue wheel transmit wheel speed data to an electronic processor, which wili sense approaching wheel lock and instantly modulate brake pressure up to 5 times per second to prevent wheel lock-up. Each wheel will be individually controfled. To improve field performance, the system will be equipped with a dual circuit design, The system circuits will be configured in a diagonal pattern. Should a malfunction occur, that circuit will revert to normal braking action. A warning light at the driver's instrument panef will indicate malfunction to the operator. The system will consist of a sensor clip, sensor, electconic control unit and solenoid control valve. The sensor clip will hold the sensor in close proximity to the tooth whee�. An inductive sensor consisting of a permanent magnet with a round pole pin and coil will produce an alternating current with a frequency proportional to wheel speed. The unit will be sealed, corrosion-resistant and protected from electro-magnetic interference. The electronic control unit will monitor the speed of each wheel sensor and a microcomputer will evaluate wheel slip in milliseconds. BUMPER There will be a 12" high double rib polished stainless steel wrap-around bumper provided at the front of the apparatus. Laser cut perforated grilles will be irtcorporated into the bumper and located at the outboard of the frame rails for the air horns and at the center for the siren speaker. The bumper will be mounted to a reinforcement plate constructed of 1/4" x 10" x 70" carbon steel. A gravel shield will be provided, constructed of .188" aluminum diamond plate. The bumper extension will be approximately 24". STORAGE WELL COMPaRTMENT There will be a hose weA compartment located in the front bumper. The compartment will run the full width of the bumper and measure approximately 75" wide x 16" long x 4" deep at the ends and 12" deep in the center. The compartment will be constructed of .125" smooth alurninum plate. DIAMOND PLATE BUMPER LID There wiil be a 1/8" diamond plate cover with fatches provided for the front bumper trough. The cover will have a 2" rise to accommodate the storage well requirements. COOLING SYSTEM The cooling system will be designed to keep the engine properly cooled under all conditions of road and pumping operations. The cooling system will be designed and tested to meet or exceed the engine and transmission manufacturer's requirements, and EPA regu{ations. 21 � �� S SUTPH E N � Tequesta Fire Rescue The complete cooling system will be mounted in a manner to isolate the system from vibration and stress. The individual cores will be mounted in a manner to allow expansion and contraction at various rates without inducing stress to the adjoining core(s). The cooling system will be comprised of a charge air cooler to radiator seriat flow package that provides the maximum cooling capacity for the specified engine as well as serviceability. The main components will include a surge tank, a charge air cooler, bolted to the top of the radiator to maximize coaling, recirculation shields, a shroud, a fan, and required tubing. All components wiU consist of an individually sealed system. RADIATOR The radiator will be a cross-flow design constructed completely of aluminum with welded side tanks. The radiator will be bolted to the bottom of the charge air cooler to allow a single depth core, thus allowing a more efficient and serviceable cooling system. The radiator will be equipped with a drain cock to drain the coolant for serviceability. The drain cock will be located at the lowest point of the aluminum cooling system to maximize draining of the system. CHARGE AIR COOLER The charge air cooler will be of a cross-flow design and constructed completely of aluminum with extruded tanks. The charge air cooler will be bolted to the top of the radiator to allow a single depth core. COOLANT The cooling system will be filled with a 50/50 mix. The coolant makeup will contain ethylene gtycol and de-ionized water to prevent the coolant from freezing to a temperature of —34 degrees F. HOSES 8� CLAMPS Si{icone hoses will be provided for all engine coolant lines. All radiatar hose clamps will be spring loaded staintess steel constant torque hose clamps for all main hose connections to prevent leaks. Recirculation shields will be installed where required to prevent heated air from reentering the coofing package and affecting perFormance. 22 � t� -�'�„�- SUTPNEN� Tequesta Fire Rescue FAN The engine cooling system will incorporate a heavy-duty composi#e 11-blade Z-Series fan. It will provide the highest cooling efficiently while producing the lowest amount of noise. This robust yet light-weight fan results in fess wear and stress on motors and bearings. A shroud and recirculation shield system will be used to ensure air that has passed through the radiator is not drawn through again. The fan tip to radiator core clearance will be kept at a minimal distance to increase the efficiency of the fan and reduce fan blast noise. FAN CLUTCH A fan clutch will be provided that will allow the cooling fan to operate only when needed. The fan will remain continuously activated when the truck is placed in pump gear. SURGE TANK The cooling system will be equipped with an aluminum surge tank mounted to the officer's side of the cooling system core. The surge tank will house a low coolant probe and sight glass to monitor the coolant level. Low coolant will be alarmed with the check engine light. The surge tank will be equipped with a dual seal cap that meets the engine manufacturer's pressure requirements, and system design requirements. The tank will allow for expansion and to remove entrained air from the system. There will also be an extended fill neck to prevent system overfill and encroachment of expansion air space. Baffling will be installed in the tank to prevent agitated coolant from being drawn into the engine cooling system. DRIVELINE The driveline will consist of Spicer 1710 series dual grease fitting universal joints with "Half-Round" end yokes. The drive shaft will be built with a heavy-duty steel tube 4.095" outside diameter x.180 wall thickness. The shafts will be dynamically balanced prior to installation into the chassis. A splined slip joint will be provided in each shaft assembly. Universal joints will be extended life. There will be finro (2) Zerk fittings in each universal joint assembly so the joint can be greased without turning the shaft. ENGINE ENCLOSURE. RAPTOR SKIN An integral, formed aluminum and composite engine enclosure wili be provided. The 23 i I �� � SUTPHEN� Tequesta Fire Rescue engine enclasure will be contoured and blended in an aesthetically pleasing manner with the interior dash and flooring of the cab. The enclosuce will be kept as low as possible, to maximize space and increase crew comfort. The enclosure will be constructed from 5052 H2 aluminum plate and GRP composite materials, providing high strength, low weight, and superior heat and sound deadening qualities. The exterior sides will be covered with rubberized carpeting to aid in sound deadening and heat resistance. The top will be covered with a fibergfass grade cover, with a heavy duty, gray Raptor Skin, wear resistant covering, further reducing noise and heat in the cab. The underside of the engine enclosure will be covered with a sound deadening, heat reflective insulation system, and will further minimize noise (DB levels}, and eliminate engine heat from the frant and �ear of the cab. The insulation material wiN be bonded with adhesive and mechanically fastened to the underside of the cab. All seems wi{I be sealed to prevent water absorption. NO EXCEPTIONS. AIR CLEANER/INTAKE The engine air intake and filter will be designed in accordance with the engine manufacturer's recommendations. It will be 99.9% effective in removing airborne contaminants when tested per the industry standard SAE J726 procedure and offer a dirt holding capacity of at least 3.0 gm/cfm of fine dust (tested per SAE J726) offering superior engine protection. The air filter will be located at the front of the apparatus and will be at least 66" above the ground, to allow fording deep water in an emergency situation. An ember separator will be provided in the engine air intake meeting, the requirements of NFPA 1901. An Air Restriction warning light will be provided and located on the cab dash. ENGINE Cummins Diesel ISL 9, 450 H.P. @ 2100 R.P.M., 1250 ft. Ib. Torque @ 1400 R.P.M. Displacement: 8.9 liter displacement. Cylinders: 6 Bore: 4.49" (114mm) Stroke: 5.69" (145mm) The engine will have a five year or 100,000 mile warranty and approval by Cummins Diesel for installation in the chassis. 24 i �� � SUTPHEN� Tequesta Fire Rescue The engine will be equipped with the following: • Air cleaner • Air compressor - 18.7 CFM • Exhaust - single with discharge right side, ahead of rear wheels • Primary fuel filter • Lube oil cooler • Lube oil filter - full flow • Starting motor - 12 volt EXHAUST SYSTEM The engine exhaust system will include the following components: • Diesel Particulate Filter (DPF) • Diesel Oxidation Catalyst (DOC) • Diesel Exhaust Fluid (DEF) • Selective Catalytic Reduction Filter (SCR) The SCR catalyst utilizes the DEF fluid, which consists of urea and purified water, to convert NOx into nitrogen and water. This wiU meet or exceed 2010 EPA emissions requirements. The engine exhaust system will be horizontal design constructed from heavy-duty truck components. The exhaust tubing will be stainless steel to the DPF through to the SCR aluminized stee! from the SCR to the exhaust tip. A heavy duty staintess steel bellows tube will be used to isolate the exhaust system from the engine. The system will be equipped with single canister consisting of a Diese{ Oxidation Catalyst (DOC) and a Diesel Particulate Filter (DPF), and will be mounted under the right side frame rail, meeting the specific engine manufacturer's specifications and current emission level requirements. The outlet will be directed to the forward side of the rear wheels, exiting the right side with a heavy duty heat diffuser. The heat diffuser will prevent the exhaust temperature from exceeding 851 deg. F during a regeneration cycle. A heat-absorbing sleeve will be provided on the exhaust pipe in the engine compartment area to reduce the heat, protect the alternator, and also to protect personnel while servicing the engine compartment. AFTER TREATMENT SYSTEM To meet EPA requirements of Particulate output, a DPF (Diesel Particulate Filter) is used. To meet EPA requirements of Nitrous Oxide output an SCR (Selective Catalytic 25 � �f 1 -�'�- SUTPHEN� Tequesta Fire Rescue Reduction) system utilizing DEF (Diesel Exhaust Fluid) is used. ENGINE BRAKE The engine will be equipped with a Jacobs compression engine brake. An "On/OfP' switch will be provided on the instrument panel within easy reach of the driver. The engine brake will interface with the Wabco ABS brake controller to prevent engine brake operations during adverse braking conditions. A pump shift interlock circuit will be provided to prevent the engine brake from activating during pumping operations. The brake light will activate when the engine brake is engaged. DIESEL. EXHAUST FLUID TANK The exhaust system will include a molded cross linked polyethylene tank. The tank will have a capacity of 5 usable gallons and will be mounted on the left side of the chassis frame. The DEF tank fill neck will accept only a 19mm dispensing nozzle versus the standard 22mm diesel fuel dispensing nozzle to prevent cross contamination. The DEF tank cap will be blue in color to further prevent cross contamination. A placard will accompany fill location noting DEF specifications. DUAL FRAME RAILS The chassis frame will be of a ladder type design utilizing industry accepted engineering best practices. The frame will be specifically designed for fire apparatus use. Each frame rail will be constructed of 3/8" thick-formed channels. The outer channel will be 10.188" x 3.50" x.375". Inner reinforcements of 9.31" x 3.13" x.375" will span the entire length of the frame rails. The dual rail section modulus will be 29.00 in. Dual rail resistance to bending moment (RBM) will be 1,763,130 in/Ibs. Each rail will be primed with Cathacoat 302HB, A high performance, finro component, reinforced inorganic zinc-rich primer with proven cathodic protection of steel structures, prior to assembly. 26 � �� � SUTPHEN� Tequesta Fire Rescue The cross-members will be constructed of minimum 3/8" formed channels and have formed gusseted ends at the frame rail attachment. .625 inch, grade 8 flange, Huck bolt fasteners will be used on all permanently attached brackets to the frame to eliminate the need for bolt re-tightening. A lifetime warranty will be provided, per manufacturer's written statement. FUEL TANK The chassis wifl be equipped with a 65-gallon rear mounted, behind the rear axle, rectangular fuel tank that will be constructed of steel with stamped heads. The fuel tank will be certified to meet FMVSS 393.67 tests. It will also maintain engine manufacturer's recommended expansion room of 5%. The tank will be removable by means of six (6) bolted connections and dropped. One (1) tank baffle will be used. Dual pick-up and return ports with a single 3/4" tank drawtube will be provided for diesel generators if required. The fuel tank will be equipped with a 2 1/4" filler neck assembly with a 3/4" vent located on the left hand side of the tank. A fuel fill cap attached with a lanyard will be provided. The bottom of the fuel tank will contain a 1/2" drain plug. The fuel lines will be nylon braid reinforced fuel hose with brass fittings. The lines will be carefully routed along the inside of the frame rails. All fuel lines are covered in high temperature rated split plastic loom. Single suction and return fuel lines will be provided. The fuel tank will be mounted in a saddle with 1/4" rubber, contact cemented to the saddle. FUEL COOLER Installed on the apparatus fuel system will be an Air-To-Liquid aluminum fuel cooler. The fuel cooler will be located in the lowest module of the cooling system. CAB HANDRAILS There will be a 24" long, handrail provided and installed, at each cab entrance. The handrails will be constructed of type 304 stainless steel 1.25 inch diameter tubing with 27 1 � �� � SUTPHEN� Tequesta Fire Rescue bright finish and knurled gripping surface. Mounting flanges will be constructed from 7 gauge, .180 thick, stainless sheet. Each grab rail will have 90 degree returns to flanges. The ends of grab rail will pass through the flanges and be welded to form one structural unit. The handrails will be mounted using 1.25" SS Hex bolts, with a barrier rubber gasket at each flange. Sufficient space will allow for a gloved hand to firmly grip the rail. There will be finro (2) rubber coated grab handles provided and mounted on the interior of the cab, one each side, on the windshield post for ingress assistance. The handrail on the driver's side will be approximately 11" long and the handrail on the officer's side will be approximately 18" long. CAB DOOR HANDRAILS Two (2) 1.25" diameter knurled stainless steel handrails will be provided on the inside of the rear crew doors just above the windowsill. HEAVY DUTY HEATER/DEFROSTER/AIR CONDITIONER There will be a minimum 80,000 cool BTU and 65,000 heat BTU single unit, heater/air conditioner mounted over the engine cover. The unit will be mounted in center of the cab on the engine hood/enclosure. Unit will have a shutoff valve at the right side of the frame, next to the engine. Airflow of the heater/air conditioner will be a minimum 1200 CFM. To achieve maximum cooling, a TM-31 Compressor (19.1 cu. in.) will be used. The defroster/heater will be a minimum of 35,000 BTU and will be a separate unit mounted over the windshield. There will be eight (8) louvers/diffusers to direct to windshield and door glass. Airflow of the defroster/heater will be a minimum 350 CFM. The unit will be painted Zolatone greystone to match the cab ceiling. The condenser will be roof mounted and have 80,000 BTU rating. The unit will include two fan motors. Airflow of the condenser will be a minimum 2250 CFM. (This roof-mounted condenser will work at full rated capacity at an idle with no engine heat problems.) HEATER/DEFROSTER/AIR CONDITIONING CONTROLS The heater/defroster/air conditioning will be located in the overhead console in the center of the apparatus cab within reach of the driver and officer. The controls will be illuminated for easy locating in dark conditions. The controls will be located in such a way that the driver will not be forced to turn away from the road to make climate control adjustments. Control of all heateNdefroster/air conditioning functions for the entire apparatus cab wiN be achieved through these controls. 28 i �� � SUTPH E N � Tequesta Fire Rescue AUXILIARY DEFROSTER FAN There will be a Red Dot model RD-5-5786-OP 12-volt fan mounted in the cab ceiling, directed at the driver's side windshield. The fan will be activated by a 3-position toggle switch located at the base of the fan. The switch positions will be High, Low and Off. AUXILIARY DEFROSTER FAN There will be a Red Dot model RD-5-5786-OP 12-volt fan mounted in the cab ceiling, directed at the officer's side windshield. The fan will be activated by a 3-position toggfe switch located at the base of the fan. The switch positions will be High, Low and Off. The fan wilf be sifver. DEFROSTER DIFFUSER A molded diffuser made of durable ABS plastic ductwork system will be provided. It will be form fitted and will attach to the cab's overhead defroster unit to provide temperature controlled air to the windshields. Air flow of up to 280 cfm is balanced and directed across the entire windshield for optimum defrosting capability in all types of weather. LOAD MANAGER Load manager will have the ability to sequence loads on and off. It will also be able to shed 8 loads when the vehicle is stationary, starting at 12.7 volts lowest priority load to be shed, then respectively at 12.6, 12.4, 12.2, 12.0, 11.8, 11.4 and 11.0 Volts DC. Any load that has been shed will be off for a minimum of five minutes, and then if voltage has rebounded above shed voltage, the shed load will automatically come on. There will also be an indicator panel along side the rocker switches, which indicate power is on, battery warning and fast idle. Battery warning indicator will flash at a rate proportional to the voltage discharge rate. AUTOMATIC HIGH IDLE ACTIVATION The load management system will be capable of activating the apparatus high idle system when the system voltage drops below 12.3 volts DC. The system will raise engine speed for a minimum of five minutes until voltage exceeds 13.0 volt DC. The foad management system will activate the high idle feature before any devices are automatically shed OFF. The high idle function request from the load management device will function only if the appropriate interfocks are present; that is, control of the high idle system is monitared and wi11 be superseded by the state of the interlock control module. The automatic high idle system will be deactivated whenever the brake 29 � �1 1 � SUTPHEN� Tequesta Fire Rescue pedal is pressed, and will remain inactive for two minutes thereafter to allow an operator to override the high idle function and return the engine to idle before PTO engagement. PUMP SHIFT MODULE A pump shift module with indicating lights will be located within easy reach of the driver. A gear lockup will be provided to hofd the transmission in direct drive for pump operation. INSTRUMENT PANEL The main dash shroud, which covers the area directly in front of the driver from the doorpost to the engine hood, will be custom molded and covered with a non-glare black vinyl. The dash will be a one-piece hinged panel that tilts outward for easy access to service the internal components. The gauge panel will be constructed of durable aesthetically pleasing light gray polymer material, placed over a heavy duty stee{ backing plate, for added strength and durability. The gauges will be Beede Instruments, NexSys Link gauges with built-in self-diagnostics and red warning lights to alert the driver of any problems. All gauges and controls will be backlit for night vision and identified for function. All main gauges and warning lights will be visible to the driver through the steering wheel. MASTER BATTERY & IGNITION SWITCH The vehicle will be equipped with a keyless ignition, with a two (2)-position Master Battery rocker switch, "Ignition Off/On" and a finro (2)-position Engine Start rocker switch, "Off/Start". DIESEL PARTICULATE FILTER CONTROLS There will be two (2) controls for the diesel particulate filter. One (1) control will be for regeneration and one (1) control will be to inhibit engine regeneration. INSTRUMENTATION & CONTROLS Instrumentation on dash panel: • Tachometer/hourmeter with built in high exhaust system regeneration temperature, and instrument malfunction indicators • Speedometer/odometer with built in turn signal, high beam, and re-settable trip odometer • Voltmeter • Diesel Fuel gauge 30 � f� � SUTPNEH� Tequesta Fire Rescue • DEF (Diesel Exhaust Fluid) Ffuid gauge • Engine oil pressure • Transmission temperature • Engine temperature • Primary air pressure • Secondary air pressure Indicators and warning lights visible to driver: • Battery on • Parking brake engaged • Low air with buzzer • Turn signals • Hi-beam • Transmission temperature • Do not shift transmission • Check transmission • Stop engine with buzzer • Check engine • Regeneration • High exhaust temperature • Air filter restriction iight • Back pressure • Cab door open (flashing) • Compartment door open (flashing) • Antilock brake warning • Low voltage Other indicator and warning tighfs • Differentiallocked • PTO (s) engaged • Auto-slip response • Retarder engaged • Retarder temperature Controls located on main dash panel: • Master power disconnect with ignition switch • Engine start switch • Headlight switch • Windshield wiper/washer switch • Differential lock switch (if applicable) • Dimmer switch for backlighting Controls included in steering column: • Horn button 31 � 1� � SUTPH E N � Tequesta Fire Rescue • Turn signal switch • Hi-beam low-beam switch � 4-way flasher switch • Tilt-telescopic steering wheel controls Controls, gauges and indicator lights located to the right of driver's position: • Transmission shifter • Pump shift control with OK TO PUMP and PUMP ENGAGED lights • Heaterldefroster controls • Eighteen (18) illuminated rocker switches • Parking brake control Driving compartment warning labels will include: • HEIGHT pF VEHICLE • OCCUPANTS MUST BE SEATED AND BELTED WHEN APPARATUS IS IN MOTION • DO NOT USE AUXILIARY BRAKING SYSTEMS ON WET OR SLIPPERY ROADS • EXIT WARNINGS Additional labels included: • COMPUTER CODE SWITCH • ABS CODE SWITCH • FLUID DATA TAG • CHASSIS DATA TAG ENGINE WARNING SYSTEM An engine warning system will be provided to monitor engine conditions such as low oil pressure, high engine temperature and low coolant level. Warning indication will include a STOP ENGINE (red) light with audible buuer activation and a CHECK ENGINE (amber) light Note: (Some engine configurations may also include a fluid warning light.) There will be a master information light bar with 24 lights located across the center of the dash panel that covers up to 24 functions. These are defined under Indicafors and Warning Lights above. WIRING All wiring will have XL high temperature crosslink insulation and will be 10 gauge, 12 gauge, 14 gauge and 18 gauge depending on load. All wiring will be color-coded, and the function and number stamped at 3" intervafs on each wire. All wiring will be 32 � �� � SUTPHEN� Tequesta Fire Rescue covered with high temperature rated split loom for easy access to wires when trouble shooting. All electrica{ connectors and main connectors throughout the chassis will be treated to prevent corrosion. DOOR AJAR INDICATION Four (4) red LED lights are provided in the forward cab overhead console area, visibfe to both driver and officer. Upon releasing the apparatus parking brake one or more of these lights will automatically illuminate (flash) if any cab door is open, compartment door is open, any ladder or equipment rack is not in stowed position, stabilizer system deployed or any other device has not been properly stowed that may cause damage if the apparatus is moved. MASTER ELECTRICAL PANEL The chassis main breaker panel will be wired through the master disconnect solenoid and controlled with a three-position ignition rocker switch, Circuit breakers and flashers will be located at officer's right side lower interior firewall with removable cover and schematic provided with notebook holder on outside cover. A deluxe breaker panel with up to 22 ground switched relays with circuit breaker protection will be provided. An integrated electrical sub-panel will be provided and interfaced to the body and chassis through an engineered wire harness system. Twelve (12) 20-ampere and one (1) 70-ampere relay for cab lightbar and assemblies will be provided. If the option for a mechanical siren has been selected finro (2) additionaf relays will be provided. Additional four relay boards with circuit breaker protection for additional loads. Maximum finro boards (8 relays) per breaker panel. All relay boards set up to trip with input from switch of positive-negative or load manager by moving connector on board (no tools needed to do this). All relay boards will be equipped with a power-on indicator light (red), input indicator light (green) and power output indicator light (red). Up to 23 additiona{ automatic reset circuit breakers for non-switched loads that are remotely switched (ie: heater fans, hood lights, etc.). All relays and circuit breakers on the relay boards will be pull-ouUpush-in replaceabfe. All circuit breakers on the relay boards wilt be 20 ampere automafic reset which can be 33 � �� � SUTPHEN� Tequesta Fire Rescue doubled or tripled for 40 or 60-ampere capacity. The system will utilize Deutch DRC weather resistant connectors at the breaker panel, toe board and main dash connections. All internal wire end terminals, including locking connectors, will be mechanically affixed to the wire ends by matching terminal crimping presses to assure the highest quality terminations. All internal splices will be ultrasonically welded connections and aN internal wiring will be high temperature GXL type wire that is protected by wiring duct wherever possible. All switches will be ground controlled; no power going through any rocker switch. Any switch controlling a relay in the breaker panel will be capable of being set to function only when the parking brake is set. All relays will be tagged with the function that the relay is controlling. HIGH IDLE The engine will have a"high idle" switch on the dash that will maintain an engine RPM of 1,000. The switch will be installed at the cab instrument panel for activation/deactivation. The "high idle" mode will become operational only when the parking brake is on and the truck transmission is in neutral. AUXILIARY POWER POINT Two (2) additional 12-volt 20-ampere auxiliary lighter socket type plug-in, will be provided in the cab. VEHICLE DATA RECORDER An Akron / Weldon vehicle data recorder as required by the 2009 edition of NFPA 1901 witl be installed. Vehicle data will be sampled at the rate of 1 second per 48 hours, and 1 minute per 100 engine hours. Software will be provided to allow the fire department to collect the data as needed. INTERIOR The cab interior wifl be finished in gray Durawear on the full front and rear headliners and rear firewall. 34 � 1� � SUTPHEN� Tequesta Fire Rescue LIGHTING CAB EXTERIOR Exterior lighting and reflectors will meet or exceed Federal Motor Vehicle Safety Standards and National Fire Protection Association requirements in effect at the time the is manufactured. There will be dual high/low sealed beam halogen rectangular headlights in custom-built stainless steel housings one each side of the front of the cab. There will be four red front facing warning lights on the cab, two each side in custom built stainless steel housings, mounted above the headlight housings. ALTERNATING HEAD LAMP The headlights will have an alternating flash feature for emergency response use. HAND HELD SPOTLIGHT One Optronics Blue Eye Model KB-4003, 400,000-candle power hand-held spotlight will b_e provided, installed at officer's side of cab. LIGHTING CAB INTERIOR �nterior lighting will be provided inside the cab for passenger safety. Two (2) ceiling mounted combination red/clear LED dome lights with a push button on/off switch in the light lens. One light will be located over each the officer and driver's position. The lights will also activate from the open door switch located in each cab doorjamb. MAP LIGHT A Sunnex 20" "goose neck" halogen map light will be provided on the officer's side of the cab dash. LIGHTING CREW CAB INTERIOR Interior lighting will be provided inside the crew cab for passenger safety. Two (2) ceiling mounted combination red/clear LED dome lights with a push button on/off switch in the light lens will be provided. The lights will also activate from the open door switch located in each cab doorjamb. MIRRORS Two (2) Lang Mekra 300 Series smooth chrome plated Aero style main and convex 35 � �� S SUTPH E N � Tequesta Fire Rescue mirrors will be installed on each side of the vehicle. The main mirror will be 4-way remote adjustable 7" x 96" 2nd surface chromed flat glass. The convex will be 6" x 8" 2nd surFace chromed 400 mm radius glass. Each mirror housing assembly will be constructed of lightweight textured chrome ABS with on truck glass and housing back cover replacement. In the event the mirror breaks the glass will be replaceable in (3) minutes or less. The glass will include a safety adhesive backing to keep broken glass in place. The mirror assembly wil{ be supported by a"C" toop bracket constructed of polished stainless stee! tube utilizing two point mounting red�cing vibration of mirror glass during normal vehicle operation. The lower section of the holder will include a spring loaded single detent position 20 degrees forward with easy return to operating position without refocusing. HELMET STORAGE A universal style helmet bracket will be provided for each riding position. A placard will be provided fo� each riding position warning that injury may occur if helmets are worn while seated. SEAT BELT WARNING SYSTEM An Akron / Weldon seat belt warning system will be provided, and will monitor each seating position. Each seat will be supplied with a sensor that, in conjunction with the display module located on the dash, will determine when the seat belt was fastened and if the seat is occupied. An icon will represent that the seat is properly occupied. An audible and visual alarm will be activated if the seat is occupied and/or the belt is not fastened in the proper sequence. DRIVER'S SEAT The driver's seat will be a Bostrom FX ABTS air ride high back seat. The seat will have the following features: • Integrated 3-point seat belts • Built in lumbar support • Durawear seat material • Adjustable fore/aft OFFICER'S SEAT The officer's seat will be a Bostrom FirefighterT"" Tanker 350 ABTS SCBA seat. The 36 1 �� � SUTPHEN� Tequesta Fire Rescue seat will have the following features: • lntegrated 3-point seat belt • "Auto-Pivot & Return" head rest • Built in lumbar support • Durawear seat materia{ UNDER SEAT STORAGE There wili be a storage compartment under the officer's seat approximately 15" wide x 10.5" tall x 15.5" deep. CREW SEATS The crew cab area will have three (3) Bostrom FirefighterT"' seats. The seating arrangement will be: one (1) rear facing Bostrom Tanker 350 ABTS SCBA seats and two (2) forward facing Bostrom 300CT ABTS SCBA flip up seats. The seats will have the following features: • Integrated 3-point seat belts • "Auto-Pivot & Return" head rest • Built in lumbar support • Gray Durawear/vinyl seat material SCBA BOTTLE BRACKET The officer and crew seats will come equipped with an H.O. Bostrom SecureAllT"" SCBA Locking System capable securing all U.S. and international SCBA brands and sizes while in transit or for storage on fire trucks. Locking will be achieved by pushing the SCBA unit (bottle) against the pivot arm to engage the automatic lock system. A top clamp will surround the top of the SCBA tank for a secure fit in all directions. The bracket will be equipped with a center guide fork to keep the tank in-place for a safe and comfortable fit in seat cavity. All adjustment points wifl utilize one tool and be easily adjustable. The bracket system will be free of straps and clamps that may interfere with auxiliary equipment on SCBA units. The release handle will be integrated into the seat cushion for quick and easy release and will eliminate the need for straps or pull cords to interfere with other SCBA equipment. 37 � �� S SUTPH E N � Tequesta Fire Rescue The bracket system will meet NFPA 1901 standards and requirements of EN 1846-2. CREW SEAT COMPARTMENT A compartment will be provided under the forward facing crew seats on the back wall of the cab. The compartment will be full through, with an access door on each side of the crew cab doors. STEERING Ross heavy duty Model TAS-85 power steering will be provided. The steering gear wili be bolted to the frame at the cross-member for steering linkage rigidity. Four (4} turns from lock to lock with an 18" diameter slip resistant rubber covered steering wheel. Steering column will have six-position tilt and 2" telescopic adjustment. The cramp angle will be 45 degrees with 315mm tires or 43 degrees with 425mm tires providing very tight turning ability. SUSPENSION (FRONT) The front suspension will be a variable rate taper-leaf design, 54" long and 4" wide. Long life, maintenance free, urethane bushed spring shackles will be utilized. All spring and suspension mounting will be attached directly to frame with high strength Huck bolts and self-locking round collars. Spring shackles and pins that require grease will not be acceptable. NO EXCEPTIONS. ENHANCED FRONT SUSPENSION SYSTEM The front suspension will have the handling, stability, and ride quality enhanced by the use of a Ride Tech auxiliary spring system and Koni high performance shock absorbers. This system will utilize three stage, urethane auxiliary springs, and high pertormance gas filled shock absorbers to control the deflection of the leaf springs, and dampen vibration normatly transmitted to the chassis. This maintenance free system will be custom tuned to the apparatus gross weight rating for maximum performance, while maintaining a soft compliant ride. NO EXCEPTIONS. A(3) three year 36,0000 mile warranty will be provided by the manufacturer. SUSPENSION (Rear) The rear semi-e{liptic springs will be 37-1/4" x 3 x 8 leaf with traiiing arms. The trailing 38 � �� � SUTPHEN� Tequesta Fire Rescue arms allow free movement of the axle from bump loads and deflections while holding the axle in chassis atignment. This suspension will control axle wrap-up torque caused by accelerating or braking. The trailing arms witt be mounted in maintenance free rubber bushings at both ends. The left arm will be adjustable in length for maximum accuracy of chassis alignment. . TIRE PRESSURE MON{TOR A Real Wheels LED tire pressure sensor will be provided for each wheel. The pressure sensor will indicate if a particular is not properly inflated. A total of six (6) indicators wiil be provided. LUG NUT CAPS Chrome plated lug nut caps will be provided for the front and rear wheels. FRONT MUD FLAPS Hard rubber mud flaps will be provided for front tires. FRONT TIRES Front tires will be Goodyear 315/80R22.5, load range L, G291 highway tread, single tubeless type. REAR MUD FLAPS Hard rubber mud flaps will be provided for rear tires. WHEELS The front wheels will be steel, disc type, hub piloted, 22.5 x 9.00 10 stud 11.25 bolt circle. The rear will be steel, disc type, hub piloted, 22.5 x 8.25 10 stud with 11.25" bolt circle. The wheels will be painted truck color. HUB COVERS The front and rear axles will be equipped with polished stainless steel hub covers. 39 � r� S SUTPNEH� Tequesta Fire Rescue REAR TIRES Rear tires will be Goodyear 12R22.5, load range H, G661 highway tread, dual tubeless type with a GAWR of 24,000 pounds. TOW EYES (Front) There wil{ be two front tow eyes with 3" diameter holes attached directly to the chassis frame. TOW EYES (Rear) There will be two tow eyes attached directly to the chassis frame rail under the rear compartment and will be ch�omate acid etched for superior corrosion resistance. TRANSMISSlON The chassis will be equipped with a Generation IV Aflison EVS3000 six (6) speed automatic transmission. It will be programmed fve (5) speed, sixth gear locked out, for fire apparatus vocation, in concert with the specified engine. An electronic oil level indicator will be provided as well as a diagnostic reader port connection. The fifth gear will be an overdrive ratio, permitting the vehicle to reach its top speed at the engine's governed speed. The dipstick is dipped in a rubber coating for ease in checking oil level when hot. The chassis to transmission wiring harness will utilize Met�i-Pack 280 connectors with triple lip silicone seals and clip-type positive seal connections to protect electrical connections from contamination without the use of coatings. Ratings: Max Input (HP) 450 Max Input (Torque) 1255 (Ib ft) Max Turbine (Torque) 1700 (Ib ft) Mechanical Ratios: 1 St - 3.49:1 2nd _ 1.86:1 3�d - 1.41:1 4th - 1.00:1 5th - 0.75:1 Reverse - -5.03:1 40 � �� � SUTPNEN� Tequesta Fire Rescue TRANSMISSION COOLER The apparatus transmission witl be equipped with a Liquid-To-Liquid remote mounted cooler with aluminum internal components. The cooler will be encased in an aluminum housing and mounted to the outside of the officer's side firame rail for accessibility and ease of service. TRANSMISSION FLUID The transmission will come filled with Castrol TranSyndT"' Synthetic Transmission Fluid or approved equal meet+ng the Allison TES-295 specification. NO EXCEPTION. TRANSMISSION SHIFTER An Allison "Touch Pad" shift selector will be mounted to the right of the driver on the engine cover accessible to the driver. The shift position indicator will be indirectly lit for nighttime operation. FRONT TURN SIGNALS There will be two Whelen 400 Series LED rectangular amber turn signal lights mounted one each side in the front of the headlight housing. WHEELBASE The approximate wheelbase will be 215". WINDSHIELD WIPERS Two (2) black anodized finish finro speed synchronized electric windshield wiper system. Dual motors with positive parking. System includes large dual arm wipers with built in washer system. One (1) master control works the wiper, washer and intermittent wipe features. Washer bottle is a remote fill with a 4 quart capacity. Washer fill is located just inside of officer cab door. MISCELLANEOUS CHASSIS EQUIPMENT Fluid capacity plate aftixed below driver's seat. Chassis filter part number plate affixed below driver's seat. Tire pressure label near each wheel location. 41 � r� � SUTPHEH� Tequesta Fire Rescue Maximum rated tire speed plaque near driver.. Cab occupancy capacity label a�xed next to transmission shifter. Do not wear helmet while riding plaque for each seating position. NFPA compliant seat belt and standing warning plates provided. FIRE PUMP HALE QAAAX-150 Fire pump will be midship mounted. The fire pump will be of the double suction single stage centrifugal type, carefully designed in accordance with good modern practice. The pump will be of fine grain alloy cast iron, with a minimum tensile strength of 30,000 PSI. The pump body will be horizontaUy split, on a single plane, casing type with removable lower casing for easy removal of the entire impeller assembly including wear rings and bearings from beneath the pump without disturbing piping or the mounting of the pump in the chassis. All moving parts in contact with water will be of high quality bronze or stainless steel. Easily replaceable bronze labyrinth wear rings will be provided. Discharge passage will be designed to accomplish uniform pressure readings as the actual pump pressure. The rated capacity of the fire pump will be 1500 gallons per minute in accordance with N F PA# 1901. The pump shaft will be rigidly supported by three bearings for a minimum deflection. One high lead bronze sleeve bearing will be located immediately adjacent to the impeller (on side opposite the drive unit). The sleeve bearing will be lubricated by a force fed, automatic lubrication system, pressure balanced to exclude foreign material. The remaining bearings will be heavy-duty type, deep groove ball bearings and will be splash lubricated. The pump shaft will have only one packing gland located on the inlet side of the pump. It will be of split design for ease of repacking. The packing gland must be a full circle threaded design to exert uniform pressure on the packing to prevent "cocking" and uneven packing load when it is tightened. It will be easily adjustabfe by hand with a rod or screwdriver and requiring no special tools or wrenches� The packing rings will be of a unique combination of braided graphite filament and braided synthetic packing and have sacrificial zinc foil separators to protect the pump shaft from galvanic corrosion. 42 � r� � SUTPNEN� Tequesta Fire Rescue PUMP TRANSFER CASE The drive unit will be designed of ample capacity for lubricating reserve and to maintain the proper operating temperature. Pump drive unit will be of sufficient size to withstand up to 16,000 Ibs. ft. torque of the engine in both road and pump operating conditions. The gearbox drive shafts will be heat treated chrome nickel steel. Input and output shafts will be at least 2-3/4" in diameter. They will withstand the full torque of the engine in both road and pump operating conditions. The engagement of the pump transmission will be of such design so as to permit transfer of power from road to pump operation only after vehicle is completely stopped. The pump shift will be air actuated from the cab and have both a green "Pump Engaged" light, and a green "O.K.-To-Pump" light. A third green light will be provided on the pump operator's panel for "Throttle Ready". The pump drive unit will be cast and completely manufactured and tested at the pump manufacturer's factory. PUMP ANODE A Hale pump anode kit assembly # 529-0050-00-0 will be provided and installed in the pump body. A minimum of two (2) anodes will be installed one (1) in the suction side and one (1) in the discharge side of the pump. PUMP CERTIFICATION The pump, when dry, will be capable of taking suction and discharging water in compliance with NFPA #1901 chapter 14. The pump will be tested by National Testing and will deliver the percentages of rated capacities at pressures indicated below: 100% of rated capacity @ 150 PSI net pump pressure. 70% of rated capacity @ 200 PSI net pump pressure. 50% of rated capacity @ 250 PSI net pump pressure. THREAD TERMINATION National Standard Thread will terminate the inlets and outlets of the apparatus. PRIMING SYSTEM The pump will be capable of priming the pump within 30 seconds using 20 ft. of suction hose on a 10 ft. lift. The pump will be electric positive displacement type. Both pump 43 � �� � SUTPHEH� Tequesta Fire Rescue and priming valve will be actuated by a single T-handle pult control on the operator's panel. SUN GUARD There will be a Sun Guard provided over the electronic pressure governors control. THERMAL RELIEF VALVE There will be a Hale TRV120 Thermal Relief Valve (TRV} supplied. The vatve will automatically dump a controlled amount of water to atmosphere when the pump water exceeds 120 degrees Fahrenheit. The valve will re-set automatically. A{ight will be provided at the pump panel, which will illuminate when the pump reaches 120 degrees Fahrenheit to warn the operator that the pump is automatically dumping. PRESSURE GOVERNOR Apparatus will be equipped with a Class1 Pressure Governor that is cannected to the Electronic Control Module (ECM) mounted on the engine. The Governor will operate as a pressure sensor (regulating) governor (PSG) utilizing the engine's data for optimal resolution and response. Programmable presets for RPM and Pressure settings will be easily configurable using the menu structure. Engine RPM, system voltage, engine oil pressure and engine temperature with audible alarm output for all will be provided. INTAKE RELIEF There will be an intake relief valve installed on the intake side of the pump. The surplus water will be discharged away from the pump operator and terminate with Male NST hose thread. System is field adjustable. AUXILIARY COOLER An auxiliary cooler will be furnished to provide additional cooling to the engine under extreme pumping conditions. Water from the pump is to be piped to the coils of the heat exchanger allowing the engine fluid to be cooled as required. VALVES All valves will be Akron Heavy-Duty swing out 8800/8600 series unless otherwise 44 � r� � SUTPH E H � Tequesta Fire Rescue noted. The valve will have an all cast brass body with flow optimizing stainless steel ball, and dual polymer seats, The valve will be capable of dual directional flow while incorporating a self-locking ball feature using an automatic friction lock design and specially designed flow optimizing stainless steel ball. The valve wilf not require the lubrication of seats or any other internal waterway parts, and be capable of swinging out of the waterway for maintenance by the removal of six bolts. The valve will be compatible with a slow close device. This va{ve will be actuated using manual handles, a Rack & Sector, manual gear, or electric actuator. The manual handles will be quickly adjustable to one of eight handle positions, and require only 90 degrees travel. VALVE WARRANTY The valves wil! carry a 10-year warranty. _ PUMP CONNECTIONS All suction and discharge lines (except pump manifolds) 1" and larger will be heavy-duty stainless steel pipe. Where vibration or chassis flexing may damage or loosen piping or where a coupling is necessary for servicing, a flexible connection wil! be furnished. All lines will be drained by a master drain valve or a separate drain provided at the connection. All individual drain lines for discharges will be extended with a rubber hose in order to drain be(ow the chassis frame. All water carrying gauge lines will utilize nylon tubing. 6" PUMP INLETS Two 6" diameter suction ports with 6" NST male threads will be provided, one on each side of vehicle. The inlets will extend through the side pump panels and come complete with removable strainer and long handle chrome-plated cap. 2.5" RIGHT SIDE INLET One 2,5" gated inlet valve will be provided on the right side pump panel. The valve will be supplied with chrome plate female swivel, plug, chain, and removable strainer. The valve will attach directly to the suction side of the pump with the valve body behind the pump panel. 2.5" LEFT SIDE INLET One 2.5" gated inlet valve will be provided on the left side pump panel. The valve will be supplied with chrome plate female swivel, plug, chain, and removable strainer. The valve will attach directly to the suction side of the pump with the valve body behind the 45 i � +� S SUTPN E N � Tequesta Fire Rescue pump panel. TANK TO PUMP The booster tank will be connected to the intake side of the pump with a 1/4 turn 3" full flow valve with check valve, with the remote control located at the operator's panel. The 3" tank to pump line will run from a bottom sump into the 3" valve. To prevent damage due to chassis flexing or vibration, a short 3" flexible rubber hose coupiing wilt be used to connect the tank to the intake valve. OUTLETS The discharge valves witl be stainless steel construction and wi{I be of the quarter turn type and of fixed pivot design to allow far ease of operation at a{I pressures. The valves will be controlled from the operator's panel. Each valve will be supplied with 2-1/2" National Standard Threads and come with chrome plated female caps and chains. 2-1/2" or larger discharge outlet will be supplied with a 3/4" quarter turn drain valve located at the outlet. All 2-1 /2" and larger discharges will be supplied with a 30-degree angle down elbow. 2-1/2" LEFT SIDE DISCHARGE Two (2) 2-1/2" gated discharge will be located on the left side pump panel. The valve will be of the quarter turn tork-lok ball type of fixed pivot design to allow for ease of operation at all pressures. The valve will be connected to the discharge side of the pump with the valve bodies behind the pump panel. A chrome swing type handle located on the pump operator's panel will control the side discharge. STORZ ADAPTER There will be a 3" NST(F) x 5" Storz adapter provided with a 5" storz blind cap.The blind cap will be a 5" storz x 2.5" NST (M) fitting with a 2.5" cap. 3" RIGHT SIDE DISCHARGE One (1) 3" gated discharge will be located on the right side pump panel. The valves will be of the quarter turn tork-lok ball type of fixed pivot design to allow for ease of operation at all pressures. The valve will be connected to the discharge side of the pump with the valve bodies behind the pump panel. A chrome swing type handle located on the pump operator's panel will control the right side discharge. 46 � �� S SUTPNEN� Tequesta Fire Rescue 2.5" RIGHT SIDE DISCHARGE An additiona) 2.5" gated discharge will be located on the right side pump panel. The valves will be of the quarter turn tork-lok ball type of fixed pivot design to allow for ease of operation at all pressures. The valve will be connected to the discharge side of the pump with the valve bodies behind the pump panel. A chrome swing type handle located on the pump operator's panel will control the right side discharge. 2.5" RIGHT REAR OUTLET There will be a 2.5" rear hose bed discharge, focated on the right side ofi the hose bed. The outlet will be installed with proper clearance for spanner wrenches or adapters. Plumbing will be 2.5" piping and a full flow 2.5" baN valve with the control at the pump operator's panel. FRONT BUMPER DISCHARGE A 1.5" discharge with 2" plumbing will be provided at the front bumper. The valve witl be remote controlled at the pump panel. DELUGE GUN There will be a Akron 3423 Monitor with a 3488 stream straightner, 2499 Quad stacked tips, 5160 fog nozzle, portable dual inlet base, and direct truck. DELUGE RISER A 3" deluge riser will be installed above the pump in such a manner that a monitor can be mounted and used effectively. Piping will be rigidly braced. The riser will be gated and controlled from the pump operators panel. SPEEDLAYS Two (2) speedlays will be provided under the top mount console. The piping and valves will be 2", the swivels will be 1.5". The valves will be the "drop-out" style, push/pull controlled from the pump panel. Each compartment will hold 200 ft. of 1.75" double jacket hose. SPEEDLAY COVER A cover will be provided to enclose the ends of the speedlays. 47 � � +� � SUTPH E N � Tequesta Fire Rescue TANK FILL A 2" tank fill line wilt be provided, using a quarter turn full flow ball valve controlled from the pump operator's panet. FOAM SYSTEM — EXTERNAL EDUCTOR(2) There wrill be finro (2} external foam connection provided on the side pump operator's panel. It will be connected to the on board foam ce11 by a 1" plastic line and plumbed to a Elkhart foam supply kit with a quick disconnect on the pump panet. There witl be an air operated valve connected near the foam cell, with a switch located on the pump panel to turn off the flow of foam to the cancentrate outlet. A check valve will be installed directly after the valve, to prevent unintentional pressurizing of the foam celf. A 3 /" quarter turn valve will be provided on the pump panel, plumbed from the discharge side of the pump to the foam line just behind the check valve. This will serve as a foam flush from the air operated valve to the foam concentrate outlet connection at the pump panel. Provided with the system will be a male quick connect provided on the supply line that will mate to the pump panel disconnect. EXTERNAL EDUCTOR An Akron 125gpm externa! eductor will be provided. FOAM TANKS A 30-gallon foam tank will be provided. The tanks will be part of the main booster tank. There will be a fill tower, cap and a tank vent. A 1-1/2" outlet and drain valve will be provided at the lowest point in the tank. PUMP AND GAUGE PANELS TOP MOUNT The panels will be constructed of brushed stainless steel for maximum protection against abrasion caused during normal use. The right and left side panels will be flush mounted on the aluminum extruded pump module framework. The pump and gauge panels will be located above the pump compartment providing maximum view to the pump operator. Pump panels on both sides will be easily removable. The panels will be two separate panets for ease of maintenance. The upper gauge panel will be hinged with a full-length stainless steel hinge held closed with a 1/4-turn latch. There will be a 48 � �� � SUTPHEN� Tequesta Fire Rescue hinged access door as large as possible located over the right side pump panel. This door will have a stainfess steel hinge and latching mechanisms. , The right side pump panel will be vertically hinged to allow the panel to move away providing complete access to the pump compartment. VALVE CONTROLS The pump controls and gauges will be located above the pump compartment. A walkway will be provided befinreen the cab and the pump modute to provided access to the pump controls. The walkway wiN be constructed of bright aiuminum diamond plate. The diamond plate will be NFPA compliant, serrated to provide a slip resistant walking surface. The control panel will be laid out in a user-friendly manner with a combination of swing and push puU handles. All valve controls will have the corresponding discharge gauge located immediately adjacent to control handle to allow operator to view the discharge pressure without searching the panel. COLOR CODING Each discharge valve control, outlet, and corresponding line gauge will be color-coded. PUMP PANEL LIGHTS LED The pump panel controls and gauges will be illuminated by a minimum of two (2) LED lights, controlled at the pump panel. PUMP PANEL GAUGES AND CONTROLS The following will be provided at the pump operator's panel: Two (2) certified laboratory test gauge outlets. Push/pull pump primer control. Master drain control and additional drains as needed. Tank fill and pump cooler valve controls. Tank to pump valve control. Pump capacity rating plate. All discharge controls. 49 � t +� S SUTPHEN� Tequesta Fire Rescue Two (2) master 4-1 /2" pump gauges. 2-1/2" Gauges for all 1-1/2" and larger discharge lines. AIR HORN BUTTON A push button switch will be provided on pump operators panel to activate the air horns. 4.5" MASTER GAUGES Two (2) 4-1/2" Class 1 master gauges will be provided. Each gauge will be fully fifled with pulse and vibration dampening Interlube to lubricate the internal mechanisms to prevent lens condensation and to ensure proper operation to minus 40-degrees Fahrenheit. The cases will be temperature compensated with an internal breathing diaphragm to permit fully filled cases and to allow a rigid lens with a distortion free viewing area. To prevent internal freezing, and to keep contaminants from entering the gauge, the stem and Bourdon tube will be filled with low temperature oil and be sealed from the water system using an isolating diaphragm located in the stem. A bright metal bezel will be supplied for resistance to corrosion and to protect the lens and case from damage. The gauges will be mounted next to each other adjacent to crosslay area at the right upper section of the pump operator's panel. The intake gauge will be to the left of the discharge gauge. 2.5" PRESSURE GAUGES All discharge will be equipped with 2.5" Class 1 gauges. Each gauge will be fully filled with pulse and vibration dampening Interlube to lubricate the internal mechanisms to prevent lens condensation and to ensure proper operation to minus 40 degrees F. The cases will be temperature compensated with an internal breathing diaphragm to permit fully filled cases and to allow a rigid lens with a distortion free viewing area. To prevent internal freezing, and to keep contaminants from entering the gauge, the stem and Bourdon tube will be filled with low temperature oil and be sealed from the water system using an isolating diaphragm located in the stem. A bright metal bezel will be supplied for resistance to corrosion and to protect the lens and case from damage. The gauges will be mounted adjacent to the corresponding water outlet PSTANK LIGHT There witl be a Whelen PSTANK lights mounted one each side on the rear corners of the cab. 50 � �� � SUTPH E N � Tequesfa Fire Rescue WATER TANK GAUGE A Class1 Intelli-Tank water level gauge will be provided. The gauge will feature wide-angle viewing and four (4) ultra-bright LED's for high visibility even in direct sunlight. Water leve) sensing will be through a pressure transducer, and capable of indicating nine (9) accurate levels. FOAM TANK GAUGES One (1) Class1 Intelli-Tank foam fevel gauge will be provided. The gauge will feature wide-angle viewing and four (4) ultra-bright LED's for high visibitity even in direct sunlight. Foam level sensing will be through a pressure transducer, and capable of indicating nine (9) accurate levels. BODY SUB-FRAME The body compartments will be attached to an aluminum sub-frame using aircraft type Huck fasteners. The sub-frame will be constructed from 6" x 2" x 5/16" structural channel, 3" x 1.5" x 3/16" tubing, and 1.5" x 3/16" angle. This sub-frame wifl rest directly on the chassis frame rails and will be separated from the chassis using 1/4" thick ultra-high-molecular-weight (UHMW) polyethylene pads at all contact points. The bottom of the side body and rear body compartments will be supported from the chassis frame rails using a steel support system. At the front of the body there will be a minimum of two (2) steel support members constructed from 1/2" x 5" plate and 3l16" thiek formed channel. These supports will be secured to the chassis using 5/8" grade-8 zinc-plated bolts. At the rear of the body there will be a heavy-duty steet rear platform constructed from 1/2" x 5" plate, 3/16" and 1/4" thick formed angles and channels, and 2" x 2" x 3/16" tubing. This rear platform will be attached to the chassis frame rails using 5/8" and 3/4" grade-8 zinc-plated bolts. The bottom of the side body and rear body compartments will be attached to the steel support system using aircraft type Huck fasteners. Self-supporting bodies will not be acceptable. NO EXCEPTIONS APPARATUS BODY The body will be constructed of 3/16" #5052 aluminum sheet, #3003 bright aluminum diamond plate and structural aluminum extrusions. The body will be of the modular design to allow for proper flexing of the truck chassis. The body will be custom built 51 � r� � SUTPHEH� Tequesta Fire Rescue and engineered for proper ioad distribution on the chassis. An insulator material will be used where aluminum and steel are in contact to prevent corrosion, The ceilings, sidewalls and floors of the body compartments will be constructed of 3/16" 5052-H32 smooth aluminum plate with a tensile strength range of 32,000 to 44,000 psi. Continuous 5356 fill welding will seaf compartment panels. The body framework will be constructed of custom-designed aluminum alloy 6063-T5 extrusions with a tensile strength of 35,000 psi. To eliminate "dead space" and to maximize compartment interior space, there will be no more than 1!4" between outer and inner walls. The compartment extrusions will be slotted full-length on backside for uniform fitting of the aluminum plate work that forms the compartment interiors. The aluminum extrusion profiles will incorporate 1" x 1-3/4" recessed continuous door seal at the bottom of the compartment. The extrusions will be designed to allow unobstructed, sweep-out floors in all compartments. The front, top, and rear surfaces of body will be covered with .125" bright aluminum diamond treadplate. The forward and rear recessed surfaces will be flush with the corner extrusions. The compartment tops will extend downward over the extrusions and form a drip molding. The material will be .125 aluminum treadplate with approved aerated service for walking. The compartment assemblies are to be fastened to the sub-frame with mechanical Huck-type bolts. The apparatus body will be a separate module form the pump enclosure and will not be fastened together in any manner. Each compartment will be properly vented with louvers. REAR STEP COMPARTMENTATION A1- There will be a compartment provided at the rear step. The compartment will be approximately 40" wide x 40" high x 29-1/2" deep inside. The compartment will be provided with a roll-up door. 52 �� � � SUTPHEN� Tequesta Fire Rescue COMPARTMENTATION LEFT SIDE L1- There will be a compartment ahead of the rear wheels approximately 43" wide x 66" high x 27-1 /4" deep. L2- There will be a compartment above the rear wheels, approximately 61-1/2" wide x 36-1/2" high x 27-1/4" deep. L3- There will be a compartment behind the rear wheets approximately 53" wide x 66" high x 27-1 /4" deep. COMPARTMENTATION RIGHT SIDE R1- There will be a compartment ahead of the rear wheels approximately 43" wide x 66" high x 27-1/4" deep. R2- There will be a compartment above the rear wheels approximately 44" wide x 36-1 /2" high x 27-1 /4" deep. R3- There will be a compartment behind the rear wheels approximately 53" wide x 66" high x 27-1/4" deep. SIX BOTTLE RACK There will be a six bottle rack provided for spare SCBA bottles provided in the compartments. ROLL-UP COMPARTMENT DOORS The apparatus body will be equipped with R.O.M Robinson Shutter doors. The door slats will be double wall box frame, manufactured from anodized aluminum. The doors will have the following features: • Manufactured wholly in the United States. • Concave individual slat design to prevent loose equipment from hindering door operation. • Co-Extruded stretch resistant inner seal befinreen slats to prevent metal-to-metal contact and inhibit moisture and dust penetration. • Interiocking swaged/dimpled end shoes will be utilized to provide a tight ftting assembly and allow for easy removal in the event of damage. • Effective counter balancing for ease of lifting and lowering the doors. 53 1 r� � SUTPHEH� Tequesta Fire Rescue • One-piece side rail and track to provide an unobstructed slide area and reduce the risk of binding. • Non-abrasive replaceable water and dust barrier to keep compartment equipment clean and dry. � A magnetic type switch integral to the door wili be supptied for door ajar indication and compartment light activation. • A full width positive latch bar wilf be operable with one hand, even with heavy gloves. A door open indicator light will be provided in the cab. PAINTED ROLL-UP DOORS The doors will be wet painted before assembly by the door manufacturer. The paint will be the same as the apparatus to achieve an exact match af paint color and have the look and durability same as on the rest of the truck. AIR BOTTLE COMPARTMENTS There will be four (4) SCBA bottle campartments located in the fender wells of the apparatus body, two (2) each side. DOOR LOCKS The R-1 compartment door will be equipped with a lock. COMPARTMENT MATTING Turtle Tile interlock matting material will be provided in each compartment. DRAWERS There will be (3) 250 Ib Slide out drawers provided on the apparatus. ADJUSTABLE SHELVES There wifl be (10) adjustable shelves provided and installed in the compartment. The shelves will be fabricated of .188" aluminum plate. 600# SLIDE-MASTER TRAYS There will be three (3) Slide-Master pullout drawer provided and installed. The drawer will have a distributed load capacity of 600 Ibs. and be capable of extending 70% of its 54 � r� S SUTPHEN� Tequesta Fire Rescue depth. The tray will be fabricated ofi .188" aluminum plate and have a formed lip that measures 2". ADJUSTABLE VERTICAL SLIDE-OUT PANELS There will be Two (2) adjustable vertical stide-out tool board with a 250 Ib. capacity supplied and mounted on unistrut tracks. Extra compartment lights witl be provided and located as needed to properly illuminate the compartment. TILT DOWN DRAWER A Slide-Master pull out drawer with 30 degree tilt down feature will be provided and installed in a compartment. The drawer will have a distributed load capacity of 2501bs. and be capable of extending 90% of it's depth. The tray will be fabricated of .188" aluminum plate and have a formed lip that measures 2". COMPARTMENT DIVIDERS There will be (3) vertical divider/partition provided in the compartments as specified. The divider will be constructed of .188" thick smooth aluminum plate. The top and bottom of the divider will have a formed flange bolted to the interior of the compartment. HOSE BED The hose bed will be provided with aluminum slatted flooring radiused at the edges to prevent hose damage from sharp edges. Each hose bed floor section will be removable for easy access to the water tank. The hose will be capable of holding the following minimum Ioads and maximum distance from the ground: 500-gallon tank - 2000 feet of 5" LDH 750-gallon tank - 1500 feet of 5" LDH 1000-gallon tank - 1000 feet of 5" LDH HOSE BED DIVIDER The hose bed will be divided by a 3/16" aluminum partition that is fully adjustable by sliding in tracks located at the front and rear of the hose bed. The divider will be located as needed. An (2) additional hose bed divider will be provided. HOSE BED COVER 55 i 1� � SUTPNEN� Tequesta Fire Rescue There will be a red nylon/vinyl hose bed cover for the main hose bed. The cover wili be capable of being securely fastened at the front, sides and rear. BODY HANDRAILS Handrails will be constructed of type 304 stainless steel 1.25 inch diameter tubing with bright finish and knurled gripping surface. Mounting flanges will be constructed from 7 gauge, .180 thick, stainless sheet. Each grab rail will have 90 degree returns to flanges. The ends of grab rail will pass through the flanges and be welded to form one structural unit. The handrails, will be mounted using 1'/4" SS Hex bolts, with a barrier rubber gasket at each flange. Sufficient space will allow for a gloved hand to firmly grip the rail. The rails will be located in the following areas: (Note: These are in addition to those previously mentioned in the cab section): There will be one (1) vertical handrail at rear of the body one each side of the rear compartment. There will be two (2) handrails mounted horizontally, above the pump panel, one (1) on each side as large as possible. FRONT BODY STEPS There will five (5) fold-down steps mounted three (3) left and finro (2) on the front face of body to provide access to the top of the pump module and dunnage area. The steps will have a footing area of 42 square inches. REAR STEPS The rear of the body will be equipped with fixed steps. The steps will have a surface area sufficient to provide safe footing for a booted firefighter. Thinly fabricated aluminum steps will not be utilized. The quantity and location of steps and handrails will meet fhe Current NFPA 1901 pamphlet in effect at the time the apparatus is ordered. RUB RAILS The body will be equipped with anodized aluminum channel style rub raiis at the sides. Rub rails will be spaced away from the body by 1/2" polymer spacers. The rub rails will be polished to a bright finish. ALUMINUM TREADPLATE 56 � �f 1 � SUTPNEN� Tequesta Fire Rescuc All load bearing aluminum treadplate running boards will be .155 thick bright-annealed finish. Running boards and rear step edges will be flanged down for added strength. Running boards will also be flanged up to form kick plates. All non-load bearing aluminum will be .125" thick bright annealed finish. fn areas where aluminum treadplate will function as a load-bearing surface, there will be a heavy steel sub-structure. This structure will consist of 3" channel and 1-1/2" angle welded support. This will assure that there will be no flexing or cracking of running boards. The aluminum will be insulated from the steel by closed cel{ foam body barrier material. Treadplate locations: 1. Skirting around front bumper. 2. The step at the cab entrance. 3. The jump seat steps. 4. The body header. 5. The running boards. 6. The rear step. 7. The top of the compartments. 8. The rear of the apparatus. 9. The rear fenders. RUNNING BOARD TROUGHS (2) A trough will be provided in the right and left running board to hold a 15-foot length of 5" hose. Velcro straps will be provided to secure the hose. BOOSTER TANK The tank will have a capacity of 1000 U.S. gallons. The tank will be constructed of 1/2" thick polypropylene sheet stock. This material will be a non-corrosive stress relieved thermo-plastic, natural in color, and U.V. stabilized for maximum protection. The booster tank will be of a specific configuration and is so designed to be completely independent of the body and compartments. All joints and seams will be nitrogen welded and tested for maximum strength and integrity. The top of the booster tank is fitted with removable lifting eyes designed with a 3 to 1 safety factor to facilitate easy removability. The transverse swash partitions will be manufactured of 3/8" polypropylene and extend from approximately 4" off the floor to just under the cover. The longitudinal swash partitions will be constructed of 3/8" polyprapylene and extend from the floor of the tank through the cover to allow for positive welding and maximum integrity. All partitions will be equipped with vent and air holes to permit movement of air and water between compartments. The partitions wi11 57 � �� � SUTPHEN� Tequesta Fire Rescue be designed to provide maximum water flow. All swash partitions interlock with one another and are welded to each other as well as to the walls of the tank. The tank will have a combination vent and manual fill tower. The fill tower will be constructed of 1/2" polypropylene and will be a minimum dimension of 8" x 8" outer perimeter. The tower will be located in the left front corner of the tank. The tower will have 1/4" thick removable polypropylene screen and a polypropylene hinged-type cover. The caver tank will be constructed of 1/2" thick poiypropylene, U.V. stabilized material to incorporate a multi three-piece locking design, which allows for individual removal and inspection if necessary. The sump will be constructed of 1/2" polypropylene and be located in the left front quarter of the tank. The sump will have a minimum of 3" national pipe threaded outfet on the bottom for a drain plug. This will be used as a combination clean out and drain. All tanks will have an anti-swirt plate located approximately 2" above the sump. All tank fill couplings will be backed with flow deflectors to break up the stream of water entering the tank. The tank will rest on the body cross members in conjunction with such additional cross members, spaced at a distance that would not allow for more than 530 square inches of unsupported area under the tank floor. The tank will be completely removable without disturbing or dismantling the apparatus structure. ELECTRIC SYSTEM All electrical wiring in the chassis will be XLP cross link-insulated type. Wiring is to be color-coded and include function codes every three (3) inches. Wiring harnesses will be routed in protective, heat resistant loom, securely and neatly installed. Two power distribution centers will be provided in central locations for greater accessibility. The power distribution centers contain automatic thermal self-resetting breakers, power control relays, flashers, diode modules, daytime driving light module, and engine and transmission data links. All breakers and relays are utilized in circuits which amp loads are substantially lower than the respective component rating thus ensuring long component life. Power distribution centers will be composed of a system of interlocking plastic modutes for ease in custom construction. The power distribution centers are function oriented. The first is to control major truck function and the second controls overhead switching and interior operations. Each module is single function coded and labeled to aid in troubleshooting. The centers also have accessory breakers and relays for future instalfations. All harnesses and power distribution centers will be electrically tested prior to installation to ensure the highest system refiability. 58 � +i 1 � SUTPHEN� Tequesta Fire Rescue All sxternal harness interfaces wili be of a triple seal type connection to ensure a proper connection. The cab/chassis and the chassis/body conneetion points will be mounted in accessible locations. Compfete chassis wiring schematics will be supplied with the apparatus. The wiring harness contained on the chassis will be designed to utilize wires of stranded copper or copper alloy of a gauge rated to carry 125% of maximum current for which the circuit is protected without exceeding 10% voltage drop across the circuit. The wiring will be uniquely identified by color code or circuit f►�nction code, labeled at a minimum of every three (3) inches. The identification of the wiring will be referenced on a wiring diagram. All wires conform to SAEJ1127 (Battery Cable), SAEJ1128 (Low Tension Primary Cable), SAEJ1560 (Low Tension Thin Wall Primary Cable). All harnesses will be covered with moisture resistant loom with a minimum rating of 300 Degrees Fahrenheit and a flammability rating of VW-1 as defined in UL62. The covering of jacketed cable has a minimum rating of 289 degree Fahrenheit. All harnesses are securely installed in areas protected against heat, liquid contaminants and damage. The harness conn�ctions and terminations use a method that provides a positive mechanical and electrical connection and are in accordance to the device manufacturer's instructions. No connections within the harness utilize wire nut, insulation displacement, or insulation piercing. All circuits conform to SAE1292. All circuits are provided with low voltage over current protective devices. These devices are readily accessible and protected against heat in excess of component rating, mechanical damage, and water spray. Star washers are not used for ground connections. ICC lights will be provided to meet D.O.T. requirements. BACK-UP ALARM An Ecco model SA917 automatic self-adjusting electronic back-up alarm producing 87-112 db will be installed at the rear befinreen the frame rails. It will operate whenever the transmission's reverse gear is selected. L{CENSE PLATE BRACKET A license plate bracket will be provided at the rear of the apparatus. A Weldon Technotogies light part # 9186-23882-30 will be mounted directly above the license plate area for proper illumination. 59 � r� � SUTPHEN� Tequesta Fire Rescue COMPARTMENT LIGHTING Each compartment will be equipped with two (2) LED light strips which will provide a consistent pattern to illuminate to entire compartment. REAR VISION CAMERA SYSTEM Provided and mounted on the apparatus will be a Safety Vision SV-CLCD-70 camera kit. The system will consist of one (1) cab mounted model SV-LCD70 7" LCD monitor, one (1) model SV-620 (Color) high resolution 1/3" CCD camera, one (1) SV-LCD70-CBQKIT Control Box, and one (1) SV-523 65' camera cable. The monitor will be dash mounted in plain view of the driver. The kit is capable of having three (3} additional cameras installed for a total of four (4). TAIL/STOP/TURN LIGHTS The taillights are to be Whelen 600 LED style. The brake/tail lights to be red and exceed SAE requirements. The turn signal will be populated in an arrow pattern, amber in color. The backup lights are to be halogen. One opening will be open to accept a 600 series warning light. LED ICC/MARKER LIGHTS LED type ICC/marker lights will be provided to meet D.O.T. requirements. STEP LIGHTS The pump module running board area will be illuminated by Whelen 2G 4" diameter LED lights mounted one each side on the front of the body in chrome flanges. LED strip Iighting will be provided at the front and rear of the body to illuminate all stepping surFaces. GROUND LIGHTING The apparatus will be equipped with lighting capable of illumination to meet NFPA requirements. Lighting will be provided at areas under the driver and crew riding area exits and will be automatically activated when the exit doors are opened. The ground lights will be Truck-lite� LED model #44042C. Lighting required in other areas such as work areas, steps and walkways will be activated when the parking brake is applied, provided the {CC lights are on. 60 � � +� � SUTPNEH� Tequesta Fire Rescue WORK LIGHTS There will be two (2) Unity brand AG 6" chrome plated sealed beam flood lights provided. The lights will be securely mounted at the upper rear of the apparatus body. Each light will be supplied with individual switches. OPTICAL WARNING SYSTEM The optical warning system will be capable of two separate signating modes during emergency operations. One mode will signal to drivers and pedestrians that the apparatus is responding to an emergency and is calling for the right-of-way and the other mode will signal that the apparatus is stopped and is blocking the right-of-way. Switching will be provided that senses the positian of the parking brake. A master optical warning device switch will be provided to energize all of the opticaf warning devices provided. All lights will operate at not less than the minimum flash rate per minute as specified by NFPA. UPPER LEVEL WARNING DEVICES The upper level is divided into zones A, B, C and D and the approved lighting package to be provided will be as follows: Zone A(front) will have one (1) Whelen Freedom 72" Model FN72QLED NFPA 1901 compliant light bar, with twelve (12) LED modules. The light bar will have ten (10) red LED and finro (2) clear LED heads and will be mounted on the cab roof. Zone B(right side) will be covered by the module from the light bar and the right rear stanchion beacon. Zone C(rear) will have two (2) Whelen Model L31 HRFN LED beacons, red, mounted on rear stanchions Zone D(left side) will be covered by the module from the light bar and the left rear stanchion beacons. TRAFFIC ADVISOR A Whelen LED TAL65 Traffic Advisor with a TACTRL1 Control Head will be provided. The low profi{e Traffic Advisor is approximately 1-1/2" high x 2-1/2" deep x 36" long. The six (6} LED lamp group is in a cap style extruded aluminum housing with black powder painted finish and surFace mounted to eliminate large body panel cutouts. The 61 � �f 1 � SUTPHEN� Tequesta Fire Rescue high intensity LED's are rated for over 100,000 hours of operation and have extremely low current cansumption. The Cantrol Head has a four function rotary switch for selection of: center to left, center to right, center to left and right, or flash patterns. The dip switch on the rear panel selects the choice of eight (8) different programmabfe flash patterns. The Control Head features a visual LED status display. WHELEN 6Q0 SERIES WARNING LlGHTS There will be (2) additional pairs of Whelen LED 604 series warning lights provided and mounted on the direction of the fire dept. LOWER LEVEL WARNING DEVICES The lower level is divided into zones A, B, C and D and the approved {ighting package to be provided will be as follows: Zone A(front) will have a total of finro (2) Whelen 600 Series LED red lights mounted one each side of the apparatus grille. Zone B(right side) will have finro (2) Whelen 600 Series LED red lights mounted one (1) on the side of the headlight housing and one (1) in the fender well on the apparatus. There will also be one (1) Whelen 500 Series LED red light located in the rub rail near the rear of the apparatus. Zone C(rear) will have two (2) Whelen 600 Series LED red lights mounted one each side of the rear of the apparatus as part of the tail light cluster. Zone D(left side) will have two (2) Whelen 600 Series LED red lights mounted one (1) on the side of the headlight housing and one (1) in the fender well on the apparatus. There will also be one (1) Whelen 500 Series LED red light located in the rub rail near the rear ofi the apparatus. FEDERAL Q26 SIREN There will be a Federal Q2B-NN siren installed in the center of the cab grille. The siren wilf be securely mounted and activated by means of a solenoid and will include a brake. A siren foot switch will be provided for both the driver and officer, one on each side of the cab floor. � 62 � �� � SUTPHEH� Tequesta Fire Rescue SIREN One (1) Whelen Model 295 HFSA1 siren will be installed at the cab instrument panel complete with noise canceling microphone. SIREN SPEAKER One Cast Products SA4201-5-A weatherproof siren speaker wil) be provided, mounted behind the bumper. GENERATOR The apparatus will be equipped with a complete etectrical power generation system. A Smart Power hydraulic 8.0 KW generator will be provided and installed. The generator and wiring will confarm to present National Electric Codes as outlined in the National Fire Protection Association Standards. The output of the generator will be controlled by an interna) hydraulic system. An electrical instrument gauge panel will be provided for the operator to monitor and control all electrical operations and output. The generator will be powered by a transmission power take off unit, through a hydraulic pump and motor. The generator will be operable anytime that the apparatus engine is running and meeting the minimum range of 950 RPM's. QUARTZ LIGHT 750-WATT FOCUS Two (2) Fire Research Focus Model S75 Quartz Halogen Lamp will be provided. The light will be housed in a heavy-duty aluminum housing. Watts: 750 Amps: 6.3 Volts: 120 Bulb Type: Halogen Width: 10" Height: 7-5/8" Depth: 4-7/8" The lights will be mounted on a telescoping pole. A switch will be located at the light head. The poles will be mounted one each side at the back of the cab. 63 1 r� S SUTPHEN� Tequesta Fire Rescue 120 VOLT OUTLETS Two (2) 120-volt NEMA L5-20 outlets with weatherproof covers will be provided, one each side at the wheel wells. All 120 volt wiring will be installed in liquid tight conduit. BREAKER BOX A circuit breaker box will be provided with eight (8) spaces for breakers which will be provided as needed. All wiring will be installed in liquid tight conduit. TRIPOD LIGHTS There will be (2) FRC 750 watt Focus Tripod lights mounted on the rear of the apparatus. 120 v OUTLETS There will be (2) 120 V outlets provided at the rear of the truck for the tripod lights. WHELEN PIONEER PLUS LED BROW LIGHT A Whelen model PFP2 LED brow light will be provided. The {ight will be maunted at the front of the cab. The light will be controlled from a switch in the cab. JUNCTION BOX There will be an Akron light junction box with (4) receptacles provided on the cord reel. CORD REEL There will be a Hannay Model ECR1614-17-18 electric rewind cable reel furnished and mounted in a compartment. The reel will come complete with 150 feet of 12/3 Seoprene Water-resistant (SOW) yellow jacketed cable. A Hannay Type "C" roller assembly and HS-3 cable stop ball will be provided. The cable will terminate with a 1520 female twist lock. SUCTION HOSE AND STRAINER Two (2) 10 ft. lengths of 6" lightweight (KOCHEK) fire department hard suction hose with lightweight long handle couplings and pin lug male couplings will be provided. 64 � �� S SUTPH E H � Tequesta Fire Rescue The hose will be mounted in V-shaped troughs and heid in position by two heavy-duty quick release straps. Aluminum treadplate scuff plates will be provided on the body side metal where the long handle couplings would otherwise hit the body sides. A six-inch strainer especially designed for fire department service. Strainer area equals four and one-half times the area of the hose. GROUND LADDERS The apparatus will be equipped with heavy duty, box type "I" beam rail, ground ladders. The ladders will meet the requirements of NFPA 1931 ta ensure proper design and that sufficient strength is available for the service intended. The graund {adders will be constructed of aluminum with non-welded, field replaceable rung to rail connections to simplify field repairs and removable plated steel butt spurs for added strength. A full 1/2", non-rotting, poly rope will be provided for easy ladder operation. One (1) Alco-Lite PEL-24 24 ft. two-section aluminum extension ladder. One (1) Alco-Lite PRL-14 14 ft. aluminum roof ladder. One (1) Alco-Lite FL-10' 10 ft. folding ladder. The ladders will have lifetime Warranty against manufacturing defects. ZIAMATIC HYDRAULIC LADDER RACK The ground ladders will be above the hose bed on the officer's side of the apparatus in a swing down rack. The rack will be electric/hydraulic actuated. A single hydraulic cylinder will be furnished in the center of the bracket area with two additional pivot points, one each end. The hydraulic cylinder will be operated by an electric over hydraufic 12-volt pump. The electric controls will be Iocated on the officers side of the pump panel. The electric motor control will have a master switch. Ladders will be secured to the bracket with locks. There will be a yellow light in view of the driver to indicate when the rack is not in travel position. One mechanical safety locks will be furnished to securely maintain the ladder bracket assembly in the travef position. When the bracket is in the travel position, a vertically hinged door, will automaticafly close to cover the hydraulic cylinder and its pivot point. CORROSION REDUCTION POLICY The manufacturer will have in place a formal corrosion reduction program and assembly procedures designed for reducing and eliminating the possibility of corrosion. It is understood that fire apparatus will operate in harsh environments. At the time of 65 � �� � SUTPN E N � Tequesta Fire Rescue the bid the apparatus manufacturer will show proof of a corrosion policy. Failure to submit this infarmation coufd be grounds for rejection. If a formal poficy is not in place explain in your bid how your firm wi{I take the necessary steps for corrosion reduction. There will be no exception to this requirement. In addition to a formal program the manufacture will show proof of testing corrosion reduction processes to ASTMB117. A copy of recent test will be included in the bid. Frame Rails The chassis frame rails wilt be cvated with a high pertormance, two component, reinforced inorganic zinc rich primer with a proven cathodic protection makeup preferably Cathacoat 302HB. The surface wiA be clean and free of all salts, chalk and oils prior to application. Were the primer has been broken during the frame assembly process the area will be touch up to reestablish the seal. Prior to finish paint a second primer Devran 201 will be applied. Once the assembly of the frame is complete and the second primer is applied the entire assembly will be covered with high quality top coat paint preferably Imron 5000 or equal. The manufacturer will submit with the bid a copy of the product brochure and or description of the primer to be used. Electro Plating Steel and Iron brackets such as the pump module bracket will be Zinc plated to protect against corrosion. Plating will be in accordance with ASTM 6663. The apparatus manufacturer will list all components with plating. Fasteners In any area that a stainless steel screw or bolt head is to come in contact with aluminum or steel, painted or non-painted, the fastener will have the underside if the head pre-coated with nylon. The nylon coating will act as a barrier between the fastener head and the metal or painted surface. Screw or bolt taped into the metal will be pre-coated with a Threadlocker type material pre-applied on the threads. When bolting together stainless steel the manufacturer will use a pan-head bolt with nylon coating under the head, a stainless washer with a rubber backing, and a Stover flange nut to secure the bolt. When mounting aluminum components such as a step to the apparatus body. The manufacturer will use stainless washers with rubber backing. All mounted components will a barrier material between the two surfaces. All rivet type fasteners wi11 be of the same material being secured. Whenever possible, pre-dri11 and tap all holes for mounting components such as lights, 66 1 i� � SUTPNEN� Tequesta Fire Rescue steps and hand rails prior to the paint process to reduce the corrosion opportunity. If a hole must be drilled into a previously painted surface, re-establish the paint barrier around the hole and use a flange-type nutsert with a gasket under the flange. Where possible, minimize the number of stainless trim screws in aluminum. Structural tape and or adhesive will be used were possible for mounting trim to the body or cab. If a pre-treated screw or bolt is not available, hand apply Dynatex Bottlocker or Theadlocker on the threads of the screw, bolt or nutsert. This will hefp seal threads from moisture and help prevent the fasteners from loosening. If lubricant is used when tapping the hole, clean out the lubricant and the shavings before applying blue Threadlocker into the hole. Barrier Tape Barrier tape will be used on the backsides of all lights, trim pieces, or other components when bolting them to the apparatus; also when attaching stainless steel over an aluminum surtace or when attaching aluminum treadplate to the stainless stee{. All instances of dis-similar metals contacting each other require the addition of barrier tape befinreen the metals where contact is made. Before applying the tape, be sure the metal surFace is clean from oil or dirt by cleaning the surface with a 50/50 mix of alcohol and water pr similar solvent. Gaskets Gaskets will be used under all snaps, loops and fasteners for such items as for hose bed covers. Reestablish paint seal around the mounting hole edges after drilling. Mounting with Threadlocker coating will be used. Flat washers with rubber backing will be used behind all lights that have stainless screws. Roliup Doors 1 3/4" X 1/16" barrier tape will be used on the frame opening to act as barrier befinreen the aluminum door rail and the painted door opening surFace. Use a paint stick around the holes after drilling and tapping. In mounting the rails, use screws with the nylon under the head and Threadlocker on the threads for mounting the doorframes. {nstaN barrier tape to the painted surface where the trim is located on top of the door opening. 67 � �� � SUTPHEN� Tequesta Fire Rescue Hinged Doors Barrier tape will be applied to the painted surface of the body and on the painted hinge side of the door. On the hinge side, mount tape out taward the edge to space over the barrel of the hinge, being sure to not touch the door. Make sure the hinge fits into the extrusion frame with no corner wetd beads interfering with the door fit. Do not put the hinge in a bind or cause the stainless steel hinge to touch the aluminum. Install the doors using a truss head bolt with the nylon coating under the head and Threadlocker on the threads. Painting Steel The manufacturer will wipe any oil residue dry, remove any rust and remove weld slag or smoke. Clean the surface with solvent before painting. Prime with one even coat of black Color primer, and then spray a topcoat over the primer for the finish coat. After bolts are tightened to the proper torque, touch up the bolt area and ends af the bolts with primer or cold galvanizing coating. Mounting Emergency Lights and Options All emergency lights, accessory mountings, Kussmaul covers, and 110 outtet boxes mounted to the body should be mounted with pre-coated Threadlocker and nylon under the head screws or bolts to minimize corrosion befinreen dissimilar metals. Electrical Grounding Grounding straps will be installed consisting of a minimum 2-gauge strap bolted to the chassis frame. A ground cable from the cab to the right side frame rail From the alternator to the right side frame rail From the pump module frame to the right side truck frame. Aerials: from the hydraulic and pump module framework. From the pump mount to the truck frame rail. From the body module to the right side truck frame. Proper grounding will help eliminate ground loop problems throughout the truck, reducing the possibility for electrolysis and corrosion to occur. Provide clean connection points on all ground connections, (remove paint where applicable), and spray or brush on electrical sealer as necessary. When installing foam system pump wiring the power must come from a dedicated breaker to a power solenoid, and then to the power terminal provided by FoamLogix or FoamPro. Pay particular attention to the grounding detail for wire size and good grounding practice, including removing the paint at the point of ground attachment to 68 i f �� � SUTPHEH� Tequesta Fire Rescue the chassis. Keep the length of ground wire as short as practicaity possible. SALT SPRAY TESTING Salt spray test will be used to confirm the relative resistance to corrosion of coated and uncoated metallic specimens, when exposed to a salt spray climate at an elevated temperature. Test specimens will be placed in an enclosed chamber and exposed to a continuous indirect spray of neutral (pH 6.5 to 7.2) salt water sofution, which falls-out on to the specimens at a rate of 1.0 to 2.0 ml/80cm in a chamber temperature of +35C. This climate will be maintained under constant steady state conditions. Method Salt fog testing will be pertormed by placing samples in a test cabinet that has been designed in accordance with Paragraph 4(Apparatus) of ASTM 8117 and operated in accordance with Paragraph 10 (Conditions) of ASTM 6117. A 5% salt solution, prepared by dissolving sodium chloride into water that meets the requirements of ASTM D1193 Specification for Reagent Water, Type IV is supptied to the chamber. At the time the samples are placed into test, the cabinet shoutd be pre-conditioned to the operating temperature of 35°C and fogging a 5% salt solution at the specified rate. The fog collection rate is determined by placing a minimum of two 80 sq. cm. funnels inserted into measuring cylinders graduated in ml. inside the chamber. One collection device will be located nearest the nozzle and one in the farthest corner. Orientation Unless otherwise agreed upon, the samples are placed at a 15-30 degree angle from vertical or tested in the "installed" position. This orientation allows the condensation to run down the specimens and minimizes condensation pooling. Overcrowding of samples within the cabinet should be avoided. An important aspect of the test is the utilization of a free-falling mist, which uniformly settles on the test samples. Samples should be placed in the chamber so that condensation does not drip from one to another. Test durations Test durations will be 500 hours except for sample rotation and daily monitoring of collection rates, the cabinet should remain closed for the duration of the test. PAINTING All exposed metal surfaces not chrome plated, polished stainless steel or bright aluminum tread plate will be thoroughly cleaned and prepared for painting. All irregularities in painted surfaces will be rubbed down and all seams will be caulked before the application of the finish coat. 69 � f� � SUTPHEN� Tequesta Fire Rescue All removable items such as brackets, compartment doors, door hinges, trim, etc. wiil be removed and painted separately to insure finish paint behind all mounted items. Body assemblies that cannot be finish painted after assembly will be f nish painted before assembly. Both aluminum and steel surfaces to be painted will be primed with a finro (2)-component primer which is compatible with the finish coat. The apparatus will be finish painted with a polyurethane base/clear system. "No Exception" A barrier gaskeUwasher of "High Density Closed Cell Urethane Foam" will be used behind all lights, handrails, door hardware and any miscellaneous items such as stainless steel snaps, hooks, washers and acorn nuts. The gaskets/washers will be coated with pressure sensitive acrylic adhesive. All screws used to penetrate painted surfaces will be pre-treated/coated under the head with nylon and the threads will have pre-coat #80. This procedure will be strictly adhered to for corrosion prevention and damage to the finish painted surfaces. The following paint process will be utilized: Surtace Preparation: 1. Wash surface thoroughly with mild detergent. 2. Clean and de-grease with Prep-Sol 3812S. 3. Sand and feather edge using 400 grit or finer on a dual action sander. 4. Remove sanding dust with a cleaner compatible with polyurethane base coat/clear coat final finish. Substrate treatment: 1. Use a Metal Conditioner followed with a Conversion Coating product. Priming: 1. Use a priming 615S pretreatment. 2. Use a self etching primer applied to achieve a 1.5 mil dft minimum. 3. Use Prime N Seal sealer compatible with polyurethane base coat. Color Coat: 1. Apply polyurethane base coat 1-2 mil dft minimum. Clear coat: 1. Apply polyurethane clear coat 2 mil dft minimum. PAINT-TWO TONE CAB The cab exterior surfaces will be two (2) colors. The paint break line will be at the bottom of the windshield. 70 1 r� � SUTPHEN� Tequesta Fire Rescue PAINTED FRAME The frame rails and body subframe will be painted giossy biack. LETTERING Up to forty (40) 3" 22KT Gold laminate gold leaf letters OR forty (40) 3" Scotchlite letters will be provided. These letters will be arraigned in a manner determined by the fire department upon the placement vf an order. Any fettering desired on the apparatus not specified in the specification will be subject to additional charges. LETTERING In addition to the forty (40) 3" letters provided in the basic {ettering option, up to twenty (20) additional 3" letters may be added to complete the appropriate lettering scheme desired by the fire department. 4" LETTERS There will be (20) 4" letter provided on the face of the apparatus cab above the windshield. 10" LETTERS There will be (20) 10" letter provided on the rear of the apparatus on the roll-up door for the purpose of unit identification. STRIPING A 6" Scotchlite stripe will be provided across the front of the cab and along each side of the apparatus. ACCENT STRIPE There will be a 1" accent stripe above and the primary stripe. "Z" STRIPE The Scotchlite stripe will be a one-piece "Z" type with the angles placed per the fire department's request 71 1 f� � SUTPHEN� Tequesta Fire Rescue STRIPING, CHEVRON STYLE, REAR The apparatus will have 6" red and yellow DIAMONDGRADE reflective Chevron style striping affixed to the inboard and outboard right and left portions of the rear body. The striping will be set in a manner to have the effect of an inverted "V" shape. The stripe will travel low to high from the outside to the inside. PIKE POLE STORAGE There will be recessed storage for three pike poles on the rear of the apparatus. PIKE POLES There will be an Akron Ultralite 12ft, 10ft, and 8ft pike poles provided and shipped loose with the apparatus. POWER AND RADIO ANTENNA A customer provided radio antenna and 12V wiring for a two way radio will be provided in the cab. HYDRAULIC CORD REEL There will be One (1) Hannay electric rewind hydraulic cord reel with 100ft of twin line hydraulic hose provided on the reel. Two (2) 4ft lead in lines will also be provided. AXES There will be a 61b pick head and 61b flat head axes and mounting hardware provided and shipped loose with the apparatus. BACKBOARD STORAGE There will be storage provided in the rear hose bed for a backboard. MISCELLANEOUS EQUIPMENT FURNISHED 1 pt. touch-up paint WHEEL CHOCKS Two (2) Ziamatic #SAC-44 folding wheel chocks with SQCH-44H holders will be provided. The wheel chocks will be located in a area close to the rear axles easily 72 � �� � SUTPH E N � Tequesta Fire Rescue accessible from the side of the apparatus. OPERATION AND SERVICE MANUALS Complete "Operation and Service" manuals will be supplied with the completed apparatus, one (1) printed copy and one (1) CD. Service manual instructions will include service, maintenance and troubleshooting for major and minor components of the truck. The apparatus manufacturer wifl supply part numbers for major components (i.e. Engine, Axles, Transmission, Pump, etc.). A table of contents, hydraulic, air brake and overall apparatus wiring schematics will be included. A video demonstration DVD on the operatian of the truck will be supplied with the manuals. APPARATUS DELIVERY The apparatus will be delivered over the road from the factory to the fire department. An operational demostration will be provided with the unit. WARRANTIES The following warranties will be supplied: 1. The apparatus will be warranted to be free from mechanical defects in workmanship for a period of one (1) year. The apparatus will be covered for parts and labor costs associated with repairs for a period one (1) year. 2. Life-time warranty on the frame. 3. Seven (7) year warranty on paint. 4. Ten (10) body structural warranty 5. Ten (10) year cab structural warranty 6. Manufacturers Warranties for all major components. 73 � / +� � SUTPHEN� Tequesta Fire Rescue 74 The Villages Options removed for Tequesta The Villages Bid Price $ 524,554.43 Change Body to Aluminum $ (9,943.00) Delete Roll Stability $ (3,100.00) Change Engine Package to ISL9 450 hp $ (29,000.00) Delete Power Windows $ (1,200.00) Delete Knox Boxes $ (1,250.00) Delete Ramsey Winch $ (1,015.94) Delete Winch Receivers Front and Rear $ (2,890.00) Delete Treadplate Hose Bed Cover $ (2,868.71) Delete Rear Access Ladder $ (3,367.50) Delete David Clark Intercom $ (6,128.24) Delete Whelen Howler Siren $ (650.00) Change Generator from 15 KW to 8 Kw $ (4,782.90) Delete Light Tower $ (14,499.87) Delete Deflector for Light Tower $ (650.00) Delete Holmatro Bulk head fittings $ (6,136.00) Delete Air Reel w/Bottle $ (4,228.73) Total $ 432,843.54 �X f�//�i �� eG�la � � � COMMUNITY g� DEVELOPMENT DISTRICTS December 17, 2012 Ms. Pat Nawrocki Executive Assistant to the Fire Chief Tequesta Fire Rescue 357 Tequesta Drive Tequesta, Florida 33469 Re: RFP# 11 P-007—Purchase of a Rescue Pumper Fire Engine Dear Ms. Nawrocki: This letter will serve as our authorization to allow Tequesta Fire Rescue to"Piggy-Back" off o# our RFP# 11 P-007- Purchase of a Rescue Pumper Fire Engine as indicated on the RFP. As stated on Page 11 of the RFP, other agencies are allowed to"Piggy-Back" under the same terms and conditions during the effective period of any resulting contract services. However, please note that the agency must first obtain approval from the successful proposer in order to "Piggy-Back". Please do not hesitate to contact me should you require further information. incerely, Aileen Jone Purchasing upervisor aj DISTRICT OFFICE: I 894 Laurel Manor Drive • The Villages, FL 32162 Phone:352-751-6700 • Fax:352-75 I-67 I S Sutphen Corporation Proposal TO THE: DATE: Deceml�er 15, 2014 '�he Viilages Cc�mmunity Development District Purchasing Deparlment Eva M. Rey Director 1$94 Laurel Manor Dr Th�Villages,FL 321b2 Ladies and C7entlemen: �Ve hereby propose anci agree to fumish the following fire fighting�quipmen#up�n your acceptance of this proposal: One (112011 Sutuhen Stainless Steel Rescu�Pumper_ �.�..�, . Completed and Delivered for the Total Sum of.........� 524,554.43 (Five Hnndred Tw�nty Fonr Tbonssnd Five Hnndred Fifity Fonr 43l100 Dollar�s) Prepayment Di�ounts: 100%Prepayment Discount within 30 days af plaeing the order,De�iuct: $ 18,233.25 Multigle Truck Discount Allowed,Deduct: $2,SQO.QQ Delete Roli Stabiiity Contrai,Deduct$3,100.U0 �Change Bcx3y#o Aluminum,Deduct$9,9�3.i)0 TOTAL PRICE DELIVERED AFTER DISCOUNTS........ $ 490,778.18 Unit(s)will be manufactured completely in accordance to tiie followin�proposal and deiivered �PPra�mately 9 ifl 11 mo�ths fi�om r�ceipt of ord�r,subject to deiays from all causes beyc�nd our control.Unless accepted within 30 da.ys,we reserve the right to withdraw this proposal. �espectfuliy submitted, . Sutphen Corporation - 7�0 Culumbus-Ivlarysville Road Atnlin,Ohio 430t12 �avid Stonitsch South Florida�mer�+ency Vehicles Li�C. Sales Representative For'Tke Sutphen Corporation „ p _ REQUEST F4R PROPOSALS FOR THE PURCHASE OF A RESCUE PUMPER FIRE ENGINE FOR PUBLIC SAFETY DEPARTMENT RFP# 11 P-007 � �+G� C��,� v,� `��� , 1 b 3 �� � �� �ry F � �� �� � ��i+' � �� °"y�� a '��WELOPM��. Issued By: Viilage Community Development Districts Purchasing Department Eva M. Rey, Direc#or of Purc�asing and Suppor� Services 1894 Laurel Manor Drive The Vittages, Florida 32162 Phone (352) 751-fi700 * Fax {35�) 751-6715 www.districtQOV.orQ eva.rev@d istrictaov.ora Date of issue: Navember 12, 2Q10 Due Date/ Time: December 15, 2010 at 3:00 pm Purchase of a Rescue Pumper Fire Englne RFP�11 P-007 �AI.ENDl4R OF EVfNTS/RFP TIMELINE Listed below are the important dates and times by which tf�e actions nated must l�completed. All dates are subject to change by the Purchasing Di�ector. If the Purchasing Department finds it necessary to change any of these dates or times priar to the RFP due date,the change wili be accomplished by addendum. ACTION COMPLETIOId DATE � issue RFP November 12, 2010 November 22, 2010 Pre-Proposai Conference � 1:30 pm December 3, 2010 Last Day#or Questions � 4:�0 pm December 15, 2010 Proposals Due @ 3:00 pm lnitial Propasals Review Decernber i 5, 2�10 January 4, 2011 Selection Cammittee Meeting � 10.30 am District Board Approval January 20, ��11 Vlllage Communify Developnrent Dfstricts Page 2 of 62 Purchasing Department Purchase of a Rescue Pumper Fire Engf»e RFP#11 P-�7 7ABLE OF CUMTEP�TS PART1..........................................................................................................................................................5 INTENT AND GEWERAL INFORMA170N........--•....................................................................................5 RE(WEST FOR PROPOSAL.S...........................................................................................................................5 PRE-PROPO�IL C()NFERElVCE.............................................••-.....................................................................5 FORMS&SPE�FICATIONS............................................�.............---.........,.....................................................5 EXC�P710N.S AA►D DEVIA7701kS.....................................................................................................................5 HOWTO SUBA�T A PROP4SAi..........................„.................,..........,..............,..................,................,..........5 VEND�4 RESPONSIBILfTI'.................................................................•.---......................................-•-.•-•.......----5 PRQPQSA!DOCUMEIVTS REQEJIRED.........................•---.....---.__..........e..._.___._.........-••............------.....•••......._6 /1VSURANCE REQU/REMEIVT5.............................................................................•••--.....----..............................7 PROV1DfNG PERFORA�4NCE BOJVD.......... .................................................................................................8 .... F7L4A�1lNAT►ONOFPROPORi4L DOCtlMENTS...............................................................................•-•-.............8 1NTERPRETATION.Sy GtARiF7CAT10lI�S AND IIDDL�NDA....................�..........•-••-...._..-•-----..................----•.....8 ALTERNA7�S.....................................................................................•••--......._.............................._...................9 CH�4NGES 1�77�...............................................................................................�..............,...........9 GOI/ERJWiNC,LAWS AND REC�(!lLA7iaYS.......................................................................................................9 BLACKOf/T PERIOD......_.••-----••.................................................................�......-••.................._.._�_�.......--..........9 flSCAL YEAR FtI�VD/NG APPROPR/ATfON....................................................................................................9 T.4IC EJICEMPT S7'ANS......................................................................................................................................9 PERII�ITS!UCENSES/FEES.......................................................�-----.............................................,..............f 0 � PROTEC710N OF RESIDEM'WORKERS......................................................................................................10 VILLAGE l�I11�fY OEVELOPA�FJYT D�TRAC7'S.................................................>.................................10 REtERENCETE13iNS......................................................................................................................................10 Rlt�FHT TO Al/1N7'�EG0�7DS........................................................................................... .....�0 .......................... A�NAL TERl6/SANDGON�............................................................... .__10 .................................... PROPR/E1"ARY IIVFORINATlON.................................................................................................................:....f 0 AD�TIONaL SERIRCESJPURCHASES BY OTHER PUBLIC AQE/VCIES....................................................�1 COKFRACT TERM.S AND(�NDlTIONS........................................................................................................f 1 PART2..............................................................................................•-..............-�---•,.---....,.,...,...,...............14 EVALIJA'1`ION Pfi�GESS.....................................................................................................................14 PART3........................................................................................................................................................i5 P'ROf�OSAL SUBMITfAL.....................................................................................................................15 PART4........................................................................................................................................................16 PROPOSAL DOCUNIENTS..................................................................................... ......16 ........................ PA�Su4L I�V�R PAGE.............................................................................................................................16 PROPOSALFORM...........................................................•--••---._--•-••-.....---........................................----._........17 EXCEFTIQNS QR DEVIAT101115 TO SPEClFlCA7701VS.................................................................................18 DJSCLOSURE OF SUBCOIVTRACTOR�SI�CONSULTAIVTS AND SUPPUERS......................................19 PR�OSER'S CERTIF�A770N.....................................................................•--..............................................20 S7ATEA�IVT OF TERINS AND CQNDITIOM.S........................••--•--••--...............-••-.--••••---....._...._.....................21 DRIMa FREE WORKPiACF I�R�ATE.......................�............................................................................22 VENDOR O/�ES7AO�V/Vi4lRE Nl�?REfE.REN4'ES.................................................�..............,...................._....23 W-�..............................................•--....._............................................................................................................26 NO-PROPOSAt RESPONSE.-•-••................................•--..................................................-----..........................27 PART5........................................................................................................................................................28 SGOPEOF SERV�ES..........................................................................................................................28 1NTRODUGl70N..............................................................................................................................................28 SP E C1 F!GA T!O l u S............................................................................................................................................28 GENERALSCOPE...............................................••-.........................................................................._..............28 V'il�ags Community D�eveJopment Districts Page�o/S2 Purrl�asing Qepardr��t Purchase of a Rescue Pumper Fire Engine RFP#11 P-Oa7 PROPOSAL CHECKLIST This starodardized check tis#f�as b�n provuied to assist the Proposer wath the submission of their Proposal package. This check list cannot be construed as identifying aU required submittal documeMS fior this project_ Proposers remain res�nsible for r�ading the entire Proposal document to insure that they are in compfiance. Propasals may be considered subject to rejection if,in the sole opinion of the Qistrict,there is a serious omission,unauthorized aReration ot brm,an unauthorized afternate Proposal,ir�omplete or unbalar�ced unit price,or iRegularities of any kind. The Distr�t may reject as non-responsive,any or all Proposals where Proposers#ail to acknowledge reaeipi of Adder�da as prescribed. ❑ Proposal Cover Page ❑ Prcry�osal Form(s) ❑ Excepticans/Deuiations Page ❑ Disc�sure of Subcnr�traciors,Subconsultants�nd Suppliers � ❑ Proposer Cert�fieation/Addenda Aeknowiedgernent Form ❑ Generat Terms arrd Conditions ❑ Drug Free Workplace Certificate ❑ Yendor Questionnaire and Re#erer�ces ❑ W-9 ❑ Copy of Required/Applieabte Licenses or Cert�fications ❑ SpeGf�ations(See Page 28) ❑ A(1 Warrar�iy Infarmation(See P�ge 30) ❑ Cab Structuraf integrity Letter(S�Page 34) ❑ Painting Process ❑ Paint Samples ❑ Proof of Corrosir�n R+e�cY�on Pc�icy 0 Ret�uired Number af Copies(1 Origina!and 5 copies=6 TotaE) ViAage Comrnunity D$v��tjument Distric[s Page 4 of 62 l�nchasing Doepar�trnent Purchase of a Rescue Pumper Fire Engine RFP#11P-007 PART 1 INTENT AND GENERAL INFORMATION REQUEST FOR PROROSALS Sealed pr�osals wit{be received by the Vil�age Center Communiry Development District focated at 1894 Laurel Manor Drive,The Villages, Fbrida 32162, urrtil 3:(10 p.m.,W�nesday, December 15,2010 for: RFP#11 P-007-Purchase o#Aescue P��mper F�e Engine. Proposers shaH take caref�notice of the #oliowing conditrons of this Request fcrr Proposals: • Submissions by FAX or other efectronic media will npt be accepted under any circumstances. Late submissions witt not be a�epted e�nder any circumstances. + Submitters may vvrthdraw ar�/or replace proposals at any time until#iie�adiine for submission of proposals. • AII questions receirred by 4:Of)pm, Fnday, December 3,2Qi0 wilf be cons�dered. Question,s wil! not be answered over the pFrone. Questions must be in writing and fax�i to(352) 751-6715, att�tron:Eva M.Rey�sent�a e-mail to eva.rev@districtaov.or4. PRE-PROPOSAL CONFERENCE A pre-proposal canference will b�held on Monday,November 22,20i0 at 1:30 pm at the Purchasing Department at 1894 t..aureE Manor drive,The Villages, Florida 32162. Alt interested parties wishing to sutxnit a proposal for RfP#i i P-�7 are strongiy encourag�to atiQnd#his meeting. F�RMS�SPECIFIGATIONS Detaifs,proposal forms,aruf speaficatians are avaifable from the Village Camm�nity Development Districts Purchasing Director�pon request. Compfete proposat packages are available for c�wnfoad at www.districtqov.ora and www.demandstar.com. St�m��re tec�t�d tfl use#t►�v�l`PRflPUSAL FORMS",and alf attachments itemized herein are ta be submitted as a single document. EXCEPTiON3 AND DEVIATIONS Any variablon from#he minimt.�nn speciiications must be clearly�tat+ed and explained in detail on the EXCEPTION!DEVIATION F�RM. Th�e s�af'�ca#ions are based upon design and performance citter�a. Su�e�entfy these spe�ciF'�cati�ons re�lec#the c>nnh+tYPe of fire appara#us that is acc�pt�ble. Therefore,mayor exc�ptions to these base speafications wilt not be acx�pted.The Proposer wrilf maKe accurate statements as to the apparatus weight and dimensions.A{I pra�xrsafs witl inc{ude a cam�ete set of detai�ed manufacturer's specifications. Omissions and unacceptable variations will result in immediate rejectwn o#the Proposal- Proposa�s that are found tv have deviations without listing them v�l be rejected. No exceptions. No pratatype apparatus will be considered.All design,operat�nal ar�d material features must fulfy compty with the State and Federal Motor Vehicle Safety Standards. Ht?W TO 5UBM1T A PROPOSAL t'�ne complete proposal form set(1 ariginai plus 5 r�ies)with aA r�quired�cuments as itemized and included herein is to be subm�it�ed�a seal�d envek�pe,on ihe cwtside of which shall be prcrrMinenUy marked with the follawing itientFficafion:°RFP#f 1 P-QQ7-Purchase of Res�ue Pumper Fire Enqine" together with the name and acklress of the submitter. The RFP should be neat,profess'�onal in appearance and bound appropriately for the document's thickness. The original document shall have or'�ginal signatures and c�ear�y not�with+�RIGINAL on the cov�. Ali�xoposal$shall be nnailed w hand del'iver�l to the Purchasing D'aectcx at the address given,by ihe date arrd time set fcuth henein. VENDOR RESPONSIBILITY Submitters are fufly and aomp�fely responsible for the tabefing,identificafion ar�delivery of their proposals.The Purchasing Dep�rtment will nbt be responsible for any mislabeled or misdirected ViYlage Cvmmvni#y Dieve/vpment DistraFcts P�e 5 of 62 l�r�chasfng Uepart+r�t Purchase of a Rescue Pumper Fire Engine RFP�11P-�7 sutunissions,nor those handted by deliv+ery persoras,cfluriers,or the U.S.Posta!Service. • Submissiorrs shipped by ex�xess delivery,or in ovemigh#or cour'�er envelopes,boxes,or packages mus#be promir�endy marked on the outsic�of sucf�envelo�s,baxes or pack�ges with the seaked proposal identification. � Any envelopes, boxes,or packages which are not properiy tabete�i, idenfrfied,and prominently rr�arked with the sealed proposa!identi�icabion,may t�inadv�rtenily open�upor�r�ei�t, th�eby inval�tating such proposals and excluded frc�m the off�ial proposal opening process. • Invitation by the Village C�nter Community�evelopment Distric�to Vendors is based on the �+�ent's sper�#�re�est ar�a�at9or�io www.demandstar.com,www.districtaov.ora,+c�'as the resu�of respor�.se by the pubtic to tt�fegaf advert�sements requlred by State and District t�w. Firms or individuals submit their responses on a voluntary basis,and therefore are not errtiUed to compensation of any kind. • A person or affiliafe who has bee��aced on the convicted ve�for I'�st follovwng a conviction for a put�l�c entity aime r�ay not su�m+t a�xapvsal on a r,.ontract to�ovide any goods nr sennces to a pubi�entity,may not sut�nit a�'opos�i on a contract with a�blic enfity for the construction or repair of a pubti�buifding or pubiic wark,may not submit�xoposals on feases of real�xoperty to a putr{ic entity,may nvt be awarded or perform work as a vendor,supplier,subcontractor,or consuftant under a contract with any public entity,and may not transact business with any public entity in excess of the threst�l amourrt provided in Section 287.017,for CATE�C?RY 7W0 for a period of thirty-sbc(36)momhs from the date of being plac�d on�e t�onv�ted vendor 1ist. • Prc�posals that are'rnc�mpfete,unbalanced.�nditionaf,obscure,or which contain addi�ons nbt called for,afterations,or irregularities of any kind,or which do not compty with these documents may be rejected at the opUon of the District. • My Vendor who submits a no-proposat respc�se shap st�mit the no-proposal respo�e�an e►�velope marked tm tt�outside of the ma�ing�ve�e,togeit�et with�e riequired P�'aPa�� iclentifcat�n number. PROPOSAL DdCUAAENTS RE�UIRED The foflawing documents ar�d forms in the following arrangement must a�pany each proposal or alternate praposal submitted: • Propasal Cover P�qe. T�is is to be��i as#he f�st page of the p�sal. This form must be fully c�mp�ted and signed by an au#�orized of�er ofi the Vendor. • Proposaf Form � Exceptions or Deviations ta�ifications Form • Di�closure of Subcontractars,Subconsultants and Suppliers • Proposer Certifi+caf�n I Ac�r�cia A�kr�owledgetner�t�rm � General Terms and Cand'rtion�Statement must be sig�d ar�f returr�with the proposat form • A sworn, notarized Drug Free Wark Place Certificate • A swom,notazized Vendor Qu�titu�naire anci Re#erer�s • W-9 Vfllage Communfty Development Disirkts Page 6 of 62 Purchasing Department Purchase of a Rgscue Pumper Fire Englne RFP#1�P-00? • Specificat�ons{See Page 28) � Ali Warranty lnformation{See P�3U) • Cab Structuraf fntegrity Letter(See Page 34) • Painting Pcocess • Paint Samples • Proof of Corrosion Aeduction P�icy INSURANCE REtiUIREMENTS A Cert'rficate of Insurance will be fumished by the successfuf Vendar upon Notice of Award. The certificate(s)shatf be completed by the Vendor's authorized agent and submitted to the UistricYs Purchasing Department. The Successf�l Venda'sha�r�t commence any work�connection with�e Cor+tract unti!it has a�btained all o#the fo�owir�g types of insurance and shaH maintain such insurance a5 wil!�xotect him/her ftom claims which may arise out of r�r resutt from the V�ndor's opera#ions under#he terms and conditions of the proposaf. The District sha�1 be exempt fr�n,ar�in no way li�bte tor,any sums of money which may represent a deductible in any insurance policy. The paymerrt of such deductibfe shall be the sole responsibility af the Vendor and/or subconsultant providing such insurance. • Commercial Cener�l LiabiNty. Vencbr s�11 obtain,and mairrtain thrnugFwut�6rfe ofi the �ontract,Commercial Gsneral f�abii'iry fnsurarx�e coverage with t�nits no#less#+an: General aggregate.................................... $2,Ot)O,OQQ Procfucts/complefed operatians.................... $2,00O,OOq Persona!and advertising injury.................... $i,000,000 Eachoc�rsriCe......-•--•.........................•-• �1���� Insurance sha11}�ptect#tae Vendor,subconsuitanf5 and subconVactots�rom claims for dam�qe far personal injury,induding acadental death,as weN as claims for pro�rty damages which may arise from operations under the Contract. District(s)shall be named as Additional lnsured. � Automoblle L�bility Msurance cwverir�all automobifes arnd trucks fhe Vendor may use in connection with t#t�RFP. The Gmit of Habi!'�r fcx tt�is coverage shat!be a minimunn c�nbined single limit ofi$S�,+D00 pe�axurrence fior bodily injury and property damage. This is to�1� owned,hired,and non-owrxed vehicte.s. �istrict(s)shatf be named as A�'ifional Insured. • Excess Liability Insurance(Umbrella Policy}may compensate for a deficiency in general �iab�7ity o4r autam�ile insur�nce coverage�rnits. • Waiver of Subrogation:By enteri�into any c:ontract as a resuft of this proposal,Veruior agrrees to a Waiver ofi Subrogatron for eac�palicy r�uired above. • Warkers'Compensatlon Insurance,as required by the State of Florida. Vendar and any sul�consuftants or subcontractas shall c�n�r#ul�y with the Fbrida Worker's C�apensation Law. In case any dass ot emP�Y�e1'�9a9��hazarc#ws wculc unc�er t#tis Contract at ihe siie of the pro9ect is r+o#�xotecteci under the Worke�'s Ccxnpensation statute,�e Vendor shall provide,and cause each subconsultarrt or subcontractor to provide a�equate insurance for the protecfion of ifs employees npt otherwise protected. Vendor must provide certificate of insurance showing Worker's Compensation coverage or must provide an exemption certificate issuec!6y the State of Florida sfiowir�g that Ve�tor is exempt from Wcxlcer's Compensation insurance r�nemerrts. VI(lage Commun�ty Development Dtst�cts Psge 7 of 62 Purchasing Dep�artment Purchase ot a Rescue Pumper Fi►e Engine RFP�11P-�7 • Certifiicat�s)shatl�dated end show: a The name of the insu�d Vendor,ft�e speciiied j�by name and/or R�P number,the name of the insurer,the numl�r af the poficy,its effective date ar�its termination date. o Statemerrt that the insurer wifl mail notice to the District at least thirty(30)days prior to any material changes in provisions w cancellation o#the�ficy. o Subroga#ior�of Waiver clause. o The Viifage Center Community Devefopme�t District and any other govemmentat agencies using this Contract in cooperation vuith the�isb�t shall be a named additional insured on Pubfic Liabilit�r insurar�e and Automobile Liabitity lnsurance. o The VendOr Shalt r6quire of eaCh ftS st�bconSUftantS andl0r SubGOntrBCtors t0 prOCUrB and maan#ain c�r'uig the pfe of its subcontract,i�surar�:�of the type s�afied above t�r insurs the aetivities of its s�eonsuftants andlpr subcorr�ractors in its policy as described above. o All insuranCe policies shalt be arritten on companies authoriz�i to do business in the State af Flarida The Distri�t resenres the r�ht to rnc�dify the insurarrce r�uiremeMs set fo�a#�nytime durir�the pr�ess of sot�itatwn�subsequent�ftereto. PROVIQ{NG PERFORMANCE BOND The successful Proposer will be required to provide the Vitlage Center Community Devebpment Distriot with a one hundred percent(100%� Performance Bond within 30 days after natification of award of contract. Performance Bond is to be fumished by#�e company whv wil�huild the a�aratus proposed. A Performance Borid by saiesman vr�genis of the mani�faaiurer is nat a�ceptabie. EXAMINATION Of PROROSAL DOCUMENTS • Each Vendor shall carefufly examine the arawings and<ar Specif�ations ar�other a�licable docximerits,and irrform h�sefFi'tterseli t�roroughly rey�g any arul ail Condiiro�s and requi�ements that may in any manner affect cast,Progress t�r perForma�c�e ofi th�e vaork to be perfc�rmed ur�er#ze Crmtract. �gnorar�e an#he part ofi#he Vendor wiN in no way re�eve himlher of the obtigatians and respons�itiqes assumed under the Contra�t. • Should a Vendor firrci discrepancies or ambiguities in,ar amissions from the Qrawings and/or Specifica�,or shoukl t�lshe be in doi�t as#o th�meaning,he�she sha�at c�nce noti#y the Purchasi�Department,in writing. IN�"ERPRkTATIQNS,CLARIFICATIONS AND ADDENDA • IVo oraf interpretations will be made to any Vendor as to the meani�of the ProposaUContract fbcumenis. Any inquiry or ret}t.�st for interpretation rec�ived by�+e Purd3a5ir►g Director before 4:(10p.m.,Friday, De�ember 3,2010,wiA be gi�en c�nsideration. AN such c�ar�ee�or interpretation5 will be made in wrFtirx�in the form of an ac�eradum anc�,'rf issued,wili be distributed at or after the Pre-Pro�sal Conference(if applicable)and uploaded to www.demandstar.com and www.districtgov.ors�. Each Proposer shall acknowledge receipt of such addenda in the space�ovided on the Proposal Farm. • Ir�case any Prop�ser fails to ackr�owledge�ipt o#such addenda or addendum,hisfher praposal wilt neverthete�s be cons�tr�as thaugh it had been re.ceived and acknowledged and the submissioR of his/her propcfsal will constitute acknowledgment of the rgceipt af same. Afl addenda are a part of the Proposal Documertits and each Proposer will be bound by such Village Co►ttmr�n�ty D�pr»ent Dfstrfcts Pa�e 8 0!`S2 Pu�h�s�ng G�►t Purchase of a Rescue Pumper Flre Engine RFP#1 f P-007 adder�cta,whett�u or not re�red by himlher. 1#is the respons+t��li#y of each Proposer to v�rify #hat treJshe has r�iv�cl a�l addenda issued before proposals are apened. ALTERNATES When certain items of equipment and/or materials are specified and/or descrf�ed as the product of a particular manufacturer together with any required additional irtiformation such as modet number,size or cata�g nurnber,only such specif'+c items may be used in preparx�g the proposai,except as hereinaiter prov+tied. INCENTIVES/DISGOUNTS The Viflage Center Community Develppmerrt District wili conslder pre-payment and/or quantity discaunts. CHANGES/MODIFICATI�NS The Viilage Cen#�Community Devebpme�t l�sisiric#reserves the right to orc��r cfianges in#he scc�pe of work and resutting conVaci. fihe s�essful Proposer has#he right to request an�ui#able price adjustment in cases where mod'rf'�cations to tfhe cor�tract under the authority of this clause result in increased costs to the Vendor. Price adjustments wilf be bas�on the unit prices pro�sed by the Vendor iR response to this soflcitation. Any contract resulting from this sol�itation may be modified upon written arx!mu�tual c�nsent of both pardes- GOVERNlNG LAWS AND REGULATi�NS The Proposer[s required ta be familiiar wit[�and shaH be responsibte for complying with the DistrieYs Purchasing Policies and Procedures, District resolutions, District rules,alf federal,state and bcaC(aws, ordinances,rules and professional standards or regulations that in any manner affect this solicitation,the �election process,protesis,award o#c�tract,caniract ma�agemeni or any other actnrity assoc�ated witfi this solicitatior►and the subsequen#work rec�uired ofi tf�successful Pro�ser. BLACK OU7'PERIOD The bfack out period is defined as between the Eime the subrnittals�or an Invitxation to Bid,Request for Propasals, Request for Qualificatians or the tnvitation to Negotiate,as applicable,are issued by the District Purchasing De}aazimerrt artd the time the Board awards the contr�ci. During th�W�Ck out period, any attempt to influ�ce the thinkirg af Disbict ofC�ials fcu or aga�nst a specif'�c aause related ta a sotiata#i�fior goods or services,in person,by ma�,by facsimi�,by telephone,by e��c°tronic ma�,t�r by any ather means af communication,may resuR in disquali�'ication of their award and/or contract. This does not apply to pre-solicitation conferences,oral Exes�ntations before the selection committee,eantract negotiations,or communications withh staff not concerning this solicitation. FISCAL YEAR FUND1Ni'a APPROPRIATION Unless otherv�rise provicled by law,a c�tract for supp�es or serv'�ces may be era#ered into fic�any period of time deem�to t�e in�ue b�ir�terests of th+e t?istric#,Provided the term of the�act and cor�it�ns of renewal or extension, if any,are included in the soficitation and fur�s are available fvr the fiscal per�d at the time of the Coritract. Payment and pertormance obligations for succeeding fiscat periods shall be subject to appropriatinn by the District of funds thereafter. When fiunds are not a�ropriated or oth�snnrise made availabte W support cor�inuation of perfor�narn�in a subsequeent fiscal period,the Contract sha�be car�c�lled and th�Vendor shall be en#�ed#o reimbursement fior the reasonable value of any nonrecurring cx�st�curred b�rt not advert�s+�d in the{xice of the s�ppli�ar services delivered ur�der the Contract or othen�se recov�able. TAX EXEMPT STATUS The 1�1l�e Community Devebpmer�t�istricts are sPecial purpose 9ovemmenta!�encies under Flarida law and exempt from Fbrida sa�es#a�c. The#ax exem�number w�l be provided uport request. 7his , exemption does not apply to goods and senr�es purchased separa#ely by a Ver�dor�n c�onnecdan�#h its contract abligations. The Vendor shati be responsible far paying any ta�ces,fees,or similar payments that are required to be paid in connection with the corrtract work. VtNage Community Doev�opment Distr�ts Page 9 vf�2 �rrchasU�q Dsp�rtmer�t Punchase of a Rescue Pumper Ffre Englne RFP#11 P-Oa7 PERMITS I LICENSES f FEE� Any permits,licenses�fiees required wi11 be the respons�iti#y of the Venrior. PROtECTION OF REStDENT WORKERS The Village Community Developmerrt Disiricts actnret�support tt�Immigra�on and Natiunality Act(INA) which includes provisions addressing employment eligiblli#y,empbyment verification,and nondiscrimir�ation. Ur�er ihe 11dA,�nployers may hire only perso�s wF�may I�aliy work in the United States(i.e.citizens and r+ati�a�o#the U.S.)and a�iens authoriz�l#o worlc in the U.S. The emp�ye� must ver'rfy the i�ntity�nd employment eNgibility ofi anyone to be hired,whi�h ir�cludes�ompietittg the Empfoyment Eligibility Verification Form (I-9). The Vendor shall estabfish appropriate proC�iures and controts so no services or proclucts under the Corrtraet Doeumerrts wili be performect or manufactured by any worker who is nat iegally eligible to perform such services or empfoyment. The Vendor must be able ro verify an employee's elig�lity to work in the U.S.�n demand by tt�Distr�t througttou#the duration of the contract. 1t is u�s#aod#ha#District wa!no#be respons�for any�olations c�#�ederal 1aw arEd the appfic:ant,solely,wiN be responsib�and iiable for arry violat�ns ar�l or penalties associa#ed a�th s�h viotation. YILLAGE CQMMUNITY aEVELOPMENT DfSTRICTS The Y11age Cen#er Canm�ity De��'ne.nt�tr�ct,Sumter Lar�'u�g Canmur�ity Develo�nent District and Viilage Communi#y Develapment Districts 1-i0 are bca!uniis of spe�aa!-purpose goverrnnent�nd reserve the right to reject any aru�or atl prcrpOSais,reserve the rfght to wairre any informalit�s or irregularities in the propasaf ar examinatron process,reserve the right to sefect low proposal�r item,and resenre the right to award praposats and/or contracts in the best interest of the DisU'�cts. REF'ERENC�TERMS Any headings in this docum�t are for the purposes of referer�ce only and shatl no#Nmit a�othemise affect the mea�ing thereof. Any referen�e to gender si�ali i��ns�rued ta inctude aU gent�rs,firms, partnerships and corporabons. References in the singular shall be construed to inctude the ptural and references in the pfural shal!be c�nstrued to ir�clude fhe singufar. Any reference to the NDistrict"or the "Village Community Devetopment Districts"shall be construed to refer to the specific District or Districts fw which the soliatation was iss�i and those Distric#{s)sh�U be the legislaiirrre�uthority#c�r aA matters conceming this solicitatior�or the result�g contract(s). RIt3H7 TO AUDR RECORDS The Districts shall be entitlerl to auctit the books and recards of the Vendor or any sub-contractor to the extent that such t�oks and records relate to the perfarmance of the Contract or any sub-contract to the Contract. �uch boaks and records shall be maintained by the Yen�r#�r a period of three(3)years from the date af final payment unc�ihe Coritract and by the sub-c�ntractor for a period o#three(3)years frbm the date of firial payment und�the sub-contract unless a shorter period�o#herwise autt�arizetl in writing. AD1317tONAL TEFiMS AND CONDITtONS No additional terms and cor�itions inct�ed with the propasal response shall be evaluated or considered and any and all such addiYronal terms and conditions shafl have nn force and effect and are inapplicable to this prapas�l. If s�rrRi#ted either purposefuAy#hrough inteni or design a'inadvertentN�PPe��9 separately in transmitting letters,specifications,literature,pr�e Nsts or warrar�tties,rt�s t�nderstood�d �qreed the genera{and special conditions in this soiicita#ron are the only c�rulitions a�li�cable#o ttiis proposal arui the Proposer's authorized signature affi�cced to the proposals attests to this. PROPRIETARY INFORMATION Responses to this R�ues#for Proposals,upon rece�t by tt�Distr�t,�me publ�records subject to 3he provisions of Chapter 1 i 9�.5.,Flc�rcla's P�Recorti Law. If any Pro�ser believes#hat ar�y portron of ail ofi the respanse�s c�nfidential and proprietary,l'roposer shal!clearly asset�suc�eut�tHOn and the specific legat authority of the�sert�t exemption. AIt materials that qualifyy for exemptron from Chapter 1 i 9 must be submitted in a se�rate envelope�elearly identified as`"CRADE SECRETS EXCEPT'IaN°,with the firm's name and the proposal�umber marked on the outside. Such desigr►ation of an item as a#rade secret may be chaNenged in court by any p�svn. By the Propos��'s designation of V�7age Cammunity D�ev�nt tNstrfcts Page i0 af 62 Ptrr�chasfng D�parfr�tt Parchase of a Rescue Pumper Fire Englne RFP#11 P-007 material submitt�l to the Distr�t as a"trade secret",'t1�e Proposer agrees to hotd fiarmiess the District for any award io a plaintiff for damages,costs or attarney's€ees and far costs and attomey's fees i�cu�red by t�e District by reason of any lega�act�on challengirx�ttze Pro�oser's"trac�e secret°claim. ADDITIONAL SERVICES/PURCHASES BY OTHER PUBLIC AGENCIES The Pro�ser by submitting a proposai acknowledges that other public ageneies may seek to"Piggy- Back"under the same terms and conditions during the effective period of any resulting Contract services and/or purchases being affered in this�oposal for the same prices ar�d/ar terms being proposed. The s�essful Proposer ha.s the c�tion to�ee or dis�q�ee to albw cun#rac#Piggy-Backs on a case-by-case basis. Befare a publ'�c agency is allowed to Pig�gy-Back any contract,#he agency must first c�tain#he Proposer's approval. W ithout the Proposer's a�ravai,the seeking agency canrrot Piggy-Badc. COMTRACT TERMS AND CONDITI4NS , Con#ract Term: o Th�#er�n of this cantract sh�l be frarn the date of the Noiice o#Award through Decemt�r 3i, 2013. o Praposal prices submitt�l in response to R�P#i 1 P-007—Purchase of a Rescue Pumper Fire Engine-are to be val"�d and in fuff force for the term of the contract. o AnY�ici+i9 incre�se w�El�ju,stifieci tt�rough the U.S.Bureau of Labor Statist�,Prtxiucer Price Irnlex. Price�ustmeritS tfl fhe original�may take pEat:e or�e year trom#he issu�vf#he Natice of Award. Proposers must provide the inciices tha3 wii�be used in calcu�ating any price increase when submitting the�o�sal.The price adjustrnent shall NOT exceed the percentage adjustment of tFte PPf at the time of the proposal opening date to the most current month for which statistics are available. The original proposal price shall be the base price. Proposers may alsc�utilize speaf�charages required by national standards(i.e.Enviranmer�tal Prot�tion /�qency,Na��ire�'rotecfion Associatit�n)but ihese increases must be clbarly enumerateti in any future pric�g. Pavment: o Purchase C7rder(s)wifl b�issued ta initiate the order. o Irnoices shait�sut�nnitt�r�lat�r than the f�s#o#the mor�th fo�t�seroices performed the {�ecedir�month. P�Ghapter 2i 8.74(i),an invoice from the Vent#�sha�be oonsi�red as receiv�when it has been s�nped as s�ai The Vil�s Pubtic Sa#ety Departm�arr#, 9231 Bonita Boulevard,The Viltages,Florida 32i62. Payment by the District will made no later than forty-five(45)days after the�nvoice has been received by the District per the"Locat Govemmerrt Prompt Payment Act", Florida Statutes,Chapter 2i 8, Part VIl. o If payment is r�o#made by the District to the Vencior within#orty-five{45)days,Ver�dor may assess a late clrarge for the i�sser af 1.5%�moMh,�the maximum rate permitted by taw. o The District agrees to pay the Vendor for addidonal work performed by the Vendar pursuant ta written orders placed by the District,at a rate equal to camponent unit costs of labor and equipment charged by the Vendor under the terms of this Gorrtract. Contract Documents: o The Contract Documents,wh�a�rnprise the entire�Gan#rac#betvveen D+str�t and Vendar and which are made part hereof by this re#er�►1ce,cc>nsist oi i�foflowing: RFP iss�ted Submitters Response to the RFp Instruetians,Terms,and Conditions Propose�s Gertification vH►age�ommunity c7�ev�c�rt�sd+icts P�ge 1�of s2 Aurchasl�g Departmer�# Purchase of a Rescue Pumper Fire Engine RFP#11P-007 General Terms and Conditions �rug�ree WorkQiac�C�r#ificate Vencbr Ques#ionnaire arxi Re#ere� Scope of W ork/Speeifications Purchase Order Permits/Licenses Ali Proposal Ac�erxia lssued Pr'ror to Praposal Openi�Date A�Modifi'�cations arxi�hange Otders lssued No#+ce of Award!Not�e io Proceed D�liverv Reauiremenfs: o The apparatus shaff be driven from the manufacturing faciiity to The Villages Public Safety Department, 1231 Bonita Boulevard,The Villages, FL 32162. o To insure�-a�er�eakan ofi aq c�rnpon�ts while stiq under warra�#y,the apparai�s wiA be deliver�over the road urui�r its own power.(Ra�and/or truck#reigh#wiil not be atxeptable). o Representative shalt thoroughly demonstrate the comptete apparatus o�ration and maintenancs. o Successfui Proposer shall�rn�ai the time of debvery,#aro(2)cs�mplete°t�eration and Service°manuals irt a paper r.opy arxi in�ectro��file(s). ShaN�de service,mainter�anae and tro�iest�oting far rr�ajor and mirror c�om�nts o#t!�tn�cic. o a videa training tape on the operation of the fruck shal!be su�ied writh the manuats. Other INatters: o The t�iigations o#tF�Vendors ur�'ti�s Coniract rrtay not i�de�ga#+�with�ut fi�e prirn written �onserat of the Dis�ict. o In the event of defauft by any party to th�s Co�act,the prevailir►g party shall�er�titfed to re�over f�om the defau�ting party,a(t�sts and expenses,incl�ing a reasonabfe attomey`s fee, whether suit be instituted or not,and at the trial eourt and appellate court level incurred by the prevailing party enforc�i#s right hsreunder. o The venue fior the e�fiorcemer�,construction or inter�xeta#`wn of this Con�act,st�a�be#he Grwnty or Circuit Caurt for Sumter County,Fiorida,and Ver�or daes hereby speeifically waive any "venue privitege"and/or"diversity of citizens�ip privilege"which it has now,or may have in the future,in connection with the Contract,or i#s duties,obligations,or responsibilifies or rights hereunder. o Vendor does herebY���'��Y Ixomise and�,qree to"�ro�i harmless°,defernl and�mnirfy the District and ti�e agents,servants,employees,officers,and officiafs thereof from and against any and all liability or respansibitit�r for damage to property or person that may arise in connection with the seroices ta be provided hereunder,including reasonable attorney fees and expenses. Vendor,if hisJher proposal is accept�l,wia de#end against ail suits,assume aH lia�tity for the use of arty�patented proc�ss,adv�e,or art�cle#ormi�g a par#o##he apparatus of anY appliance fum�ur�sr t��i. Suc�indemnificaii�rn w�l bs documented in tF�e Contract Docum�ts. o Vendor shatt not be construed to be the a�eM,servant or employee of the District or of any el�cted or appointe�i officEa�thereof,for any purpose whatsoever,and further Vendor shall have no express or implied atrthority of any kind or nature whatsoever,to incur any liability,either in contract or or►a tort,as#he�ent,servar�t r�empioy�ee of the District. c� These Coniract[�cumerr#s cor�tiizrte the ent�e un�rsta�ng and Contrac#betwe�nn the Pazties and supersedes any and al{written ancf orat represerttstions,statemeRts,negatiations,or Vlllage Community Deve!'apment Dlstricts Page 72 of 62 Purchasing Uepartment Purchase of a Rescue Pumper F1re Engine RFP�11 P-007 corrtracts previously ex�sting between the Parties with respect to the subject ma#ters of this �ontract. The Ver�dor recogr�izes that any represe�ta#�ons,statements,or nego�atior�s made by Dis�ic#staff do rrot suffic�to leg�lly birui the DisVict in a c�ntraatuai reiationship untess they t�ave been reduced to writing and signed by an authonzeci Dis�ict represerrtative. This Contract shalf inure to the benefit of and be bindir�u�n the Parties,their respective assigr�s,and successors ' in irrterest. o No amendment to ttais Cor�iract shaq be effective except those agreed#o in wrifi�g ar�f s�ned by bo�of the parties to this Camact. o Time is of the essence in the�t'formar�e of this Corrtract. The Ver�r speCifiqlly agrees that tt wiil commence operatians on the date specified in the Notice to Proceed and that ail work to be perfarmed under the prvvisions of this Contract shall be done according to specifications,subject onty#o delays causeci thro�h no fauft of the V+�ndw. Vendor's Rearesentativtts• Vendor makes the foftawring representations: o Vertdpr has familiarized himself with the nature and extent of the Contract Documents,work, kx�lity,and ali Ic�a!condi#i�s,and f�ai,state.and k�laws,wd'ir�ances,rules,and regulations that irm a�y mar�ner may aff�t cc�s#,Pro9r�s�or perfamar�e of work. o Vendor declares that he has examined the plans for the work and o�her Cantra�t Documents refative thereto and has read alt the addenda furnisi�ed prior to the prnposaf,and tF�at Vendor has satisfied itself relative to the work to be performed. o Vendor has inuestigated and�fulty informed of tl�ccMStn3ction a�i labor cor�tic�ns,of obstn�Ctions to be er�n#ered,of the cha�acter,quakty and quanfities of wc�rk to be performed, materia�to be fumisi�l,arrcl requirements of the plans ar�d otl�er Gcxrtr�t Doa�merits. o Ver�dor has giver�the District written notice of alf con�cts,errors,ar discrepancies that E�e has discavered in the Gontract Dcxx�ments. o Veru3or deGares thai submission o#a�oposal for il�v�rk constiiutes an incantrovertit,�e re�esentatron that�he Ve�w has com�d with every requirement o#this Section,a�d that#he Co�t Documeri#s are suffiaerrt in�and c�etail to indica#e and convey ur�derstartdir�rrf all terms and conditions for performance of work. o Equal Opportunity: Vendor assures that no person shail be discriminated against on the grounds of raae.color,creeci,nat�ai a�igin,handicap,�e or sex,in any activity under th�Cc�ntract. VfHage Community D�evelopment Distrlcts Page 13 of 62 Purchasing Department Purch�se of a Rescue Pumper F1re Engine RFP�11 P-Q07 PART 2 EVALUATION PROCESS PROPOSAL EVALUATfON This�tequest far Pra�xisals incl�es fotlowing atf the procedures in tfiis document and send+ng the sealed proposa!information to the ('urchasing Department by the due date and time. Proposafs will be evaluated on the fo!lowing criteria: F�ctor Descri tion Points generai Requirements i. How weli the equipment pra�ed meets tltie requiremer�ts of the te�►nical 25 s ' tions ccmtain�l ir�tt�s R t fa Pr Cost 2. Total c�st to the District 30 Warranties 3' How welt the propaser meets the minimeun wamarrti��d on this Proposat � �. Vendar References �5 Feedback from current and past cusstorners of the ven�r. �1ua19ty�d Com�s at P�SI 5. �uality,professionalism and conaseness of Pro�sal a�of any required f iJ su lemental submission. � �:.�,r�` _� � Total 100 Once proposals are received,�e Sefection Committee members witt independerrtfy review each submittal and score each proposal based on the evaluation criteria. The awa�d will be based on the proposal that is most advantageous to the District. The Distfict reserves the right to a�y ihe evaluation cri#eria in any manner it deems necessary and to eva�uate eac#�fiimn separately or comparatively,usir�these c�ite�na in a�y weight�im�rtance as it sees fit. The Disfict aiso r�serves tlte right to seek Ciarificatior�from prospective firms on any issue in a respanse,invite specific firms for site visits or oral presentations.or take any act'ron�feels necessary to praperly evaluate the submissions arid construct a solution in tFre District's best interest. Faiture to submit the requested information ar required doc�mentation may result in the lessoning of the proposal score or #he disc�ualif�a#ion of the proposal re�or�se. Du not attempt to cantact any Se�cfican Carnmittee AAember,siaff member cu�rson ot�#ian� Purchasing Departmerrt for questions relating to this project. Anyone attempting to lol�y District representa�ves will be disqualified. The Setectron Committee wi�meet to ev�ate proposals ar�Tuesday,January 4,2i?11 at 10:3U am at the ViUage Cammunity Deve�pment Distric#s Punchasirg Departm�t, i894 Laurs!Manor Drive,The V'llages,�32162. Once the proposals have been reviewed and scared by the selection committee,the recommendation of aw,�rd v�ill be posted m www.demandstar.com and www.districtaov.orp. Propasal awards are subject to Board approval. Vil�e Community D�eveJopment�sd�ts Pa�ge ��o�I 62 �r�chasMg Deparhr�rrt Purchase of a Rescue Pumper Fire Engine RFP�11P-l�7 PART 3 PROPOSAL SU�MITTAL An original and five(5)copies(for a total of 6),of each proposal s[ialt�subm�tted in a seafeci enve�pe, prominen�y marked on the outside with the words,"RFP#11 P-007—Purchase af a Rescue Pumper Fire Engtne". Proposals submitted in express,overnight or cour�er envefope5,boxes or packages must be prominentty marked on�e outside with the words,°RFP#11 P-t�7—Purchase of Rescue Pur�per F�e En+gine"and the coritents sealed as ret�aired. • Deadline for Submissions�n res{�nse to this Request far ProposaEs:Proposals must be received no later than 3:Q0 pm,Wednesday, December 15,2010. Propasa�s submifted by FAX or other electronic media will not be accepted urRder any circumstances. Late proposals wiil not be accepted,and vui11 be retumed,unopened,to�he Propos�r,at fihe Prfl�se�'s expense. ` �Y f�rson or a#filiate whc>has t�een pl�ed on the convicted verx�Or list fol�wi��r�n�riction for a public entiry crime,may nat submit a proposal on a contract to provide any goaJs or services to a pubfic entity,may no#submit a proposaf on a contract wfth a pubfic errtity for the construction or repair af any public building vr public work,may nat submit proposals on leases of reaf property to a public en�ty crime,may no#l�awa�ded or perfam wrorlc as a vendor,su�fier, subc�ntractof,or c�r�sultar�t under a cmntracr ar�any publ'�c enUty,ana may not transact business with any pubGc entiry in excsss o#ten#housa�l cb{�rs,E$10,�.00)for a period of thirty-six(36}months froEn the date of�ing placed on the convicted vendor lis#,pursuarrt to paragraph 2a of Section 287.133,Florida Statut�. • The�tlage Center Comm�i#�+Development District reserves the�ht to reject�ny andfor all pr�osals,resewes t�right io waive any�ormaiides��regu]ar'�ies in#he proposal,and reserves the right to award tro�#ract(s)in the b�st interest of tt�Disfict. Vlllage Community Derrelopment Dfst�s `',�,�rge��of 6,2 Purchasirrg Departmenf � - Purcha�of a Rescue Pumper Fire Engl� RFP#11 P-007 PART 4 PROPOSAL D4CUMENTS PR�POSAL COVER PQGE Name of Firm, Entify or Qrganiza�ion: Federal Empioyer{dentification 1�m6er(EIN): State of Fiorida License Number(ff ApplicaWe}: Name of Contact Person: Title: E-Mail Address: Mailing Address: Street Address (if different): City, State, Zip: Tele hone: Fax- Organizational Structure—P1ea�Check One: C�orporation ❑ Partnership❑ Proprietorship❑ Joint Venture ❑ Other❑ If Corporation: Date of Incorpora#ion: Sta#E of lncorparation: States Registered in as Foreign Corpc�r�ttion: Does your firm accept Visa�for payment? Yes❑ No❑ Autho�zed Signature: Print Name: Signature: Titie: Phone: Thfs document must be com Iet+ed ar�d retum��rfth our Se�6mittal. VNlage GommuMty Qe�opmer�t DlsMc#s Pege�6 ot 62 Pi,rch�sing uepartm�t Purchase of a Rescue Pumper Flre Engfne RFP�11 P-007 PROPOSAL FORM VILLAGE CENTER COMMUNITY DEVELOPMENT DfSTRICT ��kc�� ���� ��:a � 4 �� � � k �f f� �*�. � �� ��� �� ��ow�^� Name of Firm Submitting Proposaf Name of Person Submit#ing Proposal PROPOSAL ACKNOWLEDGMENT 'The undersigned,as Proposer,hereby decfares that he/she has informed himself/f�erseff fulty in regard to all eonditions to the work to be dane,ar�that he/she has examined the RFP and Spec'rfications for the w9ork and comments hereto�ttached. The Vendor�uopases and agrees,if this proposa!is acCepted,to contract with the Village Center Communiry Development Distr��the fam of a Purchase C?rder,to fumish a1i�ecessary materiais,e4uipment, ma�chinery,tools,apparatus,means of Vansporta#�n,Iabor and service necessary to cc�mplete the work cavered by the RFP ar�Corrtract Documer�ts for this Project. The Proposer agrees t4 accept in full compensatian for each item the prices nam�in the schedules incorporated herein.° TOTAI.SUM PR�POSAL..................$ Signature Date This documenf musf be compfetad and r�eturned with your�ubmittal Viilage Comrtrwnity Develapmer�t Dfst►lcfs P�ge i7 af s2 Purchas/ng De�rtment Purchase of a Rescue Pumper Fire Engine RFP�1 iP-0pT EXCEPTIONS OR DEVIATIONS TO SPECIFICATIONS Note: Proposer must stgn the appropriate sta#ement below as appiicable. ( ) Proposer linderstands and agrees to alt terms, conditions, requirements and specifications s#ated herein. Firm: Signature: ( ) Proposer taices exc�ptions to terms, aondi#ior�s, requirements or specifications s#ated herein. (Propossr must itemize each exception below and return writh ttie Proposal form.) Firm: Signature: Proposer should note that any exceptions taken from the stated terms and/or sp�i�cations may,but not necess�rily will be cause far their s�bmittal to be deem�°non-responsive",risking rejecting of the submittal. Attached are additional pages. 7"I�is documen�mus#Iae comptei�d and returr�d with your Sub+»i�al VAlage Cammunity Devebpmerrt Dis!`ricts Page 18 of 62 Purchasing�partment Purchase af a Rescue Pumper Fire Eng/ne RFP�17P-�7 DISCLOSURE OF SUBGONTRACTORS, SUBCONSUL7ANTS AND SUPPLfERS Name of Firm Submitting Proposal: (Print or Type) Mame of Person Submitting Proposal: (Print or Type) Please tist al�Subcontractars,Subconsultartts or 5u�liers to be used in connection with pertormance of this contract. Attach additionel sheet�as necessary. Name of Firm or Ag+ency: Address: Telephone: Contact Name/Title: Name of Firm or A�ecy: Address: Telephone: Contact Name<Title: Mame of Frm�r Ag�ncy: Addfess: Telephone: Contact Name/Titie: Name of F'xm or Ag�cy: Address: Te[ephone: Centact Name f 7itie: Name of Firm or Agency: Address: Telephone: Cantaet Name f Title: T1iis documern mUSt be complet�d and retun�ed rmth your Sut�i#tal Vfll�CammuMty Oeve/opment Dfstricts Page 19 of 62 Parchasl►rg Uepartment Parchase of a Rescue Pumper Fire Engine RFP#f1P-007 PROPOSER'S CERT1FiCATtON s�b►nn ro: viva9e comn,unny r�ev�er�ois�i� Purchasir�g Depariment VILLAGE CEM'ER COMMUNITY DEVELOPMENT DISTRfCT 1894 Laurel Marwr Drive The Villages,FL 32162 REQUEST FOR PROPOSALS GERTIFICATIdId Phone 352-751-67� Fax 352-751-6715 ANDADDENDA ACIfNOWLEDGMENT DUE DATE: December 15,2010 D!!E T111AE: 3�Opm RFP#i 1 P-�7 TITLE: PuroFtase of a Resctie Pump�'Fin�Engine VENDOR NA11E: PFIONIE NUk1�R: VENDOR 1AAILA�Ki ADDRESS: FAX NUi1BER: CRYlSTII7FJZIP: E-lNAfL ADDRESS: °I,the undersign�,cer6fy that 1 have reviewed the addenda�s�d 6elow(list aa addenda received to date). l und�stand that tlmety t�mmeru�ment wiN be considered in award o#this RFP and tltiei c�noeflation of award rai�t�consideret3 ff commencemeM time is not met,arrd#�a#ufltirr►sly commer�cement may be c�e f� af�idadsd d�cl�ms. {furlher eerd(y that the Services wilf ineet or ezceed �e RFP . 1, the �. �e triai 1 f�ve care#�y e�mir�d the RFP, specificatior�,tertns and conditions as applicable for tFbs Request, ar�that I am tharoughly familiar with all pmvisions and the quality and type of coverage and senrices spec'rf'iecl. 1 further�ne that I F�ve not ciivu�ed,disCussed,or oompared this RFP vritF� any other Offeror and have rtot c�u�deci wi�►any Offeras or�to�RFP whe�oewsr for any fraudulent purpose." Addencium# �r�um# Addendum# Ac�endUm# Addendum# �i�mry m�m�quote�m��n,out prior u��,c,o�ace,u��«,n�ct�a��en a�,y�porana,,�m,o��Sa�,�n� an RFP for tl�e sarne materi�,s�es,eq�aipmeM or setvic�es�is in a�r�s fgir a�vritlrout coilusia►or fraud. I agree to abide by a!I r,arxfitions of�RFP�ci cer0iy thai i�n authorized to sign ttrs r�pons�e ancl thffi the offer is in compliance with all requiremerrts of the RFP, induding iwt rat Famited ta ceRi�ication req�irernerits. !n conducting offers with an agency for ViUage Center C,ommunity Development District,Sumter tar�ding Canmunity�rebpmer�District or�y wllage Cvmmunity Development Distruct,resPor�ent agrees that'rf this RFP��ed,Me respor�ient ariN tx�rrveY�seN,assi9n,or transfer to the Districts all rights, title�nd interest in�d to aN�es of acEion it may�rnr or hereaFter a�e under 1�anti-trust laws of ihe United States for�xice fixing relating to the particular c;ommodides ar services pu�chased or acquired by the Distr�ts. At the Distrlots'discreUon,such assignment shall be made�d become effec�i�st tl�e tir��e�ng�cy renders final�ysnent to the respondent" Authorized llgeirt Idairie,Tit�{WirN) Autliorized 3i�ature Date Thfs fio,rm must h�e trom !e#ed arn0 r�etur�d with vur Subm�ttal Villaqe Community Develop�nt Dfstrfcts Page ZO of 62 Purch�sfng Department �� � � ���a a g� � � - � � ��� � �� � � ��E� a � ° 8 ��B��Q � `�� $� ������ �� ��� �� �. �g¢ � � ���� � �� �����:���. ���7� ����� ��� ������ . ����� . E �� �� �� � �� 3 ��$ � ��m �� � � � SS��p �� �S � � �A d� � � � S � � '� B r� � ��a n $ 8 � .� � $��� � ������ � � � ���� � �� � s �� �� � � ��£ ���� � �� � � �� $� � � ���-�� � � � � �� ���� �� ��� g � ��� � � • � • ������� ,��� � ���. �� � ����� � � 3 ��� �� � � .���� � � � � � �� � �� � �� . � ,��� ,�. . � � � � � s � �g � ,w. � ��8 �. � � ; a,�� �� � �- � �'� � �� � � $� � � ��� �� - .��� � � ���� $� � � � � � � � �� � � �� � . �'��� �"� ��� ��� �� ���� � � �� ��� � ��a� � �, � � �u g � � ,� ��'�9 i �. S°. ��� � � ��� � �04 a � 8 �� �' vk ������ � ��� � ���� � � � • � '���� ��� �� ��' � ��� � � � .�� a � �.�� � � _ � � g �s � � � ���.� �� � � ��'� � �� n � � � o � g .s � � �� � �� � �� � �� � � �A ��.� �a� �� � '� � � �G �� s � 5 � . �� � � a � � �� �� ��g � � �� � � �.� � � ��� �' �m � � � ��. �. ,.� $ � _� �� �� � . �� �� � �� $ � � $ ��8 � � �8 �� ���� . � �� �� � � � � � � �' — . �.���� � � � �� � ��. � , ¢ � � a � �.� �� � s ��$ �� ��� � � � � � �� � ,� �� � �� .� � �� ��� � � a� �� � �W . . .. � � � �� �� � a. �� �� o �,�� � �� s � ��g ���� . � � � .�� � �° .,, �e � ������ �; ��� � ��a �����$�� � �� • ���� ' ����� •�� �a� s ����5� � � � � ¢� ��� � N �. . � -� � �a � �n� -�' � � �g �� �� ,�� � � � �& "° �� � �� - � � � � ��' � � � �� �� �E �� ��� � � � � ¢� �� � ,� ,� .� z � ��� �� ��'� � ��� ���. � � � .�� Rg � ��� � �� ����� � ��� � � o ��� . � a.���� ��� ��� � �k� �� � 9^� � �. � � � ffi � ,, � �..�o � � . �� d � � � � � � � ,�. � � m �� � � � o . � � � � � �� C � �.�� � � � . � -� � � � ��. � ��� �� � � � �° �� � � � $ � � G � �� � � . �� � a . � �' . � . � � � ��. m�� � � Z�S�� �� � � �. ,�� A Z •� ���s �� � ��¢ � ��� ��� � �� � ��S �'�� � � �� � � g�� � a$� ��'� �� Q � � ��. � ��� � � s���� . s�' � • s.. ,�� � �. .� � � � � �� �� ��g� �a� � �� �� �a � ��� � � � � � � m � � �� � �� m H � �g€ � C.� � � � � .p � A �� e $ �� �a � � . � �����'H� ���m�8�� ' �����8��� � � ��� ��$ �� � , �m�"'�-���� �� �, �� "�� � o � � � � � � � �.� � s..��� b � �� Z �a ��� � � ��8� � � � � ��. ���� � �� � ,� t Q�� ,� �.F � � , �� a�� s �. � �� �.s ...���� � � � ��g � � .��� � � ����� � � �� � �� '� � �� �� � � . �� � ��� � � � �, �� � � $¢�� �� � � � . �$ � ��� � �� ���� � � � � � R � � ������������ �����# ���������������� ���� ���� ���������������� �� ������ ����� � e�� � � W �� � . �� ��, � � s �s,�a s�� �j� �B��� � �� �� � �"��'� � s� ��'� '� � �� � �— ����� � � � ��t ' � � �s���s �� �� � �����a � ��� ��� ��. �B� ���� �� � � � � �1tl � ��g S� �� �� ���$ � � �g� � g�� � � �� �' B' � �� � � C�� � 0 ��' � �$ �� . � ��s � � ���a ���� � g� � � �� � .��� � � � �� � � �y a� � a a � ��' � g � �� � � '��� � a � 6 � � � �� � ���� ���. �¢ �� �' $ �� '� ��, � ' � � � �5 �Z ��� �� � � � �. � � .�� � �� .� �� �� �� � � � w '� �'� � �� � .�� ��g � � �� � � � �� � r��� b ���� . � � � � g � . � . � � , �' � � � . �� �� � � �g�� � � � . .� � � �� '�Y .a$8� � ° � �� � � � �� �� �^ �' � � $�' � 8 �° � �e �� �, • ��� '� • � �� " � . � EW ��� .�� � �� �g��� ��� s�� ' . ��s �����6��� � � �� � �Ba� ���� ��' ����� � � � �� � - �. � p � � � � �� � � �� � �� � ��� �� �� � .� �� � � � �. � a ����� � � �� � � �� � �� �� � � ��� � � . � �� �� � ,� � � � �,���� � � �'�� . � � $ p� � � �� � ���� �� � � ��� ��� a v� ��� � � � ��.4 � � � � �� � . - � . �� � � � � � ��� � �. � � � � � ��.��. ����� . $�� , � �� � � ��� � � �8 � � $o �'� , _ m � ��'� �g �.� .�a � �� � ��'�g�. � �� . � ��� 3��� �� ; ����� ��.� . . ���$�� � � g. � � E � � � � . �� � � � � . . � _ � ��. ���� � � ������a �a� �- �� %x � � � ��s� .���� � �� � ������� , .� �t � g � �� �� � ��W �a�� � ����� §{y � ��� � ���� � �� �-E g� W � � g � 3 5��,� � � � 8� a ��� � €�¢ �i8� tl1���: � 5��� � , ���`�5 �� � ,�� �& �L � C „�Z W � ��d� � � �� � � �� � ��s � ��ag� � ��� �� a � � � �' �'� �� �������� E � r` � e.g° �' � �� �� ���� � � �� s �� � . � � . a �� �� � � � � � � o � . �� � �¢ �m � � �� . ,� � � � ,� � ��. . � � $ ,���� g.�5 v► !s�'� 6�Bx��g •�� r���� '6 ��� ��� ' , �'�� ��� ���� ���� � ���� �� ����w �8. � � � �'G � g�m `�. � � . � ���� 's �� � �� � � � g � � � � lp ��9 � �. >� � � � �m � � � �� .��.. � . �g .. �.. � g� � � _ �.�� $���� � ��8�� . � � �� 3 � �� � � � � ��� � . � �� � � .� �� � � � �� �� � � . �� �����$ � � �� . � . � �..� ..��� ,�, ,� t .s���� $ � ��' �� a �� � � �,�� e� '�� � � a �,� ��� � W '� �� . � g� � g� ,� � � �w� '� m $' � 3 g� � �� � �J � _ � ��� _ o��� � �s��� � � � � � � - � ,� � � � � � � a � .� .. �� . �.� > � � � � � � A � �� � � � . � g� g� a ��. � . � � � ���� � �� ���� .s� z�� ����g �� ������ ��. �¢ � . ���� � ��.� �.�� � � � . � � � ��s � � � � �� � � � �� �����_a� ��� � 3 � � �� � � . � �� -�g� �t�o�,�� � �� � � �� � � ��$ 3� � . '� �c� !� �a � . � ����' �$ � a m� � '� @; � 9 �S� : • mp�g���+�� � �� � �6 ���e�$� � ,��� ��'�� �3��5 -� �B` �� F�€�� Yf, ��$ ���. � � � �- �� �m � � � �� � ������ � � � ���>��' � � � ��'� ����._� � � .�������r � ������������ �����_���� ������w�>������' ��m_ �� � � � ������ �� s � � Purchax of a Rescue Pumper Fire Englne RFP#1 iP-�7 DRUG�REE WORKPLACE CERTIfICATE i,tfie undersigned,in accordan+r.�vvi#a Florida S#atute 2$7.fl87,hereby certify that, (prin#or type name of firm} • PubGshes a written statement noYrfying ihat ft�un{awful manufacture,distribution,dispensing, possessian or use of a conVolied substance is proh�ited in the work�ace+iam�d above,and specify'+rx�actions that wilt be tak�against v�olatiotas of suc�}xohit�tion. • Informs empbyees ak�out ihe dangers of dn�g abuse in the work place,the firm's policy of main#ainina a dr�g free wor[cing envir�ment,ar�avaifalNe drug ccwnseling,rehabibtation,and employee assistance programs,ar�the penalties that may be imposed upon employees far dr� use violations. • Gives each employee er��ged in provicling cammodirties Qr c�ntractual serv+ces that are under proposal or b�l,a copy of the statem�nt specfied above. • Nc�tifues the empk�yees thai as a con�tion of wa�icing on it�e c�mmoc�ti�or conirach�at serviaes that are under{xoposal or bid,tlie em�oyee will abide by the tem�s of the statement ar�wilf natify the empfoyer of any conviction of,piease or guilty or nato contendere to,any viofation of Chapter 1893,or of ar�y cvrrtroNed substance law of the State of Florida or the tlnited States,for a violaa#ion oocurring in the w►orlc�ace,no later than five(5)ciays after s�h convictian,and req�ares em�oyees to sign copies of such wntten[*)statemer�t to acknowledge their ret�ipi. • lmposes a sanction on,or r+e��es the satisfa�tory part�ation in,a cirug abuse assisiance or rehabititation program,if suc�►is ava�ifable in the employee's community,by any employee virt►o is so convicted. • Makes a gnod faith effort to contin.ue to maintain a drug free work place fhrough the impfementation of the drug freE workpfac;e program. • "As a person authoriz�i to sign this statemern,t certifjr that the above named twsine,ss,ffi�mm cx corporation com��s fully with the rec�uirements set forth herein°. Auth��aed Signatur� Date 5igned State of: County af: 8virsam ta and subscribed before me this day af ,201Q Personally known or Produc�ed�entificatron (Sp�fY 7ype a#kie�if'�ation) Signature of Notary My Commission F�cpires (seal) This document must be comp�t�ed�nd returned with your Submittat Vilfage Commt�nity D�eveiopment Dfstr�icts Page 22 af 62 Pr�rcha�i�g Dsepa�dr�ent Purchase of a Rescue Pumper Fire Engi� RFP#f JP-007 VENDOR QUESTIONNAIRE AND REFEREMCES (You may use a se�arate sh+aet for additronal infvimation) VENdOR: DATE: 1. Where are your cQrporate/business headc�arters I�ated? 2. W here is your factory(ocated? 3. Where is�e nearest full sen�e r�nter? 4. How many years has your organizaUon been in business under your present business name? 5. List all previous business names of your organizatien: 6. Will you fumish a written guarantee that suffiaent rep{acement equipment artcVor repiacement parts arui eompanents wili be avaitable at your facitity if requested within a m�imum 24-haur ��? 7. Witl your company provide a v�rrrilten copy of the manufacturer's written or expressed warranty on the equipmerrt? Provider must state�ength of standard warranty and any extended warranties available as welt as aEt requirements for the Dist�ict to remain within warranty campliance. 8. Daes your campany c�ntract out the warranty repair worlc? lf sa,how t�g has yaur company done this? How long has the current vendor been with your company? Pfease provide name, address and phone number of vendor. Vlllage Cammurttty Deve/opmenf Distiicts Pege 23 of 62 Purchasfng Department Purcira�of a Rescae Pum�r F1re Engine RFP��yP-�� 9. Have yvu ever fiai1�to camp�te any wcxlc awarded to you in the last 3 years? Yes No . ff yes,where and why? 1 U. Listftlescnbe five{5)coniractsJprojects with similar specifiicatic�s that you currentiy Mave or have recen�y completed. proj� Loc�ation Date Corriract AmouM Contaci Name,Phone Number and Fax Number Project Location Date Contract AmourN Contact N�ne,Phone Number and Faac Number Project Location Date Cornract Amount Cor►tact Name,Phone Number and Fax Number Project Locatian Date Corrtract AmouM Contact Name,Phone Number and Fax Number 1/ill�e Community Develvpmenr Distr�cts P�24 of 62 P�r+chasing Departrnerrf Purchase ot a Rescue Pumper Fire Engine RFP�?1 P-0Q7 Project Location Date Corrtract Amnunt Contact Name,Phone Number and Fax N�nber VEN�OR'S AFFtDAVYf State of County of Bsiore me personally�PPeared art�is(�iGGe) af(the co�Y de�x�ed herein) b�duly svwwn,deposes arKi say thai the foregang statements are a hue and xeurate statement ot the poskion of said o�as o#the date thereof,and,that the statemerrts and answers to the foregoirig experience questionnaire are�rrec[arid true as of tl►e date ot ihis afEidavii;and,that he/she urtderstands th� intentional inclusion of talse,deceptive,or fra�lent statements of this appficatior►�ronsYrtutes fraud;and,agrees to furnish any pertinent information requested by The D�strict deemed necessary ta veri4y the stat�nents made in this application or regarding the abirfi',standirn8 and 9eneral r�,tation�tl��p�ant- Personally Krro�nm ar P►o�ced idenAficaiia� Swom to arui subscribed treFore me this day ot ,20t0 NOTARY PU�UC-STATE OF (Prfnt Name of Notary Pablic) t�at�e ai Nuta►]+R.�ic) ViUage Community D�velopment Districts Pege 25 of 62 Purchasing DP�rtment Purchase of a Rescue Pumper Fire Engine RFP#t 1 P-007 W-9 (Download this form at htt�://www.irs.aov/pub/irs-�If/fw9.�df) �„ �'� Req�st for Taxpayoer a�w.romr�u�. ��.�°'��, Iden�ic�tian Number �d Certific�tion .��"�,.� ���.� �.n..�,�,..��.�,.� a m ne�.Mr.sry e alAra�t A�rn.uaw c 0 Chmc�repitlo roc❑ MYtlaVWlapapL� ❑ O�Po� ❑ P�Ma�tP � ❑ L.Mhed I�I�4nnl�pt B6Yr tlN�¢irllhmm�'Oingum'vl6Y.�P�P'P��PI 1'"""' ❑ �o b ❑ onv f.o u.u�ownq s �i AdOia�p�arOr�rVaet,mtl yt ar�dla�w.] Ro���rr W tl0�a�� � i� GI���h14�tl aP ooaa a�0 �����b� T Ido�rtri n um , Bi09��o�rc 71N In�e eppmptlahb GOa.Tha lMV p�OVl�ad�rtf�Glt�iflRe�ren on Llne 1 m sllOpi ��/'�� dad�.A�nakMg r-0r k�lnaam.thm�Xau ead�saw�ntp rnrnoer(�9erg.No.�e�er,mr e rea�aerrt I anen.eo�e am��c��eee u�e�t i naai,ouons a�pega a. �er�gee,�►s f� �P� R �9. 1'�+do not h�ra a ive+ber,sea Ii�ow ro s nw oa a. a► Ndbs.a tne�amt I��r�ih�n one rmme.eae U+a e�at on p�4 iw gupe�h�on+noee ��� nurtCer m a�er. j cortrie�don unasr per�mes m paqury,t aernry�: 1. Tte nu�roer a�own m 1Ms iarm�eaY carrer�tapryer ICerddfveon ifuncer���n wdthg i�r a n�mCer L�ba�euetl�o m�J.�fd s. i sn not a�sct ta nsaiup w�mg e�acuae:�i�n sanpt�wn cc�p rknrol�g,ar�p�r�a�rot daen namnea qr the i�er� aererwe�eMCe(1H8p tnet��,auupr2�o cada�,rbhnaaHg m a�e�Jt ar a raltna to report eu af�►eat a anaar�.or qCJ the 67s hee notllletl rna�st I�n no Io1�au6pat h!6oCla;7 W4��OKNig�tl 9. 1 an a ll.�eitlaen a�dher U.B.Pa�N���� qr�fuoY�o.Yau mtat T.�ws out Mam 4�ora If�Iwa traen nablle�l try�e�IS��vu e�a cuneirty aW�JeC!SD b�lci� wtnroowhg oera�e�ou nare Metl�o repart m i�e�aet sm alridabe an rarc tn f�un.wr reed�MAS tmesoUana.I�rn s dnae aot eppy. For�wr�me��eet pe�a�ecquleuion ar�aneert ar ae�p�.c�oeaeUon�a�rt con�ex+ua�e iu an ntlplcLer�irt arten�rnn�rna�(laap.sna genere�M�psrmsnu d�er�,M�ereet�o ah�aentle.pcu s�e nart iaquxad�o el�n,a c?eruncetlan.Wd ya+�t Rrt�r�yau e�cr�ad rn4,.eae g�a trm�orte on pap�4. Si�1 �� � us.�r.a�s o■m�► Ci+anorel lnstructivns ��^�■�������x�� saction rafanan�e ma to li�L�I�amd Ra�eir�e Lbde urda� eoreidered a u,�&.pereon iF you avs ot#�wie�romsd. •M�wha ro a U.B.ei�an a tk�.roeidwq eKnL Purpos�Qf Farm �or��,a� sare.a�enAcsF�.��e�� Ape�eon�ro ie req�rd�lie s�i�ant�an ieRNre w�t+tHe � fA8 m�t ab�iin y�a�eo�ect�ar�d,e�'an nixr�ar� •M�e qotl�er lrrr a�ae�+a�a to�apert,fe►a�m�a�P��y�.�� •A doniee�9e tr�et�as de�a+sd+n tLs�aeotlon �a�ara�e.ma�9age e�n�Y�+P�.�o► ao�.rrc�-Yk �af aec�sad e�eaqoron of dsbt,ar ca�ors yeu raede to�� tru�de ar�Enee�ess Mi��e 9�e�t!8o�guia4�lly 1a�qt�rd� lks�wnn W�amty#yar sie a L1.B.p�son�ndud�q• a w�ldNg�c+on arry 1at�t Pa�M��isa ol inoorne �eidc�rt te�xav�cle yow eor�act�1 to tlia pwsen ��h�F�atlwr�rot�aess rhMS a Form W-v �queeA��requseEer)�d,yr#�en applia�hl�,toc 1�nat baen+aeen�sd f pe�rehip N nerywsd na pnnwea yoat 1.4e�tify tlreR bhe TA�1 yCU 9re �� i9 txna�t�a►yde as a parafe►ie a�Awlon,ind�eqr Ih�MAMihal�teYr. ws�ng far a rw���ba ieeue� 7t�al�cw�a U.B.p�raan th�ie a.p�e�w�a 2 Oer[�r tl�t�ew a�e+�at eubj�ct to 6sr�n�Mi�hd�p,ar �treds a�r�einew m ihs!lydbsd 8u�ew p�Fan�NR4� to�Xmw U.B. �oemq�. ���you aFso ��yy�s a� �°�aw�d mi yvair�sa o[O�D U.B.perea n�, elwre af mry��ooms iam � m' a U.S.�de ar Mae�eea ia roi a�6jeaE ta the w�haid'i�g�t on P�°O^whe '. Fa�YVi b dr pu�enlap!or ���d���. PwP°e�°af ir[1.8.se�e�ewo�itb�p�a�g Mota H��a�a1er�es yrou n 4orm aN�ar�r�orm VIff4 m en+ts�ea�s a�e net's�oonp�m ths �!�I, oo�p a uad�w 6�eins�e i+ths.lk�ibed i�in the �� ' 'cMr��te Farnt W���en i#is fa/o�aYe� •Tl�a 11.8,o�ar aF a daegrsled endry a�d rwt tla enuty. at Na tamatx �n (nor.ta:aoay Village Commun3ty Deve/opment DistHcts P�e 26 of 62 Purch�asing Department Purchase of a Rescue Pumper Ftre Engine RFP�11 P-007 NO-PROPOSAL RESPONSE Vitfa�Community Development Districts Statement of "No Proposal" if you do no#intend ta submit a propasal#w#�is prc�yect,please comp�te arui retum this form pricx to date shown fqr r�e',�pt of�r�als to: V'�ag+e�murtity Developmen#Dist�cts, 1894�aurel Manor Drive, The Villages,FL 321 fi2,►�ttn: Eva M.Rey,Di�ector af Purchasir�g and Support Services. We,the ur�ers�neci, have decfined to submit a proposat on your"RFP#11 P-�7—Purchase of a Rescue Pumper Fire Engine"for the following reasons: Specificat+ons are too°ti�#°,i.e.�ared toward o►:a brar+d or manufacturer only ipiease explain reason below) lnsufficient time to respond to the Request for Proposafs. We do not offer this producUs or equivalent. Remove us fran y�r proposers'�isi fior this cbmmodii�r or ssrvice. Our product schedule would not permit us fo perfurm to speciificatitms. Unable to meet speci6catior►s. Unable to meet insurance requiremen#s. Specifications unGear(�ease expla�l�ee�w). Competition resstri�t�by pre-approved owner stanciards. Other(please sp�cify betow). Remarks: Company Name: Address: 5igr�ature and Trtle: Telephone Number Date VfJJ�e Commanity DievveMpment DfsMcts Page 2T of 62 PunGhas�g DEparhnent Purchase of a Rescue Pumper Flre Engine RFP�11 P-007 PART 5 SjGOPE OF SERVICES INTRODUCTION CDD INFORMATION The Village Community Deveb�unent Dis�r'+cts(CDD's)within The�flages are units of special purpose local govemmer�t created unc�r Chapter 19Q of the Flori�a 5tatutes. GDD`s are v�nciely used thraughout the Un�ed 5tates to provide for c�tai�service�livery+rrfrasiructure such as water managernent and control(drainage),fire contro(,road�nd bridge consfruction and maintenance,{�ark and recreational facifities,wrater and sewer systems,s�ewalks,mu�ti-modal paths,streetlights,and simifar infrastructure that is rec;uired to provide urban services to�reas that may not have access to such services through a genera!purpose govemment such as a munic�al'rty_'fhere are a.urren�y twelve{12)CDD's in 7he �Ilages: V'�age Genter Commun'ity Deveb�xnent District,Sumter Landing Community Development Districi and 1/illage Commur�iry Deveb�nent Distr�s i-y 0. A Cammunity Devetopment District is a unit of local govemmerrt with the sp�ial purpose of praviding the senrices described above. As a unit af locaf govemment,the District is subjecf fo many of the same Stafe Statutes that regulate c�ies and counties;of particular irrterest are those statutes relate.cl to ethics in government for the elected Board of S�ervisors,Govemment in the Sur�shine,a corners#one o#k�cal govemmen#in the State of Florida wh�requires that decisians made by any govemmental aqency� c�ne at a�biic meeting;the puWic recor�law,which means the records of�e District are open for review py any citizen;the auditing requirements in wtuch annualty tMe accounting records of the District are audited by an independent certified public accountant and the resuks af such audit are provided to the State Chief Financial Officer(CFO)and Auditor Generat;comperitive bidding requirements for constructicmn and mair�tenanc�cor�tracts;ancl�arious ather statutory provi�ions that�otect the interest of the public. The Villages is the fargest single-site res�lenfiat reaf esfate development in the Unit�States spanning over 26,000 acres in three arJjoining co�niies in Central Florida(Lake,Marion and Sumterj. The�flages • earned the No. f ranking as the fastest grawing micropolitan area in the United States according to a 2008 Census Bureau report wi#h a current po}�latwn of approximately SU,flt)U residerns. SPECIf�CATION3 The Village Center Community Devela�nerrt District is requestir�proposa(s for the purchase af a Rescue Pumper Fire Engine for The Vitfages Public Safety Deparlmenf. Quafified firms wishing to respond to RFP#11 P-007—°Purchase of a Rescue Pumper Fire Engine"must provide all equipment and materiafs descn"bed in this documerrt,whe#her directly or thraigh sub-contractorslsub-cansuftants. GENERAL CS VPE It is the intent of tf�se spec'rf`+cations to caver the fumishing and delivery af a"rescue/pumpe�'to the Vil{ages Pubfie Safety Department(VPS�),an operating department of�fiage Center Community Deveiopment district. !t is the desire of fhe District to obtain the best results and the most acceptable apparatus for serv�e in the fire department. These specificai�ns cover onty the genera!reqiaiu�ments as to the type of construction ar�tesis#o which the apparatus must t�nform.Min�deta�s of canstruct+�on and mater'yals wt�re rwt otherwi�e specif�ed are b€t to the d�scret�of the ct�r+�ractor,wha shaN be st�ety responsible for the design and construction of al!features.The apparatus shall conform to the requirements vf the current National Fire Protection Association Pamphlef#1901. Proposals shaA anly be cansiderecl from companies which have an estabiished reputation in the�Id of fire apparatus��ction arui have be.e��n busir�ss#or a minim�rt of ri�ty(20)years. Each �'o�osal shall include a set of"Specif'�ca�s."Thess'specss must inctude a detailed descript�of#�e apparatus and equipment proposed and to which the apparatus fumished under contract must conform. Village Communfty Development Dfstricts Page 28 of 62 PuRCliaslr�Del�►t Purcha�of a Rescue Pumper Flre Engine RFP#11 P-0'q7 The specifiications shall in�icate size,type,modei and make ofi ail component parts ar►d equipment. Note;Computer run-off sheets are noi accep#able as descriptive l+terature. QUALITY AND WORKMANSNIP The design of the apparatus must embody the tatest approved automotive engineerirx�practices. The workmanship must be the hrc�hest quality in its respective field.Special cbnsideration shaN be g�vsn to the fc�l�w+ng pa;rrts:AccessibiGiy to various areas requiring perialic maintenance,ease of pperation (induding both pumping and�iwing)arxi syr�nmetricai proportions. Constructian must be ru��and ampie safety factors must be provid�to carry bads as specifred and ta meet both on and off road requirements and speed as set forth under"Performance Test and Requirements." PERFORMANC�TESTS AND REQUIREMENTS , A road test sMail be documented with the apparatus fiu�y toaded and a continucrus run of t�r�{1{�)miles or more shalf be made under afl driving cond�ans,during which time the apparatus shatl show no loss of power or overhe2�ting.The transmission drive shaft or shafts,and rear axles shall run quietly and free frpm abnormal vibration or noise throughout the aperating range of the apparatus.The apparatus,when loaded,Shail be ap�oximately 6s°!o an tt�rear a�cle.The successful proposer shae fumish a werc�ht certificaiion showing weght on the#ront anci rear axle,and the total weight of the comp�ted a�aratws at #he time of deiivery. a. The apparatus must be capabfe af a�rating to 30 MPH from a standing start vvithin 25 seconds on a level eoncrete highway without exceeding tF�maximum gpvemed engine RPM. b. T'he service brakes shall be capable of stopping the fully toacfed vehlcle within 35 feet from a speed of 25 MPH on a levei cancrete highway. c. The a�paratus,fu�y loaded,sha11 be capable af obtaining a speed af 50 MPH on a ievei highway with the engine not excesdir�g 95%o#its�vemed RPM(full load). d. The a�aratus shalt be tested and a�rov�by a quafified testing agency in accorctance with their sta�fard practi�s for pumping engines. e. The cantractor shatf fumish copies of the Pump Manufacturer's Certification of Hydrostatic Test(if app�),Vie Engine Manuf�turer's cxurent Certif9ed�ake Horsepower Gurve and the Manufac�vrer's Record of Cc�nsiruc�Defaits. FAItURE TO MEET TESTS In the event the apparatus fails to meet the test requirements of these specifications on the first trial,a secand triaf may�m�e at the option of the proposer wit�tin thirty(30)days af the date of the first tria{s. Such trials shal!be final and cor�lusive and#ailure to c�npty with th8se requirernenis shail b$cause for rejection.�ermission to keep arulfor store ihe apparatus in any bu'�r�g own�l or occe�ried by the purchaser shap not constitute acceptance of same. GENERAL CONSTRUCTION The apparatus shall be de.signeti and�equ�ment mounted wid�c�con,siderafion to t�.,�ibut�on of load betNreen the front and rear axles so ihat al1 specified equ�mertt and features can be carried without damage to the apparatus. Certified Laboratories c�fif'�cate shati be su�itted by the manu#�turer and the we�ht of apparatus shatl meet all fecferal axle toad laws. The entire apparatus shall be assembled within the borders of the Continentai United States ta insure more re�d�y available parts(without a�costs ar�d delays caused by ta�ifif�arid cwstruns)arad service, as well as�xotectirx�ihe purc�aser should legal a�tion ever be rec�ired. Village Community D�evelopmenf Disi`r�cis Page 29 of 62 Purchasing Deprartment Purchase of a Rescue Pumper Fire Engine RFP#11P-O�J7 DELIYERY REQUIREaIENTS The apparatus shall be comPletelY�W�ed as per these sp�a#+ons upc�n armral and on compae��of the required tests shalf be ready for immed�ate serv�e.Any and af1 afteratians required at the scene of det3very ta compfy with these specifications must be done at the conVactor's expense. MANUFACTURER'S EXPERIENCE Each manufac#urer shatl have been in I�sir�es,s makirg s�niiaar apparatus for a mirrim�un of iw�n#y(�0) years. Each manufacturer must indentify the number of years it has been producing a simitar model as well as providing a list of previous customers who still have a similar apparatus in operation. El.1fI11NATION OF DMDED RESPOM�BILITY To eliminate diri�ded responsbitity ar�d serv�,the c�assis and body must be manufactured and assembled by ifie same�mpany. VEHICLE STAB[LITY MUST CO�AAPLY WITH 2Op9 NFPA i901 REQUIREMENTS WARRI1NTlES Note:To insure single po�t service support,t�manuiacturer w�!certifiy that i#is the single st�rce cbntact for warranty on the entire apparatus. 7he foflowing MINIM M warranties will be provided: i) Chassis(dri�e line,etc) a) ShaR have a generat chassis,b�ly,and cab warraniy ot at�ast iwo(2)year5. b) Suspension system shap have a��)three year 36,000 m�e warranty sha}1 b��rov�d by the manufacturer. c} The brakes shall carry Meritor's five(5)year 75,000 mile warranty,excfusive of wear items. 2) Chassfs Frame Ra'Is a) The frame of�chassis shali have a Gfetirne wazranty. 3) Er�ine a) Shall have a five year or 10Q,Ob0 mile warranry and appraval by Cumm'Fns far i�stallation in the chassis. 4) Traansmissron a) Shall have a fnre year�1�,�D miie warranty. 5) Fire Pump a) Shat!have a one year parts and labor,and 5 year parts. b) Priming system shalf have a five(5}year warranty. c) Valves shali carry a#en(10)ysar warranty. 8) Water Tank a} Shaff be fifetime. 7} Apparatus Body a) Shai1 be 10 year stnactural. 8) Paint a} Sha�be 7 year(if prorateci ind+`cate sue{�). Vlllage Communlfy Development Distrlcts Page 30 of 62 P�r�chasing I�epartmerrt Purchase of a Rescue Pumper Fire Engine RFP#11 P-dM7 9) Cab a) Sha�be 10 year sVucturai. i0) Miscellaneous _ List afl manufacturer warranties for major equipmerrt/companents. NU7E:Vendor must list aN warranties identified ahove and any otl�r warranties it wants c+onsidered as part vf this AFP process. Whi�warranties may t�e Gsted eisewh�xe in th�ir respective proposals the mformation v�n"it not be considered ur�eess listed dearly in this secfion. Ven�Ors must I�t ifie time irarne, miles,and any prorafion assoctateci with each warrarrty. Vendors must list any eosts assoeiated with any extended warranties. FAMA C�AAPLIANCE A►�anu�cturer must be a cwrerrt me�nber of��'xe 1►pparatus Mar�ufacturer's Assoc+at+on. CHASStS The chassis shafl be manufactur�arid assembled in the factory of the proposer.The chassis shafl be designed and manufactured far heavy ch�ty service vvith adequaie s�rength and capaci#y af all cc�npone,�ts fior the iniended load to be sustained ar�d the#ype of service r��ired.There sha11 be no divicled respons�"1'rty in the�on of tl��pparatus. ALUMtNUM CAB The apparatus shafl have a full fitt cab capable of riding 6-person. The cab shall be constructed in a manr�aliowing fcx max�num�e o#the ladder.TI�outs�of the rear cat�waA sha11 be alumi�wm ckamcu�pl�ate. CAB DEStGN • Designed spec'rfically for the fire senric:e and manufactured by the chassis buifder. � Chassis sh�lf be an er�gine fc�rwward,fiulfy endoseci ti�t cab design. • Fout{4)side�try doars. � Fu�y oper�desgn wi#h rto d'nrider wa�or window se�arating#he�ront and rear cab sec#ions. • Construction shafl consist of high strengtF►alumfnum vu�elded to extruded aluminum framing. • Cat�roof shall utilize extruded,radiused outer comer raits with integrai drip channef and box tubing type cross brace supports. • Gab sic�s shaA be cor�structed from extnx�ed door pllars and pests that provide a finished cloor openi�g,e�cb��ed and formed wtr�el wv�H apenings supports,�Onned aluminum wheel well liners �bax tubin9 type suPport braces. • Cab floor and rear cab wall shali utilize box tc�ing type framing and support braang. , • Framework shaN be af a we�fed constructian to campletely unite the structural frame of the cab. • Structuraf extrusion framewwk shafl be overlaid w�h interlocked aluminum alloy sheet metal panels to form the Qxterior skin of t#�e cab. • Structura!ex�vsion framework sha�sUpport and distribu#8 ihe forces and stress�s imposed by the c�assis and cab loac�s ar�d shail no#rely c�n the sheet mst�skin for any stri�iural�t�rity. CAB DINIENSIdNS The cab shaf!be designed to satlsfy the falbwing minimum width and length dimensions: • Cab W�th(excluc�r�m�rrors)98" • Cab�e�g#h(from cer�#er of f�t a�cle) Vf/lage Communtty Deve/opment Districts Page 31 of 62 Purchasing Department Purchase of a Rescue Pumper Flre Engine RFP#11P-�7 o To frorrt o#cab(exciu�r�bumper)68" o To rear of cab 62" 0 7ota1 Cab Lerigih(exduding bumper) y 30" CAB MOUNTING • Cab mounting system sha!!use a steel sub frame, isotated from the cab with rubber maurrts,to minimize chass�s v�bration and torsit�nai ioac�from beir�induc+ed into the cab structure. � Two tift pivot�nts shaA have stainless steel bus�ing a�grease fittings#ar lubriCat�arid smooth fil�r�of the cab. INTERIOR The cab intenor shafl have Zofatone gray/btack rubberized,mar resistant,textured finish. FENDER CROWNS Polish�sta�less ste�l frvr�t axfe fender�ei#es wiih fuq depth rad�sed wheei weli 6ners shap be provided to match current fleet design. GRILLE Sha�be�ipped with a su�fic+eni gri�e to allow airfbw for the cc�lir�g sys#em and ergine compart�ment. CAB INSULATION Shall be ihsulatecf to reduce rroise fevels(shait not exceed�d�e�.s at 45 mph in a!1 seat�sitions.) RC�OF QESIGN ShaA have a one-half i 5"raiseci roof design with si�chip ra�s with t!�fc�lowing minimum l�ight �nensions: Cab Dimensior�s interior • Frc�nt 59" • Rear 70° Cab Dimensions Exterior • Front 65" � ���0� DIAAAOWD PLATE,CAB ROOF • Shaft have an overlay constructed of.125"aluminum serrated diamond p{ate • Stia�►be at least(30°x so'). DOORS • Doorframes shall be constructed from aluminum e�ions fitted with an atuminum sheet metal skin and shafl be equ�ped with duat weather seais. aoors shall be equipped with heavy-duty doar latching hardware,which complies with FMVSS 206.The doar operation shall utHiae rod linkage for positirre operatron.A ru�er Coated nyfon web doorstop shall be provided. � Lap type vv'rth a fWl-length st�inless steei 318"�ameter fiin�arxl shall be fu�y adjus#able. • C�enings straA be grommeted or equi�vv+th rubber baois to seal th+�cab from extraneous noise and moisture. Vfllage Cor►�munity Development Dlstrfcts Page 32 of 62 Pur+drasfi+9 Departr»en� Purchase of a Rescue Pumper Fire Engine RFP#11 P-007 • Dcwrs shall be designed io satisf�r the#ollowing minimum c�eni�g and step area ciimensions: o DOOt Open'trlg: ■ Front 36.5"x 73.00" ■ Re�r 36.5"x 73" • The eab doars shall havs brushed severe duty 304 stainfess steel interior door panels. EXTERIOR GLASS • Cab windshield sha�i be of a two piece curved design udfi�ng tin#et�, laminated,aut�nc�tive aPProved safety glass.The window shatl be held in�ace by an extruded rubber molding with a chrome ptated decorative focking bead.The cab sha�be finished painted prior to the windvw instalfation. • Two�2)fixed position s�de windows�one each side)sha�l t��ovided between the fiorward c:�b area and the crew cab area. • Widows shall be approxim�tsly 20.5"high x i6.50"w�e to provide ma�cnnum vis�bility.`The s�e windows shall be held in place by an extruded rubber mo�ing with a ehrome�ated decarative locking bead. • Alt windows shall utilize tirrted,automotiv�approved safety glass. SUN VIS�ORS(Driver and Offlcer) Sun v+sors shall be mac�of d�rk smoke a�ored transparerd palycarb�nate. CAB STEPS • Lower eab steps shalt be no more than 22"from the graund. • An irrtermedSte step shall be provided,mid way befween#�e lower cab step,and ihe cab f�or. • 7F�e intermediate step shatl be s�jhdy inset to pro�e f�saier ingress arnd egress. • AB ste�shall be covered wri�#h rnaterial that exc�eds the NFPA rec�ireme�ts#or st�r�g surEaces. StEP LIGHTS A white L�D strip light shall illuminate ead�int�cab step.These I�hts shap illuminate whe�ever the battery swi#ch is on and the cab d�r is apened. CAB TILT SYSTEM • Cat�tilt system shall be electric over hydraulic. • Cab shail�mo�ted to a minirnum d"st�l box tub+e sub-frame through the use of high durameter n�k�e�r mounts. • Cab rising shali be accomplished through a Mydrauiic lift sys#�n co�sistir�g of 1wo(2)hydraul�tift cylinders,an electricalty�iven hydrauNc�mp,two(2)hydraulically activated latches,and an electrical contra!switch. • Hydraufic fift cy[inders shaA be coupled to the steel cab sub-frame. • Hydrautic cylinders shali 1�ft#he cab to a tilt ar�gle ofi 4�clegrees • �hap have a safety tocicing syst�m st�l that releases�utomai�caity when cab is titted up c�r c�wn. • ShaA o�perate in a smooth arxl safe manner • Sl�all include cylinder interlodcs to ensure that the cab shaft remain in a fixed pasi�on m the event of a fai4ure in the system, CAB STRUCTURAL INTEGRITY • Shali be designed and so attacfied#o the vehide as to�mi�e,to ti�greates#poss�e e�t+an#, the risk of iRjury to the oc�parrts in fhe ever�t of an aociderrt. Village Commun�ty Deve%pment Dfstricts Page 33 af 62 Purahasi►tg Department Purchase of a ResCUe Pumper Fire Engi»e RFP#1 JP-�7 • Cab shail be tested to sp�cif�c load anci impact tests with regard to#he protec#ion of occupants of a cx�nmerciai vehide. • 7ests shaN cvnform to J2420 and the"United Nations Regulatron 29,Annex 3,�aragraph 4, �Test A). • Roof strength test shall confarm to the S�iety C7f Automafive Engineers(�A�)SA�J2422iSAE J2420 artd"United Nations Regula#ion 28, Annex 3,paragraph 5, (Test B)and SAE J2420.The evaivation shall cons�t of the requirsments imposed by ECE R�ulat��29, Paragraph 5. • Test shatl be conducted by a c�rtif'red ir�ent ihird party�est+r�ir�stitudon. A ietter stating s�ccessful comple#ion of the above tesi on the brand ofi cab�ing suppli�l shaN be ir�lud+�d in the proposal. • No exception to this requirement. iNANUAL CAB L1FT • 5hall be a manualiy operated hydraulic pump fiar tiidng the cab in case the main pump shou�d fail. • The operator shail be located under the�ft front camer af the front bumper. COMPUTER TRAY TF�re shaA be a s['�de-out tray in firont of the off�'s seat far a laptop computer(Panasonic Toughbook CF31)or other use. CAB CONSOLE • Shall be a deluxe console mourrted on the engine hood between the driver and officer. • St�al!be c:overed in black�nyl material#v r�natch the engine h�d. • Ou#board sectro�shaN contain duc#vvo�directing heater/AC air fi�w towards driver arttl o##'�r. EMS CABfNET • Shall be a cabinet constructed of.125 afuminum p[ate and painted to match the interior of the cab. + Cabinet d'imensrortis shatl be a mirmunum c�pih of 26°vvith the wi+dth(d6"minimumj ar�height beir�g a ma3cimum limits. • Cabinet shalt come corrtpfete w�th a locking roil erp davr and two ac�ustabte sl�lves • Strip figfiting shalf be provided in the c,abinet. • Cabinet shall be locateci against the rear wall of the erew area • Knox Bax Sea.�re 3{location determi�d at�e-conference) • Knox Box Med vauft(model#4d00)(bca�on determined at are-cvnferer�ce) IN-CAB OVERHEAD STORAGE • Shalt be focated in the r�ised roof area above the rear facing crew seats. • Sfiall be fuN width of the cab � Shai{be approximaiely 15"�gh x iT'cleep • Shal{have Zolatone gray 1 black r�berized f'u�h to matc�cab�nterior • Shall!�equipped with atuma�um lift up�ors INTERIOR QOOR PANELS � lnterior of ihe cab entry doors sirall have a 304 brushed stainless stse�scufif�ate,contoured to #te tl�r,from the�or siA down. � tower porrGion vfi the c�ors shaA alsa have a 304 brushed stainless steel scuif�ate Village Community Development Dlstricts P�ge 34 of 62 P�rchasing Department Purchase of a Rescue Pamper Ffre Engine RFP#71P-007 • St�aA inccwde�total o#245 sc�tare inches o#refilective materi�cx�eact►door. Design sha11 be oppos�r�r�by red/green"chevron"stripes on each side wi#h 3AA r=e�ective ma#erials- CAB ACCESS4RY FUSE P14NEL • Shalf be two(2) focated in the rear crew area.One(1) next to the rear facing seat behind the of�icer and one(�)in the EMS cabinet. + Each shail have a minimum of three(3)battery hpt ar�d ihree(3}it,�iiion switch circuits. � Each arcuit shaN be capabl�ofi 10-ampere 12-volt power ar�d#o#al output of 50-amps. • The fuse par�el shat[be eapable of powerirtg accessories such as hand hefd spotlights,radio chargers,hand lantern chargers and other misceltaneous 12-volt efectrical components. AIR HORNS • Two(2)Graver 204U 5#uttertone air horns recess mour�ted each s�de behir�the perfora#ed gr�ile of the bumper. • Shal!be control�d by a toggle switch w�red through the hom button. • A foot switch for the air horns shalf also be provided on the offieer's side. • Air hom buttor�shaN also be provided on#�e pump panel ALTERNATOR • 320 ampere Prestafite/LeecB Neville alCemator(Mode14962PA)with serpentine belt. • Shall generate 260 ampeFes at idle. • Low voltage afarm,audible and visual,shall be provided. FRONT AND REAR AXlES � Shali be a Merit�TM MFS-20-133A ruon-driving,firont steer with a capacity of 20,000 pou�. • 7he axle shat(be hub pilated, 1 Q stud • Shali be a MeritorT""RS-24-160 Singte reductivn drive axle with a capacity of 24,000 tbs. t01�SPEED Rear a�ci�s�i approximat+�p S5 MPH. BATTERIES • The battery system shall l�a single system eonsisting of four negative ground, 12 vok batteries. • Crar�king pe�formance sha�be a#least 950 CCA each with total o#380U arraps, i 85 minute reserve capacdty with 2b ampere�arnr ai 80 degr�s Fahr�heit.Each battc�y s�ail have 114 plates. • Shalt be inst�lled in a venteci 304 stainfess steel battery hox with a removable aluminum cover. • Batteries are to be p(aced ar�cfri-deck and secur�i with a f�berglass hold down. • Battenes shall be wired directly to starter motor and afternator. • Cat�es shall be 3/0 gauge. • Cable terminals shaN be soldering dipped,crotor-coded and iabe�ed a�heat shrink tul�r�g wi#h$ c�'-coded Ni�r boot. • Shall be a 350-ampere fuse protec#ing the pump primer and a 250-ampere fuse protecting the electric cab ti�pump and other options as required. BATTERY CHARG[NG � Kussmauf Auto�i�arge 1200 battery system 8 char�r(raieci 4t)amp rwtput) �Hage Communffy D�eve/opmenf Dist�cts Pege 35 of 62 Purchasing Department Purchase a►f a Rescue Pum�r Fire Engine RFP#1 iP-007 • Rennote s+ngle bar graph disptay • Musi la�wea#herproof BATTERY JUMPER TERMINAL • 5haft be one set(two studs)of battery jumper termina[s loca#ed by the battery box under the cab. • Tar�ninals st�all have plastic c�lw-coded covers. • i'errninals shaH be tagged to indicate posi#iveln�gative. FRONT&REAR BRAKES • Frant brakes shail be Meritor S-eam style.T'hey shall be i 5.5"x 6"with heavy-duty retum springs, and a double ar�hor pin tiesign. • Aear brakes shatl t�e Meritor S-cam si�.They shaA be 18.5"x�"with heavy-duty return springs, and a�uble anch�pin�sign- • Shalf also have qurc�c-change skwes. AIR BRAKE SYSTEM * Shall be e�ipped waith air-operaied I�r�fcces. • Sha�l m�et ar exceed the tiesign and p�farmar�re�+':r�nents c�f�rrt FMVSS-121 �nd c�rent NFPA 190i standa�ds. • Shalt have a separate brake chambers for ead`t wheel. • Main brake lines shalf be cofor-coded nyfon type protected in h'rgh t�m�rature rated spiit plast�c loorrt. • Brake hoses#rom frarne to ax�st►a11 have spring guards on both ends to preveni wear and crirn�ng. • �'rttir�,s for braice sys#�n plum�shaN�e brass. • A Merttor Wabco System Saver 1200 air dryer shatl be provided. • Air system shail be provided with a rapid buifd-up feature,designed to meet aurrent PtFPA 190i requirements. • Sfiai!be designed so 1he v�ide can�moved vdiihin�secor►ds of startup- • S'hall aoi be r�quKed to have a separate ar�-board electricat air carr�pressor or slwre�ine hvolcup to meet this requ��eme�t. • A l20 volf Auto Pump air compressor shaif be provided to maintain air within the air brake system (micron fitter mounted intine with the output to trap moisture and capable of being manually drained.j • Four(4)suppty#anks sha�be�ov�ed. o One air reservair shaN serve as a wet tank and a mu�im�af wte tank shait be suppNed for e�the fror�t�d rea�'ax�es. o A Schrader filE valve sha�be mw�Med in the front of the driver's step well. • A spring actuated ai�release emerger►cy/parlcing brake shall be provided on the rea�axle.One (1)parking brake control shalt be provided and located within easy reach af the driver. A Meritor WA8C0 IR-2lnversion Reiay Valve. • �ssories�umbed from the air syst�n sha�go thraugh a pr�re protection valve/manifold. • A Bendix DV2 heated automatic�vahre shall be prov�ti. I�IR BRAKING ABS SYSTEM • A Merttor Wabco ABS system shall be provided. • All el�ctrical cx�rx�ectit�ns shall be environrnentatiy sealed ar�ti v�ratron res�tant. Vlllage Community Laevelopment Distrfcts Page 36 of 62 Purchas/ng Depanment Purcha�of a Rescue Pumper Ffre Englne RFP#y 1P-� BUMPER • Shali be a 12"high�ubie n�polished stainiess steel wrap-aroUnd b�nper provicled a#the front of the apparatus. • Laser cut perforated grilies shafl be incorporated into the bump�er and(ocated at the outboard of the frame rails for the air horns and at the center for the siren speaker. • Sumper sha�be mounied to a reinf�cement plate con�tsd o#1/4"x 10"x 7C1"carbon steel. • A gravel shieid sha�be�ov�ied,constructed of.188"a�uuninum c�amond plate. • 7he bum�r ex�ension s�H be approximatey 24". DiANAOND PLATE BUMPER LID • Shall be 1/8"diamond plate cover with latches provided for the frorrt bumper trough. � Gover stiall ha�e a 2°rise. STORAGE WELL COMPART�ifENT • Shall be[ocated in the center of the front bumper. • Shal!e�ctend the full width of the bumper ar�l measure approximately 15°deep(center}x 75°wide x 16°lang(9,200 in�and 6*deep on the ends. • ShaU be�ns#n.icted of.125"smooth afiun�tum�aie. COOL�IG SYSTEM • Shalf have sufficient capacity tv keep the engine prop�riy cooled under ali corrciitior�s of road and pumping operatians. • Shali be designed and tested ta meet or exceed the engine and transmission manufacturers and EPA requiremeMs. • SfiaA be mourded in a manner to isolate the system fr�r�rit�at�and stress. + Shatl have indivic�.�ai cores mounted in a manrier to allow e�cpan�ion and cx�n#ract+on at various rates withaut ir�ucir�g stress ta the adjoining core(s). WINCHES Four winche�shari#�moun#ed drrectly to the chassls frame. Qne shali be install�i on the#ror�#,t�ne at the rear.and one on each side of ifite appa�a�u. Fach shaA acce�t a wi�h�h a 5,4�c.apacity. The receiver shall aiso have a pull capacity o#at leas#f 0,000 paunds. RADtATOR • Shal[be a cross-flow design construcied comp(etely of aluminum with welded side tanks. • ShaH be bolted tt�ti�bottom of tfie charge air cooler to al�ov�r a s�r�e c�pth c�re. • ShaU be ec�ipped v�#h a c�ain cock to c�n the coolant f�senixx�ab�ii�r. • Silicorre tx�ses shaN be provided#or aH er�gine coolan#Nnes. � Radiator hose damps sFtalf be spring�aded stainless steet constani torque hose clamps fior alt main hose connections • C�lant shatl be an extended life coolant. GHARGE AIR COOLER • Shail be of a crass-fiiow�ign a�i r�strucied c�n�etely o#alum�n�n with wekled side tanks. • Shall be bofted to the top of the radiator to affow a singte ciepth core. Vi!lage Carnmun/ty taev�fopme�t D�hfcts Pa�e�7 cf�'1 I�urchasing�t�rt Purchase of a Rescue Pumper Flre EnBine RFP#1!P-t�7 FAN • ShaU incorporate a heavy-duty composite 11-�ade fan. � Shaff use a shroud and r�irculation shie�i system. SURGE TANK • Covling system shail be equipped with a surge#ank. � Surge tank shall be equipped vvitl�a iow c�olarrt prabe and sa�t�i gtass. • Surge#ank shall have a r�p that meets the eng+ne manufacturer's pressure requirements. DRIVELINE • Sha!!cortsist of Spicer 17i�series,or equal,dual grease fitting universal jants with"Haff-Round" erid yokes. � Drive sha#t shati be bu��t with a heavy-duty steei tutre 4.tl95"outs�c�rneter x.180 arall #hickness. • Shafts shall be dynam'rcalry baianeeci�to'rnstaflation into the d�assis. • Splined slip jair�t shaU be provided in each shaft assembly. • Shafl have extencied life Universa!jants. • Sha!!be taro(2)Zerk#'rltin�s in each universal jairat a.s�em�y. ENGlNE E.�ICLOSURE • M inte�ral,formed aluminum engine enclosure shalt be�ovidsd. • Engine enclosure shalf be of a contoured desigrt to blend in an aestheticaily pleasing manner with tMe interior dash aRd flooring of the cab. • Enctosure shall be kept as!�v as poss�e to provide#he max�num space. • E�ure shaN be c�ve�!in a heavy duty black vinyl,mo�ed tc�fit tF�exteric�r of t#�e engine encbsure to reduce noise�d t�eat in tl�cab. • lnterior of the engine endasure sha{I have a sound deadening insufatior�system. • Cab iRteriar shall have a sound-deadening package to help minimize the noise(DB)levels and eliminate engine heat. • A wcuk la�ht sh�all be instaNed in the engine er�cbsure and iruiividuallyy switched. ENGINE Tk�apparatus shait be powered by a Cummins lSM 500 hp motor. AIR G()MPRESSOR ShaN be a 1$.7 CFM eru�ir�e c�iven$endix mt�BA-941. STARTER Shall be a 12-volt De[co Remy model 42MT c�trotted by a switch on the left lawer cab dash. FUEL FILTERS • Erigine it�l filters shall be is eas�y acc�ess+�le for service or r�cement. • Primary and se�ndary fiiter shaG be provided and shall be approveci the er�gine manu#acriafer. EXHAUST SYS'FEM • Shal!be horizantal design constructed from heavy-duty truck components. Vf►l�e CommurtJ#y Dev�M tNsh�fs �ge�8 of S2 Purchasing t3�eepartm�t Purchase of a Rescue Pumper Firrs Engine RFP�11 P-007 • Exhaust tubing shaU be siainless steel. • flex�'ble couplings shail be uti�zed. + Ou�et shali be direc#ed to the fiorvvard side of the rear wheels,e�g#he rght side,with a chrame straight�ip. • System sltalf be equipped with single canister consisting of a Diesef Ox�dation Catalyst(DOC� and a piesel Particulate Fil#er(DPF).The canister shall be mounted under the right side frame rail,and meetx�the e�gine manufactc�"s specificatians and current r�ise ie�e!tests.A fiberglass heat�scubing s�eevs shap be used�tt�e e�chaust�in the eng�e c�mpardne�tt area. AIR CLEANER/INTAK� • Air cte�ner shall be sized in accord�nce with the engine manufacturer's recommendations. • �hal!be manuf�ctured frcxn a fire retardani me�a arxi sha11 inc�rrporat�and ember separator in accordance writh NFPA i�i. • A restriction warning�ht shatl be provided ar�l located t�n iF�e cab dash. ENGINE BRAKE • Shafi be equipped with a Jacobs compression engine brake. • Nt�/CN�switch arui a control fior°Lc�wwfl-IiQh"shail be provided on the in.strumeni partel wiihin essy re�h of the driver. � Er�ine�ak�shall ir�ter#ace with�e ABS brake system cantrvfier. • A pump shift interlock circuit shall be provided to prevent the engine brake from acfivatir�g during pumpine�operations. • Brake tight shalf activate when the engine brake is engaged. FRAME • Frame shali be of a ladder type des�utilizmg indus#ry accepted engineering be.st prac�ar�d specifcally designed for fire apparatus use. � �rart�e rails shalf be constructed of two 3/8"thick-formed channefs.The outer channef shall be,at a minimum, 10.06"x 3.50"x.375"and the inner channef(liner)shall be 9.31"x 3.13"x .375".The section modulus shall be 31.28 in.3.'�he resistance to ben�inq�omer�#(RBM)shaR be i,569,1C� in.J�s.The cross-members shall be c�iructed of m�m�3I8"formed channels ar�ci have formed gusseted enc�at the frame ra�attachm+ent. • Shali use grade 8 fasteners on all permanentfy attach�brackets to the frame. • Frame shall be painteci glossy btack prior to installing wiring harness and other components. FUEL TANK • 65-gallon stain�ss steel rectangular#ue�tank. • Certified to mest FMVSS 393.67 tests. • Shaf!be removable by means of at least six(6)boited connections ar�d dropped. • One(i)tank baffie shall be used. • Dual�cic-up and retum ports with a sir�gle 31�#"tank dra+nrtube shall be prflvided for dnesel genera�ors�needed. • Shall be ec��ped with a 21l4"fiU�'nedc assembty with a 3J4"vent located vn#Fte lett hand s�ie of the tank. • Battom of the fuel tank shafl contain a 1/2"drain plug. • Fuel lir�es shall be nylon braid reinforc�d fuei hase wfth brass fittings. • Fuel Hn�sha11�carefuily route�i at�g the inside of the frame rails arui covered in high temp�ature rated spl"d�astic�an. • Single s�tion and retum#uel�nes shall be�ovided. Vil/sge Cammunity Develapment Distrfcfs Page 39 of 62 Purchasln�Department Purchase of a Rescue Pumper Ffre Englne RFP#f tP-007 • Fuel#ar�ic sha�be maarrted in a sadc�e with a bamer bei�aeen#he i�nk a�d the saddie. HANDRAILS CRB • Shalk be one handraif 24"long at each cab entranr,e. • Sfiall be constructed ofi 1-114"diameter,knurled and anodized,3J8"heavy wali extruded alumin�n arxi mounted uiitiz�ng chrome stanchions � 5ha11 provide sufficient space to ailow for a gloved hand to grip the raii. • Shalf be ane rubb�r coated grab handte mc�unted an each side of the cab interior near the windshietd post far ingress assistance. • Handrail on the driver's side shall be approximateiy 11"long and afficer's side shall be apprflximately 18"br�. CAB DOORS • Two(2) 1-1/4"diameter krturfed afuminum handrails rails shafi be provid�i • Shall be mounted just above the windowsills. HEAVY DUTY HEATER/DEFROSTERlAlR C�NDITJONER • Shall be a m'uiimum�UU,000 c�oi 67U and 80,0�-heat BT�1 singie unit, heaterfair condit�oner mourrted over the engine eover. • Shalt be mourrted in center of the cab on the engine hood/er�tosure. • Shalt have a shutoff valve at the right side ofi the frame,next to the engine. • Airflow of the heatarlair con�tioner shail be a minimum i2U0 CFM. • Sha11 have a TM-31 Compressor(19.i cu.in.). • Shafl be ductwork to the floor of itie cab,f�ing forwvard to provide heat for front cab#Ic�or area. • Defroster/heater shalf be a minimum of 39,OOU BTU and shall be a separate unit mounted over the w�ndshieid. • Shall be at teast eight(8)louvers/defusers to direct to windshield and door glass. • Airflow of the detroster/heater shail be a minim�m 350 GFM.The ur�it shaN be painted Zfllatc�ne greystone to match#�c�b ceiling. • Condenser sha)1 be roof mounted ar�cJ t�ave 6U,000 STU rating- • Unit shalt inctutie twa fart motors. • Airflow of the con�nser shafl be a min�mum 2250 CFM. • Roof-mounted condenser shall work at full rated capacity at idle with no engine heat problems. HEATER/DEFROSTERIAIR CONDITIONING C4NTROLS • Heater/de#rostetlair conditioni�shaH be bcated in the averhe�d conso�e in the center o#the apparatus cab within easy r�ach of�e driver and officer. + Controls shall be iltuminated far easy tocating in dark conditions. • Controls shall be located in such a way that the driver shall not be forced to turn away from the road to make cfimate ca�trol adjusiments. • Control ofi af1 heater/defros#er/ai�cvndiiionir�fur�etions for tl�er�iire a�ara#us cab shaN be achieved thro�h these c�ntrals. LOAD MANAGER • Shatl have the ability to sequence loads on and off. • �also b�abie to shed 8 loads when the vehide is st�nary,sta�ting at i2.7 volts k�west priority load to be she�i,then respectiv8ly at 12.6, 12.4, 12.2, y 2.fl, i 1.�3, i 1.�4 aral��t.�vnits DC. Vlllage Communiiy Deve/opment Districts Page 40 of 62 Purchasing Department Purchase of a Rescue Pumpe�r Fire Englne RFP#11P-�D7 � Shed loads shali be off for a minimum of five minutes,and the�i#vottage has rebounded above shed vottage,the shed load sh�l automatically come on. • Shatl be an ir�ator panel aion�skle ihe rocker swvitches,wh�h indica#e power is on,battery waming and fast idie. AUT�MATIC NIGH IDLE ACTIVATION • Load management system sha��tivate when the system voltage drops below 12.3 voits DC. • Sl�ap r�ise engine spe�ed fa�a mrrurr��of five minutes un�vofcage sxceeds 1 S.0 vof#DC. • Sha�actniate#he high idie#eature befcxe any c�vices are automaticalfy shed OF�. • High idie shaf!fur�ction onfy if the appropria#e irrterfocks are present. • Shal[be deactnrated whenever the brake pedal is pressed,and shali remain inactive for two minutes thereafter. INSTRUMENT PANEL • AAain dash shr�!shap be custan moic�ci a�covered with a r�un-glare t�ack vinyl. • Dash shaft be a one(i)piece hinged par�el that ti�ts outward for easy access to service ttre internal componenfs. • Gauge panef shalt be c�nstructed of durable aesthetically pleasir�light gray pofymer material. • Gauges shali be Maxima Technalogies/Datcon gauges with buit�-in self-�agnosiiGS and red wat�mg lights. • Gauges and c�trots s�all be backGt fcx ni�t vis�and iden�f'�ecl fvr function. • Gauges and warnir�Eights shaN be visi�to the driver through the steering wheel. • Shalt be equippecf with a keyfess ignition,with a two(2)-{�sition rodcer swifch,"Ignition Off/On" and a two(2)-position rocker switch,"OfflStarY`. Ir�sVumentation on daSh partel: � Tachometer/I�wrmet�with buitt i�re-sett�le l�our meter • Speedometer/odometer with buift in re-settable trip odometer • Ammeter • Volfineter • Fuel gauge • Engine oif pressure • Trar�smission#emperature • Eng'rne tem�erature • Primary air pressure � • Secondary alr pressure lr�licators and waming�jhts visilble to driver: • Baitery on • ParkiRg brake engaged • Low air with buzzer • Turn si�nals • Hi-beam � Ern,�irie#emperature with buzzer � Engine oi!presst�with buzzer • Transmission temperature with buuer • Do not shift transmission • Check transmission • Stc>p engir�with buzzer • Check engine Yitiage Cvmmunity aeve/opment Dl�s#�Pcts P�e 4i of 62 Purchasing Departrnerrf Purchase of a Rescue P�mper Fire Engine RFP#f 1 P-00� � Regeneration • H�h exhaust temperature • Air fitter restr�#ion tight • Back presst�re • Cab door open(flashing) � Compartment door open(flashing) • Antifocic bralce v�t�ing • Fas#en seat bett • Lflw Voltage Other indicatar and waming lig�ts • Differentiai iock�i • PTO engaged • Auto-slip response • Retardei er►gaged � Aetarder tempe�'�ture Con�rots located on main dash panef: • Master power disconneet with igniUon switch • Engine start switch � Headlight 5witch + Windshield wiperlvvasher swit�h • Differ�tial locl��w+tch{'r#a�p1icable) • Dimmer switch for backlighting • Parking brake carrtroi • Engine Regeneration • Engine Regen�eration tnhil�t Gontrols included in ste�irag t�lumn: • Horn button • Tum signal switch • Hi-beam bw-beam switch • 4-way flasher switch • TR-telescopiC ste�ir�g wheel controls Controfs,gauges and'rndicator�hts locat�fo the right of drirrer's pos�tion: • Transmission shifter • Pump shift cor►trol with OK TO PUMP and PUMP ENGAGED fights • Head+arJdefroste�'tx�nt+'oLs + Eighteen(18)ltuminated rocker switches Driving compartment warnirtg fabels shalt incfude: • HEIGHT�F VEHICLE • OCCUPANTS MUST BE SEATED AND BELTED WHEN APPARATUS lS W MOTION • �O NOT USE AUXILIARY BREAKING SYSTEMS ON WET OR Sl.1PPE�tY HOADS • EX17'WARNINGS Additiona[labets induded: • CO{u1PUTER CODE SWITCH • ABS CODE SWITCH � FL,UiD DATA TAG � GHASSlS DATA TAG Vll/age Commurtf(�Developrrrent Dlstr�cts Page 42 of 62 Purchasfng�paK�ent Purchase of a Rescue Pumper Fi�re Engine RFP#11 P-007 ENGINE WARNING SYSTENI � ShaU be pravided ta monitor e�ir�e cond�tions s�h as low oi�pressure,l�igh engine#emperature and tpw co0lant tevel. • Warr�ing intficatian shati include o S70P ENGINE(red)tight with aud'rble buzzer o CHECK ENGItV�(am�)light • Shall be a master informaticu�Ggt�bar vvith at Isast 24 l�h�locat+ad a�the center ofi the dash ('rdentified above.) WIRING • SFialt have XL high temperature crossfink insulation arxi shal!be 1a gauge,y2 gauge,74 gauge and 18 gauge ciepending on load. • Sha11 be cobr-caied,ar�!the fi�ncti�on ar�ci number stamped at 3"intervals on each wire. • Sha�be coversd writh ti�gh iemperature rated s�it 1oom. � Electrical connectors arid main connectas sha!{be treat�i to prevent corrosion. DOOR AJAR INDICATIOPI • Four(4)r�d�ED fig�in#he fcuwa�rd cab overhead consote area,vis�ble to both driver and ofif�er. � 17�x3n rel+easir+9���S P��9 brake one or mwe af tttese lights shall automat�ally . illuminate(ffash)if any cab�oc�s�en,c�mparlment�o�is�en,any ladder or equipmerrt radc is not in stowed position,s#abilizer system deptoyed or any other device has not been properly stowed that may cause damage if the apparatus is moved. MASTER ELECTRICAL PANEL � Ci�as,sis main ixeaker panel sha�be wired thrflugh the master di�oonnect saler►oid and c�nt�olleci with a three-posit�n ignipon rocker switch. • Circuit breakers arxt flashers shaq be bcffi�at ofF`�er's right s`�de fower interror firewat!vvith removable cover and schemaqc provided with notebook holder on outside cover. • A�t�ce breaker�an�with�to 22 ground switched relays with circuit breaker protection shail be provided. • M iMegrated etsctrical sub-panel sha�be prov�ied arK!interfaced to fhe body and chassis thraugh an engineered wire harness system. • 1'welve(12)20-ampere and one(1}70-ampere retay far cab lightbar and assembties shat�be provided. Two relays shat!be provided for the mechanical siren. � Four(4)relay boards witn circuit breaker protection for ad�csnal loac�. • Shall have a maximtur�two boards(8 relaYs)Per tueeke�panel. • Reiay boards sha11 be equipped with a�r-on indica�Nght(reci)��ut indica#or h�t(gr�n) and power output indicator 6gM(red). • Up to 23 additiona[automatic reset circuit Ixeakers tor non-switched loads that are remotely switched(ie:heater fans,hood lights,etc.). • Ai!relays and circuit breakers on the relay boards shall be pul�-aat//push-in replaceable. • AI!arcuit breakers�the relay boards shaN be 20 ampere automatic reset which can be c�u�eci or tripled for�0 or 60-�mpere capacity. • Shalt utifize Deutch DRC weather resistant connectors at the breaker panel,toe board arxt main dash connections. • Internal wire end terminals,inclucling beking connectors,sh�ll be mechanicatfy affixed to the wire erids by matchir�terminal c:rirnp�ng presses. • Irrtema!sp�rce5 shaN be ultrasonicalty welded connections a�d a�irrte�s►a!wir�g shall be hgh temperature GXL type wire that is protec#�by wirirx�duct wt�erev�possibfe. Vfllage Community Dieve/opment DisNlcts Page 43 af 62 Purchasing�partment Purch�se of a Rescue Pumper F)re Englne RFP#�tP-0�T � Swi#ches shall t�ground conVoOed;no pow�goir�through any rocker switch. • Any switch controlting a relay tn t�e breaker pane!shaN be capable of being set to function only wlter+the parking brake+s set. � Relays sha(t be taqged with the fur�tion that ti�retay is control[+ng. PUAAP SHIFT AAODUlE • Sha11 have ind�catir�fights. • Shail be located wi��easy read�of the ciriver. • A gear lock�shaN be provic�ed to hofd ihe trar�smission in t�r�#C�+ve for pump r�peration. AUXILfARY POWER POINT • ShaIC have Three(3) 12-aoit 15-arrtpere auxiliary tighter socket type pt�-in. • ShaU be provide�l in the r.ab r�th�offic:e�. VEHfCLE DATA RECORDER • Shall have an Akron/Whetdon vehicie cfata recx�rder as requir�d by 2�NFPA 190f. • Shalk provi�e software for the collec#ion of data. iNTERtOR The cab interiar sha1�t�e ftnistred in gray Durawear on ihe fu�ftont arxl rear headliners and rear�rewall. LIGHTiNG CAB EXTERIOR • Lighting and reflectors shal!meet or exceed Federaf Motor Veh�le Safety Standards and Ns�nal Fire Proi�iion�►ssoaation requirem�ts in effect at tt�s t�e. • ShaN be dual sesied beam halag�n re�ular headGghts in c�st�m hc�s�gs c�each side of t1�frcurt of the cab. • Headlights shail have an atternat�ng flash feature for emerger�y response use. HAND HELD SPOTLIGHT • Shalt have one(y)�tranics Bh�e Eye Moci�i KS-d003,400,000-candle powrer hand-f�etd spo�ight. • �q be�nstalied at o##iCet's side of cab. LIGHTING CAB lNTERIOR • Two(2)ceiting mounted combination r�/clear LE�dome lights with a push an/off feature in the lignt tens. • One f�ht shafl be bcated over eac�tl�offic�and driver's position. � The lights sha�aiso acctivvate from ihe open�or switch located in each cab doorjamb. LIGHTING CREW CAB INTERIOR • Two(2)ceiling mour�ted cambination red/dear LED dome fights with a push anloff feature in the I�ht lens shaN be provided. • ShaN also ac#ivate from tt�e ope�d�switch�oCated in�h cab doorjamb. MIRRORS • Shalt have Two(2)Lang Mekra 300 Series chrame plated Aero style main and convex mirrors. VJllage Comrrrunity Dev�opment Dls#rlcts P�e 4d of IS2 Pu►�chasln9 Deep�rEme»t Purchase of a Rescue Pumper Fir+e Englne RFP#t�P-�7 � Sha11 be ir�staNeci on each side of the vei�icte. HELMET STORAGE • Shal!install one(1)universal helmet bracket for each ri�r�position. • Appropriate warnir�labels sha11 be instal�ed. SEAT BELT WARNIN(3 SYSTEM � Shafl provide an Akion/Wel�n NFPA cc�npliant seat beft wam'�syst8m. • Maximum aud�le and visuat wamir�shall be provided. DRlYER'S SEAT • Shati be an H.O.8as�'�&way povv�'eiectric seat. O�FICER'S SEAT • Shall be a Bestram �irefighterTM Tanker 450 ABTS SCBA seat. • SMall be a storage compartment l�bw the seat(appx. 15°wide x 10.5°tafl x 15.5"deep). CREW&EATS � Sha�i�+�ave�2)rear facir�g Bosbrom 7anker 4S0 ABTS SCBA s�ats. • Shall have tvuo(2)forward facing fi�up seats. SGBA BOTTLE SRACKE'T • Officer and crew se�ts shati come�uipped with ari H.O.�strom Secx�reAllTM$CBA Laclting System. • Capable�fi securir�ali U.S.and intematronai SCBA brands and sizes. • Shal!meet NFPA 19K}1 starXiards and r�emer�ts of EN 1846-2. STEERING • Ross heavy duty Mode!TA�-8,5 power ste�ing shal!be provided. • four(4)tums fr�m lodc to lodc. • Glramp angle shall be 45 degrees. SUSPENSIQN (Front) The front suspension shall be a vari�le rate taper-leaf design,54"Cang and 4"wide(ar equivalent ride). • Loru3#ife,mai�tenance free,urethane b�shed sprir�g shacl�cle�stiaN be utifizEd. • Ati s�ir�and suspension mou�rting shaH be attached�rec�y to frame vvith�h s�ength. ' ^�xirtg shackles and pins tltat requir'e grease SFtall noi be aCCBptat�e.NO EXCEPT�NS. SUSPENSION(Rear) • Hendriekson FIFiEM�1AX mo�t FMX270 air ride rear suspension shall be provic�d. • The ground ratir�g s�be 27,000 pounds. TIRES�FRONT d�REAR) , Front Vlltage Community Deve/opment DlstNcts Page 45 of 62 Purchasing t�partment Purchase of a Rescue Pumper Fire EngMe RFP#1�P-U0� • 385J65R22.5,bad range J,G286 h�hway treAd,single tubeless type(GAWR ofi 20,UOU pounds). • Wheels shall be disc type,hub piloted,22.5 x 122510 stud 1 i.25 bcc�ltt�irde. • Chrome plated iug nut ca�shali be{xovided. Rear • Shalt f�e 12R22.5,foad range H,G149 higMway tread,dual tubeless type(GAWR of 27,�Q) paunds. • Wheels shail be d�type.hub��ted,22.5 x 8.2510 slud with i 1.25'bolt c'ude. • Chrome�a�ed tug nut ca�sha11 be provid�. A tire pressure monitoring sensor sha�be prov�.i as per NFPA starxiards. FRONT&REAR HUB CQVERS Polished stainfess steel hub c�vers shaU be�uovi�ad#or#he ft�#ax�an+d rear axles. MUD FLAPS Hard rubber mud fiaps shall be provi�fa�front arui rear tires. WHEELS • Aluminum wheels shall be provic�fcn il'ie front and for the insKie artd�tside o#the rear wrheels. � Alum'tnum wheels shaN match tf�e tire and a�cle capacities o#the apparatus. TOW EYES(Front and rear) • Shal!be two frortt tow eyes. • ShaN be twc�rear tow�yes. • �a�t be 3°t�aameter holes attached d�edly#o the chassis frame. • Shali be chromate�d etcheci fa�sup+er�r coir�ron resistarx�and painted to match the�hassis. TRANSMISSION • Shall be a Generation IV Allison EVS4000 six(6)speed automatic transmission. • !t shail be prc�grammed fnre(5)speed,sath gear lc�ked out. • The f,fth gear sl�a}i be an overc�ive rativ,Perm�J the vehic�e to read�its rop speed at the engine's�verned speed. • Chassis to transmission wiring hamess shatt utilize Me�ri-Pack 280 connectors writh Viple lip si{icone seals and clip-type positive seal eonnections. TRANSIIAISSION SHIFTER • An Aliison"T�h Pad"shift selector sha�be mourrted to the rkjhi of the drfiver. • Shalf�indirectly lit for r�htqme operation. FRONT TURN SIGNALS + Sh�f be four(�}Whelen 4(�0 Series LED rectar�gular amber fum signal lights�staAed. o One(1)mour�ted on front right&ie#t. o Or►e+nounted of#'tcer Side. o One mowltted driver s�e. 1/Nlage CanrnuunNy D�ede/o��n�ent D►sir�cts Pags 4S ot 62 Purd'rasfng Deparfm�nt Purchase of a Rescue Pumper Fire Englne RFP�i iP-007 WHEELBASE The approx�mate wheelbase shall t�approx'anatety 210". WINDSHIELD WIPERS • Two(2)black anodized finish two speed syr�hronized electric windshieki wiper system. • Dual motor/arms with buift in washer system and positnre parking. • One{1)master�ol wrorks the�r,wast�r and intermitt�t v�pe feaiures. � Washer bottle is a remv#e fiH wrtth a 4 r�ari capacity. � Washer fitl focatec!just inside of officer cab daor. MfSGELLANEOUS CHASSIS EQUIPMENT • Fluid capaaty plate affixed be�ow driver'�seat. • Chassis fi`tter pa�rt numt�er plate afifi�ced below r�iv�'s seat. � Tire pressure iabei near each whe�!k�cai�n. • Cab ocxupancy capaeity label a�xed next to transmis.sron sh'rfter. • NFPA campliant seat belt and standing warning plates pravided. F7RE PU�IIP • ShaN be QAA�4X i 50. • Midship mounfed. • Ail moving parts in contact wwithh water shaif be af high quality bronze or staintess steel. • Discharge passage shall be designed to accomplish un'rform pressure readings as the actua� 1wmP pr'$ssure. • Rat�i capaci#y ofi the fire pump sha�be 15C)0 gpm in accordanc�with N�PA#1901. PUMP 7RANSF6R CASE • Pump drive unit shall be of sufficient size to withstar�i up to 16,000 Ibs.ft.torque of the engine in }�th road and PumP�ati�c:ortdifia�s. • Gearbox d►irre shafts shaN be heat treated chrome ruckel steel. • lr�ttt and tx��ut shaftS shall be at 18ast 2-31�F"in c�iameter. • Engagemerrt of the pump transmission sF�alt occur only after veiticfe is completefy stopped. • Pump shift sha[t be air actuated from the c,ab ar�d have bo�a green"Pump EngagedR fight,and a green"O.K.-To-Pump"light.A third green fight shat!be provided on the pump operator's panel for "Thro#tle Ready". • Pump drive unit st�all be cast ar�c�+npietsly manuf�tured arni tested at the�nP manufac�rer's fiactory. PRIMING SYSTEM • Shall be a Trident Emergency Products compressed air powered,high efficiency,muki-stage, venturi based AirPrime Syst�n. • AI!wetted metailic parts of the p�miru�sysiem are to be of brass and stainle.ss steel consttruc�on. ' A sin9�e panel mourned r.orrtro!�activate the primir��mp and o�n th8 prim�ng vaNe to the pump. PUMP ANODE • A i-iaie pump a�kit assembly#529-i�-t)0-0 shaN be instal�ed in tf�e�mp body. Vlllage Community Dsvefopment Distrfcts Page 47 of 62 Purchasfng Department Purchase of a Rescue Pumper Fire Engine RFP#11 P-00� � A minimum of two(2)araades shall be instat�d one(1}in tt�e s�.ict�n side and one(t)M the disch�rge side of the pump. PUMP CERTIFtCATIQN • Shall be capable of tak'rng suction and discharging in compiiance with N�PA#19U1Chapter 14. • ShaN tje tested by Na�or�l Test�g. THREAD TEROAINA7'10N Plational Standard Thre�d shalt terminate the iniets arul ouUets of the apparatus. PRESSURE C�NTROL • Shall be Class 1 mode!#TPGJ19:i9 • An Engine Staius Csr�ter shal!be provided at tt��uunp par�l• o �unc#�ons incl�ade engir�RPAA dispfay. o System voltage disptay and alarm. o Engine oi!pressure display and alarm. o Engine temperature display and alarm. o Alarm sst-point5"{�eset"for t�st�m(�Stallati�n. o A1aim st'EenCe#�ature. o Ertgine s'tatus. o Eng[ish or metr�display. o Hourmeters far ertgine, PTO and"us�r"time,service intenral timer. o "Incident"timer. o Cu$tom message r�piay. INTAKE RELlEF • A Hale stainfess steel irstake relief vahre ir�staited on the intake side of the pump. • Surplus water shalt be discharged away from the pump operator and terminate with Mate NST hase�lire�. AUXIUARY COOLER • AuxiHary cooler sha�b�e fumished to�avic�addit�nai cov�ir�to the engir�e unc�r extreme pumping conditions. • Water from the pump is to be piped to the coils of the heat exchanger. VALVES,ADAPTERS,NOZ�'!ES • All shaN be Akron 88(�1/86a0 ser�s unles�flth�'wise�ta#ed• • Pushlpu[t drain valves shaN be provi�f for all 2.5"ar�farger inlets arui ouNets. PUMP COPINECTIONS • A11 su�tion and d'�scharge lines(exc�t�r+P man'rfo�s)i"and larger shall be heavy-ci�rty S�1[I�P.�S 5t�pip@. • Where v�ration or chassis f�xing mayr damage or loose�pi�ing�where a�g is r�ecessuy for servicing,a flexible connection shaN be furnisheci. • Alf�ines shalt be drained by a master dram vaive or a separate drain provid�l at the connection. • All indiv�(ua(drain lines for discharges sha11 be exiended with a rubber hose in order to draln below the chassis fi�ne. • Atl�water carrying ga�e 1i�es sha11 utili�e�ylon tubing. Village Community Development Distr�[s Page 48 of 62 Prirchasing Department Purchase of a Rescue Pumper Fire Engine RFP,#11P-�Q7 6"PUMP INLETS • Two fi"diametsr s�tion ports rai�h 6"NSY male threads shaH be provided,one on each s�e of vehicfe. • Inlets shal[extend through the side pump panels and come complete with removable strainer and lang handle chrome-plated cap. 2-1/Z"RIQHT SIDE INLET • One 2-112"gateti inlet vah+e shaft be�uovitled on the r�ht s�de paamp panel. • Valve sha�l be supplied with chrome plate female swivef,plug,cha�,and removabie strainer. • Vafve shatl attach directly ta the suction side of the pump behind the pump panel. 2-1/2"LEFT SIDE INLET � One 2-1/2"ga#ed inl�t vahre shafl be prov+ded on the�f#side�mp panel. • The vahre shall be suppfied with chrome ptate femafe swivel,plug,chain,and removable strainer. • Valve shatl attach direct[y ta the suction side of the pump body behind the pump panel. TANK TO PUMP • Shait be connected to t�e iritake s'�of the pump with a t 14'tum 3"fiu�fbw v�ive&check vaNe. • Remote controf located at the operator's panet. • 3"tank to pump tine shalt run from a bottorn sump irrto the 3"valve. • Flexibte rubber hose eoupling shall be us�i to connect the tank to the intake valve. OUTLE?S • D'�scharge vaives s�all be an inlirie Tork-Lodc consfi�c#ed of brass. • Shalt be of the quarter turn type of fbced pivot design. • Vatves shall be controlled from the operator's panel and shafl be equipped with swing type focking handles. • Vaives shall be suppli�i with 2-1/2"Na�Stan�ard T�reads ar�d rx�me with chrome p!a#ed femate caps and t�ains. • 2-1/2'or larger t�schazge aut�t shaN be supplied with a 3J4A quarter tum c�ain vahre bc�t�d at the outlet. • 2-1/2°and larger discharges shatl be sup�ied with a 30 degree angle down elbaw. 2-112"LEFT SIDE D15CHAGES • 7wo(2)2-1I2°gated�s shail be bCated on the teft skfe pump paRet. • Valves shalf be af the quarter tum tork-lolc batf type of fixed pivo#design. • Valves sharll be conrtect�t to tFie discharge side of tFre pump behind the pump panei. • Chrvme swing type handle located on the pump nperator`s panel shafl controf the side clischarges. 2-1/2"R�HT SlDE DiSCHARGE3 • One(1)2-1/2"gated discharge shafl be located on the right side�mp panef. • ValveS shaft be af the quarter tum tork-i�c baEl ty�of frxed pivot desrc�n. • Valves shall be connect�to the discharge side of the pump behind the pump paneL � Chrome sw�g iype handls�cated on the�p operata's panei shall c�trol the side discharges. Vlllage Commun�ty D�evelop►nerrt Distrlcts Page 4S of 62 Purchasing�partment Purchase of a Rescue Pumper Flre Engine RFF'#�1P-OQ7 ADAPTER � Sfiati be a 3"NST swivel female x�4"Stort aclapter with cap 8 cha�n oh#he righ#s�ie 4" discharge. 4"OUTLEI' • Hafe Maxflow 4"�ectric valve sha11�}�ov+�d an the right si�Pu�P Panei. • Vaive shaN be ConVo�ed a#the pump t�pera#or's par�el. 3"RfGHT SIDE DISCHARGERS • Shatf be a 3"g�ted outlet located oR the right side pump panel. • Vahres shal#be of the quarter tum tork-�c b�tyfie o#fix�p'rvo#des�n. • Valves shafl be conr�ected#o the discharge side of ifie pump b+et►ind the pump panel. * Gtuome swirx,�type handie I�ated on the Pump oPe�'ato�s panel sfiaii contro�the side discharges. FRORIT BUMPER DISCHARGE � A 1-112"c�scharge with 2"plttmbing shaN be provided at the front�mper. • Vaive shaN be remote cormoiieci at tt�e pump�nei. CROSSLAYS • Twa(2)erosslay hose beds shafl be su�ti�. • !'iping ac�vaNes sha11 be 2",the swivel shall be 1-1/2". • Valves shall be tt►e"drop-out"style,�+shJpu�cormoAed#ro�n the�mp panel. • Each compartm�nt sha�hok1200#t.o#1-3/4"t�ouE�j�cet hnse. CROSSLAYS � One(1)crosslay hose bed shaU be supptied. � P�ing and valves shall be 2.5",the swivel shall be 2.5". • Valv�es sha11!�the"drop-out"styie,Pushlpu�txmtra�ed frar�the�x.�mp panel. CRQSSLAY COYER • An aluminum folding cover shall be provided to endose the top. • Caver must be c�ot be�secured at the#�at�ti sades. TANK FILL • A 2"tank fitf shalf be provided,using a quarter tum fuil fl4w balf vah+e. • Must be controlled from the pump operator's panel. fOAM SYSTEM • Shall be an e�tiemal foam c�nnection provided on the sk�e�mp operatc�'s par�el. • Shaff be conn�ted to the on board foam celf by a 1"�astic tine and ptumt�d to a Elkhart foam supply kit wi#f�a quidc disconnect on the pump panel. • Shalf be an air operated vafve connected near the foam cel{,with a switch located on the pump panel to tum off tt�e fbw of foa�'r�to tt�e r.�ncentraie autiet. Vlllage Community Development Distrlcts Page 50 of 62 Purchasing Department Purchase of a Rescue Pum�r Fire Englne RFP�11P-007 • A check valve shail be insialled directly after fhe vaNe,to prsvent unirrtentional pressurizing of the foam ce11. • A 314"quarter turn vaive stiail be prov�led ai#ie�mp panel,ptumbeti from the dischart�e side of the pump to the foam line just behind the check valve. • This shali serve as a foam flush from the air operated vafve to the foam concentrate outtet connection at the pump panet. • Shal!be a male t�uiclt connect on the supply line that shalt mate to�e pump�nel disconnect. • A picic up#ube shafl aiso be provi�d io a�aw the eductor to be used with off board foam as we#1. • ShaN be an Aicron 3125, i25 gpm foam edt�ior shipped i�se wi#h apparaius. FOAM TANK • Shalf be a 30-gatbn foam tank. • SfiaN be p�rt of the main t�oster tank. • Shalf be a 3"PVC fill tower and cap and�tank vent. • St�aH be a 1-1/2"fianged outlet and drain vaive at the lowes#poini in the�ank. PUMP AND GAUGE PANELS • Sha{I be constructeci of bladc vinyl covered aluminum. • Panels shaN be easity remavab�. • Gauge and�r�#ral panels shall be iw�separate par�els. • The u�er gauge panel shatl be hinged with a#up�-length stainiess ste�ei hfn�i�c�osed with a 1/4-tum(atCh. • Shall be one(1)hinged access door as large as possible focated over the right side pump panel. o Shall have a full-fengtFi stainless steet hinge and a 1f4 turn latching mechanism. VALVE CONTROLS • Pump ccmtrols and gauges shaH�bca#ed ai#he�eft s'�de o1 the appoaratus ar�f�operly marked. • Valve controls shall have the corresponding disGharge gauge loeated immediately adjacent to contro!handle. ESCU7'GHEDN PLATES • Pump panei shaN be equ�with cobr-coded rem���sc�rtch�n piates ara�nd the s�#ion and discharge valves. "No Exc�ption" COLOR C4DING • Dis�charge vatve c�r�trol,out�t,and correspondir�line gat�sl�aa�l be cola'-code�l. o �1 Di9d�'�—Yelfo�t o #2�isch�rge—White o #3 Discharge—Na�y Blue o #4 Discharge—Black o #5 Discharge—Gr�en o #1 P�'e-Con�e#—�rdnge o #2 Pne-Conr�—Red a #3 Pre-�onnect—&own o #4 Pre-ConnecE—Magerrta o Front Bumper Line—Turquoise � o Large�iameter Discharge—Yeltow With White Border o Left kose Bed Pre-Connect—Tan o Ra�ht Hose Bed Pre-Conr�eci—Lavender o Left Rear Dischar�—Olive Vfl/age Communlfy D�evetopmerit DlsMcis Page S�of 62 Purchasing Dep�rtment Purchsse of a Rescue Pumper Ffre Englne RFP�1 iP�7 o Right R�ar DiSCh2rge—Light B�e o Deck Gun—Silver o inlets—Burgundy o Tank fili Lime Green o Tank to Pump—Burgundy PUMP PANEL LIGHTS • Pump panei c:untrots&gauges shatl be iliuminat�d by a mirrimum of iwo(2)incar�descen#�ts. PUMP PANEL GAUGES AND CONTROLS The fotlowing gauges and controis shall be provided at the pump panel: • rwo{2)ce�ti�iea laboratory test gauge�tlets. • P�amp primer aAntrol, • Mast��'ain cotttr�ara��ldition�l dr�i�s as rtseded. • Tank-filf and pump cooler valve cuntrols. • Tank to pump valve carrtrof. • Pump capacity rating plate. • All discharge ct�ntrols. • Two(2)master�mp gatges• • Gauges an ail 1-112"ar�d larger�e�nes. AIR OUTLETS • Twa(2)air chucks shall be adjacent to pump operators panel(one each side). • Shalf tie into wet tank of brake system. • Shali have 85 psi pressw'e protec3ion. • 25'air hose st�ali be pr�vi�d. 4"MA$TER GAUGES • NoShok Irc�uid filled pump pressure and vacuum gauges s�all be provided. • Shal!be 4"in diarneter wwith wh�te faces and bladc letterir�g. • Sha�have a�es�we range ofi 30"-0-�0 psi. 2-1/2"PRESSURE GAUGES • No5hok liquid itlled individual fine pressure gauges shall be provided. • Sitati be 2-1/2"i�cliameter with white�ac�.s 8�1�aCk�ttering. • Sha11 have a�xessure range c�f 0-4t�0 psi. WATER TANK L@VEL GAUGE • Fire Research TankVision�model WL20�water tank volume indicator kit shall be instaNed. • Gauge shali be Eucated c�n#�e pump opera#ar's parEel. CLASS A FOA1A TANK LEVEL GAUGE • Fire Researeh TankVisior�model W L27U0 foam tank valume ind�atw kit shall be irtstaf[ed. • Wiring shafl be weather resistant arxf have automotive ryp�plag-in connectors. • The gauge shalt be tocated on the pump operator`s panel. Vlllage Commurtlty Disvelopmer�t D1sMc#s Page�'of 62 Purchasi�tl�rhrtertt Purcl�ase of a Rescue Pumper Fire Englne AFP�i1P-007 BODY SIiBFR1�IIlE A stainless steel subframe!undercarriage sha11 be provic�d for the t�ody�par#ments. APPARATUS BODY • ShafE be con�tructed of#4 brushed fin�sh#3U4 stainless steel. � Sha11 inctuc�txushed stainiess steel compar�nent interiars. • Other scuff prone areaS sh�R alsc�be a#xushed sCUff resiStant sta3niess st�el finish. • A�paratus b�ly,including the running t�ards shaN be supported by struc#urai channel and$n�e. • Design shaff be strong enough to support the complete body. • Each compartment shatl be�operly vented with louvers. • Each compartment shall have drain holes far the release of maisture. + Each campartrnent shaN have sweep-ou#fbori�with no obsVuctions at the�bott�rn. REAR STEP COMPARTMENTATI�N • Shafl k�one compartment at the rear step,transverse to the sides,at a min'ur►um,with clear unobsVucted opening: 0 40"wide x 61"hlgh x 30.5°' deep with rolf-up door. COMPARTMEtdTAT�N LEFT SIDE L-1 7here shail be one r.�npartment ai�ad of ihe rear wheels wiCh clear un�st�uc'ted openir�: • 3Q5"wide x 66"high x 27.25"deep with roll-�p doar. L-2 There shall be ane compartment ahead of the rear wheels with elear unobstrueted opening: • 56.5"v�►�e x 66�h�1�x 27.25"c�wi�h rc�!!-t��r. L-3 7here shall be a cx�rnpartmen#above�rear wheel: • 61.5"w�ie x 36.5"high x 27.24"cieep L-4 7ttere shali be a compartment behind the rear wheels approximately 25"wide x 60"high x 19"deep with clear unobsVUCted opening: • 5�.5°wide x fi6°h�h x 2�.25"deep with ro�-up c�r. LEFT UPPER HATCIi COMPARTMENT There shall be a compartmerrt located on top of the unit on the left side with lift up doors and pneumatic stays. Three doors for i#�is canpartment sha!!be provicled{appro�cimately 48"x 25'�. Each door shall be N�PA compiia�. • 29°wide x 2a"high x y fi0"(ong COMPARTMENTATION RIGHT SIDE R-i There shall be a canpartment ahead of the rear whee�s approx�natety 30.5"rnride x 66"high x 27.25" deep with c�ear unobstructei3 openir�g. R-2 There shatt be a compartment ahead of the reac wheels approximateiy 56.5"wide x 66"high x 27.25" deep with cfear unobstructed ope�ing. Vfilage Canmun�ty D�evelopment�s P�e 53 of 62 Purr��resing Dep�hrn�nt Purchase of a Rescue Pumper Fire Engine RFP�11P-Oti7 R-3 There shail be a c�npartment above the whee�vvell approximatety 6i.5'wide x 36.5"high x 27.25" deep with dear unobstrucied c�ening. R-4 T'C1ere sf�afl t�a compartment bef�ind the rear wheefs approximately 53.5"wide x 66"high x 27.25" deep with clear unobstructed opening. RIGMT UPPER HATCH COMPARTMENT There shaN be a compartmen#loca#ed on tap of the unit on the 1eft side with 4ift�p doors and pneumatac stays. Three dows for this compartmerrt shall be provided(approximately 48"x 25°). Each doar shall be NFPA comptiartit. • 29"wide x 20"�h x 7 6t1"�9 COMPARTMENT R-1 The upper part af compartments R-1 and L-f shafl have thru access cross the body and mounts for tvvo backk�ards shaU be provided. ROLL-UP COMPARTNIENT DOORS � ShaN�equipped with R.C�.NI Ral�nsor��utter cioors. • Door slats shatl be dauble watf box frame,rnartufactured from anodized aiurninum. • Doars shalt have the foffowing features: o Manufactured wholry in the United States. o Gor�ave ir�d'nridual s!a#desig�to prever�t loose equipment from hindering c�oor aperatifln. o Co-Extrucled stretdti resistant inner seal t�tween siats to prever�t metal-to-metai cx�ntact and inhibit moisture anci dus#pertetration. o Irrterlackinq swaggedldimpled end shoes shall be utilized to provide a�ght fitting assembty and atEow for easy removal in the event of damage, o EffeCtive caunter balancing for ease of tifiting and lowering tt�doors. o C?ne-piecae s�rail and track to�ov�e an urrobs�ucted stide area a�rxi reduce the risk of binding. o Non-a�asive reptaceabie water and dust barrier compartm�i to keep equi�nent c�ean and dry. o A magnetic type switch integral to the door shall be supplied for doar ajar indicafion and compartment fight activatior�. o A fu�width ppsi#nre tatch bar shall be c�perable wi�one ha�,even wit�a#�vy g��nes. o A rloor open ind�ator light shab be�'ovided in the cab. SCBq CYLINDER COMPARTMEFI7'S • Shalt be four(4)spare breathing afr cylinder compartments recessed in the rear fender welis. • Compartments shaN have cast aluminum doors vvi#h equ�with a weather resistant fiush fi#ting thumb latdt. • lmerior of#he c�r sha11 incorporate a rubber"O"-ring s�l. • interior compartment shall be construct�f of a high-density polyethylene plastic. COMPAR7MENT LINING • S#�a�l con5is#ofi s�ay ora"Rhirto°liner. • Shait match the departmerrt's exisii�fleeL VlBage CommwNry Oevelopment Dfstr�cts Page 5a of 62 Purchastng Depsrtme»t Purchase of�Rescue Pumper F/re Engine RFP�11P-�7 A[1JUSTABLE SHELVES • Shafl be eleven (11)a�ustal�e shelves�stal�d in various cx�mpartmer�ts. • Shelves shalt be fabricat�i af.188"aluminum ptate. ADJUS7ABLE VERTICAL SLIDE-0UT PANEL • Shall be three(3)an adjustable verticat stide-out tool boards witl�a 2501b.cap�ca#y mounted on unistrut Vacks. • ExU'a«x�mmpartmerrt I�hts shaH be provfded and locat8d as tt8eded t0 DroperlY iAUmin�te the compartment 6�SLIDE-MAST�R TRAY • ShaH be three(3j Slide-Master�1lout drawers instaited. • Each drav�shaA have a disi�uted load capa�cit�r of 6Uif�,c�pabie of e�enc�ng 7096 of its deRth• � Tray sha�be fatuicat�of.188"afuminum plate and have a farmed lip that measures 2". U1�ISTRUT • Each compartirtent sha�+come equ�ped witt� 7.625"x.875"x.125"a�minum U�isfi�t charusei. + Unis�ut shati be securety f�tened to the inier�watis of the compar#rr�ent. HOSE BED • Shall be divided into two separate sections. 0 1000't�f 4"hose 0 50U't�#3"ho5e � Each seation shail be com{�tefy vvide t�n. • Hose b�i flooring s{�aEi be slatted extruded aluminum. HOSE BED DIVIDER � ShaB be divided by a 3/1S"atuminum partition that is fuHy ac�ttstable by slidir�g ir�tr�C.s locat�.i at #he trortt arui rear of the M�se bed. • St�all be iocat8d 1S r�eeded. HOSE�ED C�VER • Shall be an aluminum two-piece,hinged hose bed cover constructed of.125"atuminum and square a#uminum extrusron. STEP5 MiD LADDER sCCESS • Shatt be fold dawrt steps mounted on each side to aflow access to pump panel and dunnage areas. • �irst steps shall be a minimum of i 1"x 14"for fiirst steps above ihat shall be 11"x 8"minimum. • Shall meet cumerrt NFPA 9�i criteria. • Shall be a rear a�s I�er to access u�er 1eft arn!r�ght cwnpartments�Ziamat�moc#�RL- 26). Viliage Cammun/ty Development DistNcts Page 55 of 62 Puvchasing�partmer�t Purchase ot a Rescue Pumper Ffre Engine RFP#1 TP-007 HANDRAlLS AND STEPS • ShaU be consm�t�o#1-1/4"diam�er krwried ar�dlzed aluminum 3!8"hsavy wali extrusion. • Shaf!be mounted utilizing chrome sianchions,wttich shall provide sufficient space to aftaw for a gloved hand to grip the rail. � Shatl be IoCa#ed in the foi�wing 8res5: (No#e:These are in addition to ttrose previously m�ricuaed in the chassis section) � t)ne t1)handrail on each side of the access steps to the iadt�r. o These handrai�S are cavered with ribbed rubber. • Shal�be one(1)fold-dpwn step on each side of the front face of side compartmerrts as required by N.F.P.A. • Shall be one(1)foki-down step at each side of the rear area • Shall be two(2)puN-out ste�rs,approxunate#y 25-3/4"vvide x 11-31�"deep,Pi'ovideci on the right side of the ap�raratus for ease vfi acc�ssmg s�ie stackecl grour�ladders. o Sh�H��Oeated or�e ahead of the rear axle ar�one behind the rear axEe. RUB RAILS � Sha11 be equipped with heavy exb�uded aluminum rub raits at#he sides. • Shail be spaced away from the body by 112"palymer sp�cers- • Shalf be polisheci to a br'�t finish arad be�itt�d+�custan cast er�caps. ALUMINUM TREADPLATE • Alf bad bearing aluminum treadplate running boards shall be.155 thick bright annealed with a serrated embossed fln'�h. • Running boarc�and rear st�ec�es s�aN be flar�ged down. • Running boards shall aiso be flan�d up to forrn kic�c pfate.s. • Alt non-Ioad bearing aluminum shall be.fi25"thick bright annealed finish. • Where afuminum treadpfates function as 6oaci-bearing surfac�,there shall be a heavy stee(sub- svuoture. o Thi5 stRrClure sh�consist Of 3"Ghart�l and 1-i12"angte welded s�p�rt. • The aluminum shall be�sulated from the steel by c1os�cell faarr�#wdy ba�rier material. Treadplate locations: • Skirtir�around front bumper. • The step at the cab en#ra�ce. + The j�np sea#steps. • The running bt�r�. • The rear step. • The top of the compartments. + The rear of the apparatus. • Rearfenders. RUNNlNG BOAR�TR(>UGH • Shall be provided in the left and tight side running f�ards • ShalE hold a 15-foot length of 5"hose. BOOSTER TANK • Sha11 have a capacity of 50U U.S.gallons. Village Community D�evelopment Dlstrlcts Page 56 of 62 Purchasing t�epartme�►i Purchase of a Rescue�mper Fine Eng/ne RFP�7 tP-OQ7' � Shap be constructed ofi 1/2"thick poiy�uopyl�e sheet siock. • ShaN be a non-aorrosive siress ne�veci oopolymer#hermo-plastic. • Sha1{be designed tn be c�mpEetety i�de�eni of the body and c�r�partm�ts. • Alf Joints and seams shalF be welded and/or formed ar�cf tested. • Top of the booster tank shalf be fitted with removable fifting eyes with a 3 to 1 safety factar. • Shall have a combination vent and manual fill tower(constructed of 1/2"potypropytene and shal! be a minimum cGmensior+of 8"x 8"outer perimeter). � The tower shaA i�e locaied in the left front carrter of the tank, • Th�tower ShaN have PaYP�oPY�ne hinged-#yp@ Cover. • The sump shaff be canstructed of i/2"po[yprapytene and be located in the left front quarter of the tank. • 7he sump shall have a minimum of 3"national pipe tfireaded outlet on the bottom for a drain P�u9• � Sha�l have an arrti-sw+r!�ate bcated approximatety 2"above the stunP- • Sha11 be b�ked with#iow tiefl�ctors. • Tank shall rest on the body cross members in c�n{unction with such additional cross members, spac�l at a distance that wouk!not allow for more than 530 square inches of unsupparted area ur�der the tank floor. • The tank shall t�e c�mple�tely removab�without c�stu�or c�smandir�g the apparatus structure. ELEC•TRIC SYSTEM • Eleetrical wiring irt the chassis shall be XLP erass tink-insulat�type. • Shalt be color-coCfeti and incf�fur�ction codes every three(3}inches. • Hamesses shall be routed in protective,heat resistant loom,securefy and neaily instalied. o All harnesses sha11 be cflver+ed w+th m�isture resistant loom with a minimum ra�ng of 300 Degre�s Fahrenheit and a ttammRb�ity rating ofi VW-i as�fir�ed in UL62. o Covering of jacketed�shall have a min�mum rating of 2$9 c#�r�e Fahrenheit. • Two power distribution eenters shall be provided in central locations frn greafer accessibility. • Power distribution centers shall a�o have accessory breakers and relays for future installations. • Power distribution centers shall contain automatic therma!se�f-resetting breakers,power control relays. • All breakers ar�relays shaN be utilize�d in circuits which amp�auls are st�staMially lower than the respective cornp�e�tt rating. • Each module is singfe fe�netian coded and labeled to aid in troublesh�ting. • Exterrtal harness interfaces shall�of a tr�le seaf type cbnnection. • Cabichassis arrd the chassis/body connection points shall be mounted in accessible locations. • Com�ete chassis wiring schemat�s sha11 be suppli�i with the apparatus. • Wiring harness shaN be desig�ed to rated to carry 125�of maximurr+current#or which#he art�it is}�tected wii#tout exceeding 10%vottage drop acras5 tl�c�tci.tit. • All wires shalf conform to SAEJ1 i27(Battery Cablej,SAEJ1128(Low Tension Primary Cabte), SAEJ1560(Low Tension Thin Wall Primary Cable). • AA circuits conform to SAE1292. BACK-UP ALARM • Et:co model SA917 badc-t�alarm pro�Cing 87'-i 12 db shatl be it�s#a�led. • Shaft t�at the rear betw�n the frame raiCs and a�rate whenever the transmission is in reverse. COMMUNICATION SYSTEM • David ClarMc irrtercom system shatt be prov'rcied in the cab. • The driver,officer posi#ior�s shaft be�#aced wi#h racfio. � Sfiall be a total of five Fieacl sets Exov'�ed. Vlllage Community Development Dishlcts Page 57 of G2 Purchas/ng Dep,aKment Purchase of a Rescue Pumper Fire Engine RFP�i 1P-OD'7' � Sha11 be located at pre-build. C4MPARTMENT UGHTING • All eampartments shatl be equ�d with one(1) LEi3 light strip to dfuminate to entire compartment. • Any cornpartment targer than 56"wide shall I�ave two(2) LED t�ht strips. ELECTRICAL PROVI�ON • Wirirg shall be provided in the c�and canvpy fior the future insta�a�ion of electrical chargers. • Loeati�n to be determined during the pre-c�nstruction conferer�e. AN7ENNA MOUNTING • Customer su�lied radro ant�na(sj sha�be ir�staNecl in cab roo#and cabled to a desired I�ation. • Location shall be determined at the pre-constrvc�on meeti�g. LlCENSE PE.ATE BRACKET • Lic�nse plate bracket shali be installed at the rear of the apparatus. • Weklon Tec�nobgies l�ht part#9186-23882-3fl staaN be directly above the ticense plaie area. TAH./STOPRURN LIGMTS • Shatf use Wheien C0p�ighthead(#16200029 CAST4V). o Tailli�hts are to be Whelen 600 LED styte. o Turn signals shall be an arrow pattem,amber in color. o BaCkup tighis shap be halogen. o One 60�series warnirx,�1�ht. LED ICC/MARKER LlGH7S LED type ICC/marker lights shail be installed to meet Q.O.T. requirements. STEP LtGHTS • Whelen 2G 4°tli�eter LED lights shaN�rrtstai�d. o One each side on the truck for the n►rrnir�g board. • Whelen 2631 LED mounted under each step on the rear. GROUND UGHTfNG � ShaA be equi�ed v�h lightir��le of il�minatron to meet NFpA requir�ments. • Shaif be Truck-lite�LED model#44042C. o Shatl be pravided at areas under the driver and crew r'rd'rng area exits. o Shall be automaticalfy actnrated when the exit doors are opened. • A�1'ghting required in waric areas,st��l wa�Cways s1�be�ctivated when ihe parkir�brake is a�tied if�1CC I�hts are on. WORK LlGHTS • Shatl be two(2) Unity brand AG 6"chrome plated sealed beam flood fights instatl�l. � Shafl be securely moun#�d at the upper fear oi the appara�us body. * Each�ht 5ha11 t�i►adhrit�ua�y swi#�hed. YlHage Community D�eve/o�nent Districts Page.�i8 vf i�2 Purch�sing Department Purchase of a Rescue Pumper Ffre Engine RFP�11P-007 OPTICAL WARNING SYSTEM • Sha1i be capable of iwvo separate s�naling modes durir��nergency operations. • One mode shall signa{to drivers and pedestr'rans that the apparatus is resportding to an emergeney and is calling for the right-of-way. � One mode shall signal that the apparatus is stopped anci is blocking the right-of-way. • Switching shaA be prov�ed that senses ttt�positian of the pa�lc�ng brake. • Sha�l ins#a11 a m�s#er t�t�a!waming c�v�ce svvitch to enert�ize all d##he op#�wamirx�clevices. • A#I I�lrts shaii vpera#e at�ot�ss than tl�e min�nnum ff�sh rate per minute as sp�i�ed by NFPA. UPPfR LEVEL WARNINt3 DEVICES NOTE:All lens color/patterns will be determined at pre-build. • Zone A(front)-one(1)WheEen Model FN72QLED 14 LED Freedom Series t2"Lightbar. • Zane B(rigM side)-shall be cov�ed by modu�e from 1�htbar ar�i right rear stanchion beacon. •. Zone C(rear) o Shatt have one(1}Wheler�RED rotating beac:on Model R86T mounted on the�ight rear stanchion. o ShaEf have one(1)Whelen AMBER rotating beacon Model RB6T mounted on the left rear startchi�n. • Zone D(leit s'�e}shall be covered by module from�htbar and�eft rear stanch�n beacon. L4WER LEVEL WARNING DEVtCE5 • Zone A(front)shall have two(2j Whelen 600 Super LED red lighis mounted each side of cab. o Inboard pair of lights shall be wired through a ioad-shadding device. • Zone 8{rig�t s�le)shall have four{4)Whel�n 600 Su�LE��1�ts. • Za�e C(rear)shail have two(2)Whe�n 6bD Super LED red Ights mounted one each s�ie of the rear of the apparatus. • Zone D(left side)shall have four(4}Whelen 60p Super LE�red lights. AUDIBLE WARNiNG SYSTEIIA � One�1)W�ele�Mot�1295 HFSA1 electronic siren shaN be instaHed ai the c:ab ir�strument panel. � The horn button in the steering wheel,a switch on right hand side of cab floor and the control on the siren head shall actuate'the siren. • A foot switch shall be provided on the officer's side of the cab floor. • ShaA be a Federal Q28-NN siren instal�d. • Shall be securely mounted arfd ac�vvated by means o#a soier�oid ar�d shail indude a bralce. • ShaU be wired#o the hom button_ • Rocker switch on the dash shafl toggle between air homs and Q2B. • One(1)Whelen SA315P-speaker shall be instaffed. • Shail be mounted behind the bumper. • Shall k�e a Whelen Howrleir mounted bet�rxi t#►e grill. GENEHATOR • Smart Power 15 KW (fire service rated)hydraulic generator shatl be instaNed. • Generator ancf wiring shalt canform to present National El�tric Codes as autlined in NFPA. • Output shaff be controtled by an intemal hydraulic system. • Shalf be�wer�i by a transmission power take off unit,th�h a hydrautic pump ami motor. • Shall be operable ar�y#�ne that the apparatus engine is n�nning. • A"HOT"shit�PTO switch loc�ted in the cab dash shaN activate tMe c,�r►erator. VJtlage CommunJty Oevelopmerrt Disfrlcts Page 59 of 62 purchasing Department Purchase of a Rescue Pumper Fire Engine RFP#11 P-�D07' • Generator hot�sirig sh�ll be composed ofi 1��rcent siainiess steei hc�usings. o Shaa have ai ieaSt fOUr(4)2�'i�let k�Cafions. o Ail ConneCtior+s shail be iocated cwtside#he housir�. • Shall be designed to operate with an ambient temperature of 12Q degrees Fafirenheit. • LCD display hour meter shatl k�provided. o Hz o Volt o Arnps o Oi1 temperature • Shall 1�equipp�wlfh a three-point vibration isoEation mounting system. 1�VOLT OUTLET • Two(2) 120-volt outlet�wea��f cover siiali be instaNed. • Sha91 be instailed in 'l�Iid tight conduit. COMMAND LIGHT • Shal!be mounted to roof af apparatus. • Must be deployed v�nthin 15 seconds. • AAust be�abte of cipera��usir�g a r�nate cr�ntrol w�'t 1�'+ctxd. • Shall have arr°auto p�'Ic"fea#ure. � Shalt have tread�ate under unit when stored. � AAust have at least six(6)lights with total oGtput of 6K watts minimum. • Must praduce at Isasf 129,000 lumens. LIGHT SVYfI'CH A remote switch shail be prov'rcl�d on the pump par�to��vate t�e quarC�lights. BREAKER 64X • Circuit breaker box shall be provided with sixteen(16)spaces for breakers. • Shalt be instaNed ir�I�id li�i conduit. CORD R�EL • Shalf be a Hannay Model ECR1616-17-18 efectric rewind cable reei mounted in a oompartmerrt. • Shall have 15d feet of 10/3 Seoprene Water-resistant(SOW)yelfaw jacketed cable. • Hannay Type"C"rotler assembly and HS-3 cable stop balf shall be provided. • Akron(GFE)ftwr-way r�eptacle box vvith ligf�#shaA be hard wired to the�d ofi ihe cable. o ShaN be securely mour�t�i in�e ir�n�ate area af the c�rd reel. r� Mour�t�tg shaU be a f�ricated al�ninum bradcet ec�iipped with a Ve�o strap. AIR REEL&MOUNTING � Shalf install a Hannay(model F1500)electric rewind reel. � $hA1i I1�Ye'!�0'Of 300 P$1�/�'atf 110S@. • Location dete�nrr�ed at pre-bui�. • Shall have a 6,�0 PSl{509 cu:Ft)ut�[y aa fi3ott�e. QROUND LADDERS • Shal!be equipped with a minimum of 85'heavy duty fire senrice ground ladders. Yfl/ege Com►rwnity��e�iaprrt�nt Dishicts P�e�1D af 62 Pur+drasing v�arM�r,t Purchase of e Rescue Pampe,�Ffre Engine RFP#11 P-OOr o One(1 j Alco-Lite FL—10(fo�ir�) o One(1)Ak�-tite PRL—14(roof) a One(1}Ak:o-Lite PEL—24(extension) • Shali mest the requirements of NFPA. � Shall be stored inside of the body in an enclosed cabinet. Ff0l.AAATRO BULK HEAD F17TfNGS • Shap have three�3)Holrnatrv Buikhead Ccue fitiings. • Locatior►determined at pre-build. SUCTION HOSE&STRAfNER • ShaH provide t�ro(�) 10'ier�gths of 6°i'ightwreight hard suction(Kt�k). • Sha�be mo�+ted on Z�ot the body- • �a�i pro�e a 6°s#rainer(1.5 times t�se area). • Shal!provide scuff pfates under the lug and put areas. TRAFFIC CQNE MOUNT • Sha�l l�ave a trai#ic cor�mcwnt on rear�ard. • ShaN match cur�ent fleet. PAINTING • Sftati utilize industry"best pra�ti�s"to insure c�uafiEy. • Manu#acturer shall ind'+cate in praposa!iww the paintir�g�uocess w�!be accom{�ished. • Irn�rior of all ccxnpar6mer�ts,insi�le hase bed,and surrc�nding arsas ac�ac�nt to compartments ' doorS shaN rerr�a+n a#4 txushed stainless s�finish. • Shall be two white over red. o Qupont Imron Red(#20726XMALTI) o Dupont Imron White(#817XALT2) STRIPiNG AND LETTERING • Proposai Fxxices sha11 ir�ciuc�SMpir�g and lettering albwar�ce. Proposer will e�tumerate ALL stripirig and[ettering�sts to be installed by the Viltages Public Safety Department's current vendor. Afl fettering and striping shall be performecl by a third party. The F'ub�ic Safety Department's striping vendor shalf invoice the successful vendor based on the cost provided on hisJher�xopasal. CHEVFi4N3 • The vehicte shal!be delivered with chevro�apptied to the back of vehicle. • The rear surface of the unit will be averiaid writh a refiective material,instailed in an aftemating "Ghevron"pattern. The chevrons shall be florescerrt,diamond graded green and red.The colors shall be as f�lows:Scatch�te red(neon)ar�d 3M-3�J0 yelkfw/green.The Chewron pattem shail be ihe`A°type. NOTE:Vendors shall s�pply a samp�vvith proposat. MISCELLANEOUS EAUIPMENT FURNISHED • 1 pt.tout�-up�int. • Pike pole tubes st�be provided,thr�eac�►side o#the rear crompartment Vil/age Community DieveA�nt DisMcts Pag�61 af 62 Purchasing D�partmenf Purchase of a Rescue Pumper Fire Engirte RFP#11P-OQ7 WHEEL CH�CKS • Two(2)7_iamatic#SAC-44 fo�ng wheei chocks writh SQCH-44H hdders�hall be installed. • Wt�eet chacks shalt be locateci ciose to the rear axles easily accessible. MONITOR�fOZZLE + SfiaB be an Akron Apot�High R�e m�del 3433 monitor • Shafl have an Akromat�Sty1e 5160. STQKES RACK • Junkin, Model SAF-3000WPC, plastic coated steel frame stokes basket. + ShaU be moun#ed on base section of b�m. OPERATION AND�RVICE�IANUI�.S • Shall be two(2)campiete"Operation and Service"manuais st�plied with the campieted apparatus in a paper capy and in electronic fle(s). • Shal[inctude senrice, maintenance and troubleshooting for major and minor camponents of the tr�k. • Manufacturer sha�su�lY Part numbers#�majo��nponents(i.e.Er�irte,Axles,transrnission, Pump,etc.). o Table of conterFts o Hydraulic o Air brake o Overai!appara#us w�ing schemalics sfiall be incfuded. • A video trair�ir�tape on the operatron of the tnack sh�l be suppt�d vvith th�m��is. MANUFAGTURING&LOCATIONS • Shall be manufacturPCi in facifities wholly owned and aperated by the company. • Shall maintain a c�mplete stock of service parts. • Shail be provided on a 24 hc�urs arourxi il�clodc basis. • ShaH maintain parts atKi service for a minimum period ofi twerity(20)years o�each apparatus m�l manufaCtured. CORROSION REDUCTION POLICY The manufacturer shall have in plac:e a formal c�rosion r�iuction program�nd asse�mbly procedures �signed for reducing and el'�ninating the poss�iiity o#cturosion. It is understo�that fire appar�#us shall c�perate in harsh environments,At th�e time of the pr�osal ihe apparafi�rnanufacturer shatl shpw�f of a corrosion policy. ff a format poficy is not in pface explain in the proposal how manufacturer shall take the necessary steps for corrosion recfuction. There shall be r�o exc�ption to this requirement. l�additron to a foanal program tt�e manutactur�shall sFrow proof of testing corrosion r�luctron �'ocesses to ASTMB117,A c�py of receM test shaU be inclu�d in ths proposal. PRE-CONSTRUCTION 8�INSPECTION A provision shatt be provided in the praposal price for all travel,food,and lodging to accommodate three (3)VPSD personnel for the purposes of a�e-proposal!design meeting arM fiinai ins�ction trip. Village Community Development Dlstricts Page 82 of 62 Purchesing Department ..: r E7� 0 . � � � �—� � � - � � � �—� � - . ,-; - � —� ,-, , , . .,. .. ` , . :: .., , . 1 '• I� C:._ 1..+a� .r rrr., .cit �� r. � ,.��, ;.�1�! 1•�'�{�. ��� � ' �� '�. _ � _ t • � . .� • � �� ___'_.. �`M e�� � ! _—_- . .i '__ � �� �i�. ■ _ ,���# ��� � s I i� � ��. A, � — �� ; '�.L�:�� I F=���I� �i � .y' I - �, `i�rr. a r �3 a� n y i �I "�'1�-t �.' �� -= �.. �,1�� ����f 2 �.i�1. � I �- .r. 1 �, ' ( � .� iu.. — - ..- �i 11 I� �� �'7 o I I � � I I `� '�I �' ��- =��, '�,0 =__ - -- ���■ ' ,. �'i�� � �1 I�� �� �.�,--- — -� � , ��:�� � �� _ �� � � ''1 - - ��,,, � -= -- � � ��� �_ R�, � '� � � .,.._ __ . .__ _ r.-�,..- • ' , ,; ` C��r'rJ.' � �`-. �i�� _ — .i�jj� k ., "..r�. " < < .. 4, ,.-,: t .r ;, _ � �zci���"������r�0 ��'° =.f..,�,��� ,,�0L�c7 :i 11 l��f� � i �� �- i ����� "r'� �1 � . , . ` �r�sr�,.a� II���� " �■��l �._,+ - l .. �.�, ��' ��.�����;�o �� ��� � - �,,�; ��� .�� � ��������..-.� .�. ._. �. ^r�^i1'ii F�'a���7[��E£i�["lZT�l�+-���f�/�3'Z�r',a.'..�ti7 � � � � t �� � i ��I!�- � I ��TL�FF�1lri��� �� II�1 7Q� � � i ��� I ! ��""�':''s'�''�r�E'',. ��"��0 -� �,� �� -f'�I .�i� � - '�� �L; � i. ' i i�� - � ���Ci3���i� � r,.�.�� - •.r; ' li is, . ��� - ���l.L?�LT��� i n 11,� IIC . I�' �y�',� ��`�7�]� � I L'r1I%i�6Q��%Y7'i��l�39lT:'�r'II`.-�0 �, � ��i� . �r I� � ( � �� i�; F��L+��`�?3��1ie7���'��r�. �E-�7 ��ti/� t��ri'�' r-J v�7t-a��LT�.I3�F��SC'��*�F.�r,ar•.�� � � ���� —���-3i��11 ,�� � —�� _ .___._-._ ��.•.� ,,�� , :>.. �E"_�•.��':.•� -__----______— � 1 - — _ V. . l !C'. C C�t'"�. .i.� e[� 4 '.I � ,� . 4� �� .t.. ,ti. �■I��If=� � . � ��>� 4 l�C'�;- � _ �� � — --- `� a� � - -. , �� . �� : �` .' ; f� .1i '`t,'�� 7� +� �—;� - — i''�.:"-, �-� �t�\ - �f u �.. i� � �� 1 r-'��/V:f�� . rc�. ���� ���.�I� Y::� � F �I I 1�_�I „ '�.��1� t '[', �' � ��� ` ���I \�a �!/ , �rt� — - II �' i�I ,�f�.l�: C��.,�, ��F` � �- �� � 0 d ,4 ,�%-�--�.��.. -:, . TO: Respanderrts FRQM: Eva M. Rey Direcfor of Pur�chasing and Support Services OATE; January 6,2a11 SUBJECT: Notice a#Awarnctt far RFP#11 P-007—Purchase of a R�cue Pumper Fire EngPne As a result oi the oonsideratia�arx!rev�vv oi t�he submito�l bids received on the above referenced RFP,staff is rec.ommeruiing to the VNlage Center Community Developmer�t l]istricts Board of Suparvisors at their next regu[arly sche�led meetinq on Janusry 20,201 f that Su�hen Corporatlon be approved far this it$m. The proposaa tabulatian results far a!!proposals submitted are as follows: Vet�o►' Selection Pmposed R�nk Cvmmittee Scere Amourrt i Sutphen Corporetion q.gg $524,554.43' Z Hall-marlc Fire Apparatus 330 $469,3Q4,00" 3 Pier�e Manufacturing, Inc. 2�6 $529,4$4.00" 'These are t1��prcpoaed amounts and d�n��t�ot any�urr�w Incendv�ofiared hy the proposera. If you have sny que�ians re�ardir�g this ir�iormadon, p�asa da nat hesitat�e to corrtact ma�t (352)751-6700. The�Ila�e Cer�ter Community Qeveb�nent District greatly appreaat�your interest in doing busin�with us and er�ourages ya�u to continue to submit bids/propasal�in the future. RFP�4R0�07 PtueM��ee�Na RVasrae P�re►Psr F�e�►e FEai�mrk F�e � 8ul�t�n �PPr�xu AMGpr Pu1M�liT� . . gtrr E11�iiw vES No r� wo res ►+o P�w�, x x x e�"°"°a x x x o.� RequMatl Fwmo x x ��'�Capla� X X X Cd�a�Rafe�enre X X Irdormelion w.�an�y mramsuon X X X cd'�'�►''�'� x x x �� P�a�... x x x �s�. x x �°^'�''�" x x x ���� � � � �� � P� � �� � � � �� p EVALUATION WORKSHEET � Rvqueut�or Propc�sals�11P-007 Purchase o/a Rescue Pun�er Ft�Er�ne Name of Eveluabor: �� ���]ht.rn�C � ! I Name af Fhm Evaluated: �' ��i�' _,,., ; I � �a�tor t�artptlon Polr� Evaluator' Camm�nta ! Sr,ore see belawr ; 9. Gsnera�Requtremer�ts 2� f� � Ficrw well the equlpmer�propos�d mee�the � requir�ne�s of ttre technit�l speciflcatbns coritained In the Requea!iar Propos��. 2. Cost 30 /d rotal coat to the als�ict. 3. Warrarrties �� ��► . How weU the propaser meets tfre mir�mum warranties apeclfied t�n th��se�. , q� verrdor Rsferences 15 � � , Feec�ack from r�n�errt and p�st c�tomers o�F the � ; vendor. � 5. QualHy arni CampEe�E�ar�of Pro�sai 10 � Qualtfyr�pro�eea�d�m.�nd aor�neas ofi Pranosal and af any requlred submisaian. 'Total '�� �� Commer�: �actor Discussian 1. �ro� na '! �ee T �c�r ��'re�d��s i � 2. �Y� �_� �b� /MeB� �G 1�c��n����S � �� ���� , � 3. �c�l n�'T rna�T �9/t �Q�er+e��f1 �. s. 8. �',�t �rc� wras n� 9` GadC�a� o� �e �J;�la��s S�o�cs. 1 �a�� �a �ie �a.t�o� on d 8�0+�1� lfu��. S1gr�atur�afi Fvaluattar: � u��: 1-�rw�r EVALUATION Wt�RKSHEET � Req�ast for Pnoposals#7�1 P�T Pur�hase of a Rescue Pumper FM�Er�ne � , Nama vf Ewaluator. ' s�� � I Narrre o��Irm Evaluat+�d: ,�!��(,. � Fac.t� Descriptlon points E�aluatar Canments Sc�pre see below , 1. aenera!Requlrsmer�#s 25 / en Hnw wrep the aqulpmerit propoaed meeta the � requfrements hf tt►e tec�nk�l speclfic��nrte oontafn�d In the F�equasl'fvr Prop�aeda, 2. CoSt 3{1 : rota�co�t to tne oistr�ct 1 � 3. Warrantias ?A D � Fiow well the propoeer meats tfie mir�imum � I vv�rran�ea specified on thle Proposal. , + �4. Vendcr Rafer�sncss 15 �� , Feedbacic frvm cument and p�st a�sbmers of the � �endor. 5. �itp and Corn��r�ss aP Pro�osal 1(i Quapty, pro�'eaelonallam and txmcis�ness of � Proposal and of any requir�d submissbn. Total . 10Q �`� ,� Commer�ts: Fgc#or Discussian � 9. �Ilj �„ b'iw,r�'f 6A*/(� �.� �la.,�.s*�1�''� l...! 75.,sy"7 . -�'.wr .! Wf+wJ C�6 t+��.� �.,�f.�'�.►.�.� s7'� c�s� ; /'1t�6-i� ++''�„°d� !� ' � �..r„� � �I'e�, � t-r i ;no 7. � h r� � �. t 2. �r f,s Ct O�? �y,, pa�r� vn:� /r���.•� A�'0 /A+� //J��lla�.�If IA�+tL' !�{}/A�M' 3. #� f f►�' t�p�iar/ 4. �� � x 5. (ivc �.J f++ F'n� +�i..��' 6. Si�natur�af Evaluatvr: � �---� Date: �--y..L�r/ EVAl�ATION W4RKSHEET Retp�sat i�r Propoaals�11 P-007 Purchase aF a liese�e Pump�er Fire Fngtne Name aF Et►alu�ar: .�'�*'`�'� t����,�'� � Name o�Fkm EtrRluafiad: �- ��c!� - Factar Descrlp�on Polr�ts Evalu�tor Comme�rts � Scor�e s�below 1. c�eneral Requfrements 25 ,ra Ho�w w�l the�ulpanent proposed n�ets tt� . requ'�ements af t�e techn�g�e#iuna aontafned kt the Requeatfor Pro�a�. 2. CcrsE 3a a f r Tobal t�st to the Di�t. 3. Wam�rrties � /d- Fbw well the propos�r rne�ls the min{m� a�r�es�ecHled on�I�Proposal. 4. Y�dor R�onces 15 �o F�dtradc€rom currerrt and past cx�stamers of the vendor. 5. Qu�lty and Com�leteness af Pr�aposal 10 � Quallty�Pro1`esslonai�m�d txinc{�e�tass c�f Proposal and af�y requ�ed subrnisslon. Tatal '1� 6/'Q CQmme�nfs�: Factor biscussion 1. �Ir� ,�✓� � ,n�e�°'� a k�. t��3 r c �s�a;.�..�P.�' 2. (��5 t w • � �.�0� /�i�' � �.�►� � !�- c,t� �.r��w.� �{ �CG�'�r��'i� 3. �Qv-t �j�ir�i G.4! A�. � �� 5. ,�Q t dP,��rf rK t.G� fC�ial�r*���3 1' F. I Sigr�Eure af Evaluata: , ��e: 4l��/r� E1i►ALUA'Tlt,?N WORKSHEET ltequeet fw Propou�s��1 iP-0Q7 Purcl�se�a Resaus Putr�'FMs���nlv Namp o�t Evaiustair: ��L��� — Name af�Irm Evaluabed: .rTf�LL � �/qJ�,� FaGEor Destxip#itx� Rnir�ts Evaluator Commen�s ` �Or@ �I�BIOAN 1. Gsneral Repulr�merrts �� How wwe�ths equipment proposed mests the �� require�nents tyf it�e�nlc�s�lorre c�or��lried in tha Reqt�st fnr Rropaseis. 2. Cvst � Tatal c�st ta tfie Dis4iat. �� 3. Warran#f� � 'How w�l the propaser me�s tl�e mir�num weuraM(es spec�led on thls Prapasal. � f� 4_ Vsndor Reierancss 15 Feedh►adc from cun�e�t�xl past customet's�the ��. ���. �. ��,►������� ,o Qua�it�r.Pro#assbnsdusm artd c�nese or P�posal ana M any r�u�ed eubm�bn. /D Total , 1Q0 �� Commer�ts: � � �tor Discua�sinn 1. t�]_�/ ` �i P `�'✓r fvK, 7�'�id /'�'G��y''" C.'rN►�I.�J'�7'w�.eer*'�' 1��dc��.�s l+�la v r �[i� � _ d /v�Y ,�,,,�n,�, �'� 6,;f f�w,,�c,,.�,�-J 2. /6 G,�a � v�+-t.�`�l� �viT 3. � ` ls �-� / i�c+r "♦ . � �'S� ��� " Ci�✓� l��" `� I'er�f� �. �/ dJ�i �.,�#���,�B —. �r�� � �� 5. �p� ��Iw I�"1�'� � �. S�nature af�aaluator:,_ �� �'.�� �`�'" Dafie: �t'�t�i�►------- E1/ALUATIOId WORKSHEET R�ues!fo�Propvsal���11P�DD7 ' Purct�e�I'a Rescue Puntper Fire Engine Name of�val�ator: �w�' Narna a!Flrm Evaluated: �G�+t'� F�ctor Deswtpdat Points Evaluatc+r Canments 8core aae balow �. GenBral RequSr�me�ts as Haw weN th�equipmerrt pr�pn�ed mea�a the �S reQuiromer�s#tl�e tecfinlc�l spec�icatbrre cavntaln�d in the Requsat fQr Proposals. 2. Coat 30 ��, Total coat fio th�blsf�iCk. 3. Warramt(es 20 Wow v�tha�ropo�er meefs the minimum �� vvarrantlea spet#ied bn thia Proposa�l. 4. Vendor Refferences �� Fesdback from cwrrent�nd p�st c:uslom�s af the �,S vendvr, 5. 4uality and Camx►I�beness of Propoaa) 1 p � � ���N.Profe�slons118m and cdncl�eness� P�OSa�and�any r�quked submiss�r►, Total 100 .,,.�� Comrrien(�• Faetor Discus�ion 1. �� ���� �,� � ,� ��, " P'�y� �,�, �'r�Ct�, '- C�`N°,°°�. -�^ — �s -�r �rtiG� i��4 "' �«^ ttc ; a. �e,� �w�- `Ik---'�"' ��' Ino►�•�G a � �vrk;�.r 3. i �o� �Ir .+.�I�-� � q. �� 5. �� �/ka'�- M��-� .Sr��'j �t,re.�`!f ��e. "`C� "�d b Jt� {i ~�����'�'"��' ��-�- .��t'''°`� :� �,F ���r 8. �ralua�r:�� . Signatur�e vf E �ate: I�Y�t � ! � EYALUATIQp WORKSHEEF Requasf fior Propo��#11 P-OOT Purch�tse af a Rsscus Pump�r Flre��gine � �_ Nama of Evalaator: 1+��.'.e,ir' Nan�e oi'Flrm Ewaluatad• ���� Factor Daacriptlon Polnts Evalue� Comments Saore sae belorv 1. General Requirem�Es 2S How well the eq�pmerrt propvsed m�the t+e��'err�er�ts vf the#echhloei�peclPk�Hons �� oor�r�ed In the Request for Propc�els. 2. Cost 34 Tot4 c�ost�o the D�Mct, �� 3. YVarraMies 20 How weN tha proposer meets tf�e mlhim�n � wamar�8e�spec�d on ttds Propc�al. 4. Vendor R�r�ces 15 � Feedback from current and p�st cus��mers of the � vendw, � 5. Qua�ny ana compl�sr�ss of Pro�wsal 1 a ' Quallhr,P►�f�esbnallsm arnl cor�ciseness af �Q Proposal and crf amy required stibmiseion. Tota� ,�0 (� 6 � Ca�nments: Factar Di�cusalan 1. � �.�w�1'" a ll a� V r•�9�r +�.ef- �1�. ,.5�.�.- r+��a r� �. � -�- �;-�.�� �t.�e,, �� �►�...'� �- �� r��'- � 2. � (,��1,s,.,�F I�"°� �"� -�+.�- �r'`� � ,s;�,�����-��y ���- � �-�.. lo��-- p{.�� s. �,�- �e.�1 r�i,�e,w► 4. � 5. {�}���� �,� c�,a�'�+c�-�r�► a� S�u �c �reaf °r5 w�.�[ �r3 T B. gfgnat�re cxf Eva�ual�a: , D��: �/�1►1 EYALUATION WDaKSfiEET � ; ; Request fbr Proposals�79P-�7 � Purch�e af a Re�aue Pumper Flre Englne Name at Ev�duator:_ 'T'�a.e,�� �c�� �Sx.v i N�rns ot Firm Eva�h�d:_ _ ,��D�4 �'„r1 I FacCor Descri�rtion P�alnts Evaluatcir Gomtnents � Scx�re see beioav �I. Oensra�l Re�u�� 25 � How w�e1 the squtpmer�t ptap�osed me�s f!� � � � , c�a��ln 1h�e R�eqt�iesf f P'rapoeala. �� I � 2. Cvst 3p . To�cost tb the District. °� � 3. WarwatYttes 20 How we11 the proposer meets the mkumum r� wsireui�spe�d on#[�Propossl. �i � 4. Vend�Ref�r�cas 9 5 F�dbadtfrom c4nrer�amd past cusb�ners a�d�e �� • vertdor. 5. Quafity and Comph�[�o�Pr�oposal 10 � �uality�Professlar�al�sm and t�rt�e�s uf ,f 6 � Propo�ea and of�ry requ�subm!$elcsn. . Total i pp � �, Commerrts: Pactor Dlscussloe � � l�� I'CC ,`�ar+'� j�/��'c'!� V � �c�"fJ�J+"�� � � J � G/"S�I��P '�,n'''`�t �i'��'Y , 2. �� P'r� ��'���K°'� �r dG�!' b+�" J'� '�?r'c�fi+/�',� C L�i/�+if �'' T/ 3. . �r Lr)�t� j�r y 4 0�� �4 4�dt r fM'"'t,j '�7 � r �C�,�tr�P•�. 4. ��� 5. ��„y �°,���, �*, d��'�, j.�. C�'.�+r ts►i Cr�t,� P'°��'y� s. sigr�of Evalua�; �: �/y/l I f � � I � ; � EV//�LLUATfQl1!W�RKSHEET' Reqtw�t fru P�pa�sels�11 P-007 Purc�ase of a Resc�re Pumper I��e�ng�r�e Name o�Evatuartar: �� JiCJav e .���ina�i° Name v#Flrm�ralt�tted:_ �.e 1��'C/1�_ �'actar D�sq�tion Poi�s Evaluator Commenls Scarn see below 1. 43eneral Requlnoments 25 �0 Hcyw wie(I the equlpment propt�sed mee�s the requlrements af the teclmlr�spe�adons c�ar:tsi�d in the Request for Propo�als. 2. Cost 3U �S" Total c�st ta the District. 3. Wanantles 20 �� Haw w�A the prope�ser meei�the mfnimum warranNes a.peoifh�d on tt�fs Praposal. �, Vendor Referencaa '�5 /�r' Feedback�rom ourrent arul paet cust�mars�the vendor. 5, Qua�ity antl Comple�er��ss of Propo�a! 10 �p Cauallty� professlonallsm and�ncisenass af Propvsal and oi any taqutred sut�nissEon. Tatal "!OQ e�0 Commen�s• �actor Dlscusslon 1. �� �a r�►A�t.�7�� z. 3. 4. - 5. . B. Sl�naturs of Evaluator: Date: __�''��l� i E1►ALUA770N WORKSH�ET Roqtwet for Prapo�sals�11P-0pt Purch�lse of a React�e Ptimper'FMs En{�ie� Name ofi��r: _ ��Jn i�ame o�Firm Evatu�d: � +�7'���� � � �ector Desr.ripllan Polr� Evaluabar Corrimer�s � SCOPA 8�11 ba�ON11 � �, (��118� �9C�l�11�9ffl81'It8 2� • Howwell th�ec�ipment proposed meet�fhe �� requ�remenls of the tsohnloal s�cifk;at�ne r9ordalned in the Raqu�t tor Pr�apos�als. � 2. Cost gp : Tot�}c;�t to the District. ,f �� 3. `Ilfarra�l�s g{} How vvell tha�+oposer mee�s the minimum +� � warrant�es speclFied on thls Propcs�t, 4. Vendor Refere�ces 16 Fe�laadc from curr�r�and past cusromsrs ot the �2 vendar. 5. 4uapty and Cor�ryaletet�ss c�f Prv�osal 90 Quality�F�ofesst�aiism end v�Eseness of � ,.�y � Praposal and of sny requked su�mlaslon. (�' - , Total _ 1fl0 Q z► Commenta• Fador Dlscussion 1. (f�e v+c��i� ,� . ��r�- bfJ crp,���n� �i�' '/►J��e �i'i�'�,rw rz f. �� �f st7waf ��� 2. �' �,� I�d�'�l��/�..F �(.�r .-►./# ��tv� ��v.tir�e..�+ ���� ���'� 3. 2,rr� p�� � .��✓r� f'� ��// ��� �. J� s,�[ �lS�6✓t d�S�.rf 6� �i'�/''� 4.s+ �i. .,�rlt.�w�.l l��'f �S►•.,�&.��. s. Slgnature�Evaluaitar: G---��'�"'"'� Date: �°'Y'��I EYALUATIC�N WORKSHE�T Requ�st 1b�Propasals�11P-00T Puro�e af a Resc�re Rumpet F7ne Er�trre , Name ot Evaluatcr: ��^' 1�.�E�� Name of FNm Ev�uated: � U7'''P��� .� FacEor Desc�rf�on Polnts �v�luator Comments Score se�bolaw 9. C�enerat Requlr+�m 25 Haw well the equipmerit propas�meets the r�ulremerrfs af the techr�ical sp�cl� �.� c�nt�d fn the Reqt,r�t tor Pr�tpoaale. 2, Coat 30 Tota)Ct�st t0 the Dlstrk:t. ��_ 3. Warr�tMles 2d Fbur w�ell ttie propasar mee�ts the mi�num w�tiee speclfjed oh thk Proposal. �,f.� 4. Yendaw�ReFi�renc�es 15 Feedtxack fnom c�rrent ernd pas!customers a�khe �� vendar. a, t.�uality and CanpFebane�c`f Proposat 40 Q�R�►.Prc��esslonatlam a�d of Proposal and of�y requ�ed submission. , �� Tvia1 �pp �� CornmentsY Factar Dlscuasion 1. ,�,Gt',f � � � /`'y�.i'Y O�' �J"�fi e si� ���o-ft�vd,E�7" �`�QJa s�b�l"3 v l��cs�' �v,��s�,-jv,vx �`ar /W�dTi�v� �`s.�r„ro>' �.a� A6s�� ��� � . z. j'Yl Y� 9�i " �, r.c� �� ,�' r � � ����� � ! r��i�� � 3. �,G,��,cs �+'i t�. 4. j�-�b�� !f'���' t�.G � s. ��a� �`y�'''`'��� � �lv�E�l �1"I i9+� ��,��dt/ mly�-. /�i c,i�Pel✓' B. �ofi Errratu�ot: , o�te: .�'''y-'�l � Eva�uano�wor�csH��r . Requsst fior Pro�la�77P-ODT Purdtase�e Rssc�o Pumpar l�lr�Er�gi�r Name of Evel�la:_ C.-��A ` Na1�ot�frm Ev�luated: �it/c� Fa�tcs' Descrlptton PoiErts £valuata� Commsnts Score se�bek�w 1. General Requiramants 25 l�w we�the e��ent prapa�ed mse�s the requl►ements oF the iechnic�f sp�tlons ��'j oontaMed�tha Request�r Proposals. 2. Cast 3Q Total�ast io the D1sMct. �� 3. Vllarrgrltfe$ 2� Hvw Vv�the proposer tneets the minlmum , warrarr�es spe�lited on thEs Proposal. /y (J �. V�r�dvr Refei'ent�es 15 Feedback�rom current and�st c�stomsrs of the ���. ��S 5. Gluality and�+omple#eness of prop�ef iQ � Qualfty,prc�essior�alt�em�d wncEsen�s aF I'roposa!eild of�ty r+aqufred su�lsslori. ^� m Total 1 p� � � Commertt$; Factor Discuesian 'I. ji�` ��,� ;�r �y"! �irc �� ��� ���rl�,'f t ��, C/�""�.0� S.�[.yt 2. 'ryc f�a� ��t Jr�j� �v�. ..r� r1.�+t 3. �4. 5� 6. i nature of E�rafuator. �� ��V S g +a Date: I'���l-�'t ;' ;1 ►�: E11�4LUA170N UN¢Rl'CS�;IyEE'i'_ . ,� � � , � •� , . , •;+; � ., Requea!for PrQpa�la.�1�1 PrQ�X . I�urchaae af a R�Purnper F� �I�ne.' . , N�ame at Eva�atar. �Q�i1C (..aN�i�c+�fi` , ti , .+..., •.....•, • •�.'ti...- , �• ti e � � � �.. NaIr19 Qf F�I"�11 EYBIl18b0i1: '/ �r�i�' G r ._ _ . , . , F�ctar Dsscrlptfon Polrr�s �v�lwatar Coommenta Score see below i 7, 6eneral Reqllirenlelrt8 25 Mow areA the equtpment proposed mee�tt� �� �squfremer�s t�`the techr�!spec�icx�tk�ns � cx�ntalrte�!tn the Req�t�t for Proposale. `: � 2. Cost 30 . '-, Tota�co�t 1�tf�Dlstrict. �� , 3. War� Zp Horvw�ll the prapa�er meNs ihe minbnum � } werr�tiee epec�{yed on th�Propo�. . , , 4. V�dor Refi�ren�e� �5 Feeabeck i►nm current arrd p�cuaEane�s ot me r� ' vendvr. 6. QRiall�y arrd Canpfekeness tyf Propo�sa� 10 ��Y� P���sm ar�!cor►dsen�ss afi �O Pronasal and�arry raquhad submisalon. TotaE 900 �; _ . , _ . SJ Comm�nta: •' '� ` `� F'ac� Diseussion � 1 �6 7� c rry1J�%•,,• G� y� G vN,� a� p(f c� ,�� �K t�C�' , /�4� S r s ��'1 wI�'f IM�� , f 2. ��,q,�s !►t� �'��` � �' � l! ����l�s.r`� ��rtQ e�Jt� If>�i �'s� �j 1'_'C. 3. `-'•{•�"w .► '� _�=,��j 'Nv�-•t �d'�''�� �9�vf �<s3�C 4wQ�'t �..�r . A�. ` ti � � �• '. J. � �. ►'., �.'Y Slgnature of Cvaluai�or �-- Date: ���I'�f/ .. , , . _� '2 , .,h�, '; '..+� ti , .-.. . . � } .•� , , , ; � �s•. . -�.:.�'�, ' �. - �. , ,��� . ; i ; EVi4�UATlt}N WORKSHEET i I Requsst for Propossls#f iP-047 i Purchas�of a Re�e Pumper�lre Er�glne I Name ort�v�uata:_ ���'� Narrre of Firm Evaluate�l: !'��`'�r c� Factor De�saNptlon Polnta Eaalu� Commants , Score see below 1. aanerat Roqulremer�ts 25 # ; Horv w+e1i Ihe eq�,�ipmeM pratpased meets the ' requl�ements of the technl�I spea�laetlons / 5'� � contained in th��tequest for I'nopoaala. � 2. Ct�st gQ ! Total oost to tt�e[�tr�t. 1 �� � ; 3. V1larrar�tles �0 ; How weU the p�npas�meets the minimum ' warrantfes apecifled on thls Propasaf. �� ' 4. Yendor Referenc�es 15 Feedl�dc from cu�rent sixl past a�s#omers of the ix vendor. �� 5. 4ua�ify and Campisber�ess aF Rraposal 10 f Qaalliy.pratessbrral�sm�rx�canc+seness of � Proposal and of any roqu�ed submission. � � ; � Tvtal �pp c� . !� Comments: Fac�ar Discusslan 1. fN��� �W�,St� �rr�.l �� / � �'�frliA�f�" �'J ��OCI�i+L e! pv � � f� '�� �Si�r+� � / / + IPir-ifr /h' GrlTiul./ 6lvf. T� �lt.� �y � 4 ��./llll''�K"Y�� ' �� i z. �j,�;t.�t ��! n�c,a�e� �. h�3 ?� � 4. Ga=� � 5. /_`'o.o,� /US�"� ,Y dv � f) 6. Signatur�of Evaluata: . a�te: /—y—..�� — € r EVAI.UATI�}N WORK�HEET Reqaesk�for Propoaals#49R-0d7 Parchase af a Fteacus Pumper FGre Enatne Nan�e of Evaluator: �v+i��f Name af Firm Ev�fuafiad:. 1 i�+'t'e-� Fac�r Descrlp#ion Poirrts E�alus� Comm�nta Score aee bolow 1. Gen�ral RequMemen� 25 Nnvu weq the equipms�rt pro�ed meets the i� requirements o��technio�l speefffoetRotts c�onta(ned i�the Fte4ueat tor�'ropvs�ls. 2. Cost gp � Tatal cost to the E�U�ICt. ' _ � . s. wanar�t�ss z° j� Haw weli the�apose�maets the mirdmurn � wa�ramiss spec�Aed on thls Proposal. 4. Vendar Refener�c�s 15 Feedbadc from current and past aastomers vf the �� vendor. 5. Qual9ty and Completsr�as o!Propvsal 10 � Qu�lty,Professlonallsm and�ci�n�s�f Proposal and af ar�y required submisslon. T�� 'f D4 �� Commer�t�: Factor Discusslan 1. �• � � �� ,�;,,� �' �,�r- dHa�' �-'�' �`t+#`r �t'`✓�� [}_ ! ` � r i i 1 I �' QfL'te w�s 1�.,��- .� -C�.- -1���-- 3. ��' ,tid.-� f�1 evd ���' �. �tl11� s. ��- -�^°�'k" '�f-�- tr�°'� � e� ,� r-e�cc�. '.�' - D ,�� �,,�,-4- �. ,�,��`�` F,erre �c�,r��- ��`.�'"� � ,n.�c�f'� 6. �fgnature of Evaluatvr: ��� . . Date: ,��fl� �--- �v�.u�rrioN waRr�sr�EEr Re�uest for Propaaals�17 P-007 Parch�se d(a Etss�ra P�nper�'ir�Englne N�ne of Evaluator:-�!. �u r c� r+�a l� Na�ne of Firm�valuated: ,�i erGtp. Faator Descrlptian Paints �valua�ar Commants Score s�helaw �I. G�neral Reqtiilreme�rts 25 Howwell the equlpmer�proposed ma�ts ttie f p rery��emen�a�the techn�ai spe�ffh�narta contal�ed in the Request for propoaals. 2. Cost 30 Total coat to the Dktrict. 1 +� 3. Warrantias 20 F-k1w well tlte proposer ma�t�Ihe rr+�nimum r b watranties speclfied on this Proposai. a. Vendor References 1.5 �� Feedback from current and pest customera of the vendar, 5. Quafity and Cotnpla�e�►ess of Propos�l 10 �d i Qu�ll#y.Ara�fesstottalism�nd a�clssness of '. Proposal ar�d cr�any raqulred submisslon. . ,• Total �pp �.5.� . Cammerrt�• � Factor Dlscussicr� �' �� �7',��eel B f►e�b. �. ,��►�` �i� �-����i 3. /�+� �'7r+ I 1�'lBC� c9G.I' LJ�/na.ti'�� �,�-'e��c.�S 6 a. (�����' �e�l? werc ���j�l�e s. `T�� Ca�.���,�iss c�-!� ,�,�o�' �r��r' �� �5e. ��r�c.7:" s. Signature at Evatuaior: � Da�s: J'��/-�'�d Purchase of e Rescue Fum�'fln En8lrrte RFP N 4tP-04T � PRaPOSAL F'ORM � , ViLLAGE CENTER C(3MMUNITY bEVE�OPMENT�ISTRICT �r-�``'yV' ?� ����. a�:• � 0 �$ �' �� :a - �p � .�-, � :� �� Name of Firm Submlttin� Propasal Sumhen Cor� ___�___ Name of Person S�bmltting Pmposal Devid 3tonitsc� PROPOSAL ACKNOWLEDCiMENT "The undersigned,ea Propoaer,hereby dedarea kh�t helshe has infnrmed hlmsalflherself fu11y In re�ard tv all oondl4lo�ns to the work to be done,and#hat he/she hae examiried the RFP and�pealffo�iana far the � work end comments hereto�ttached. The Vendor proposes and a�r�ea,M tMa proposal Is�pted,to oontrRC#wlth the VUlage Cerr6er Commun'�r Development Dietrid In tFre form of a Pu�hase Otder,to ' furnish alI necassary materlalB,equlamer�,machl►reiy�taols�a�rahu�me�ree�t�ansPortatlan�lebor aru!servica�necessary to comptete the w�ork covered by the RFP and Contrsct Documenb far thla ProJect.-The Proposer a�rees to�ooept In fWl aompensa�on for eaeh Itam ihe pr�es r�amed in the achedules Incarporated harein." TOTAL 8UIIA PROPOSAL..................S ��C� �'�jr'� 7 � t "' Sig a#ur�a Qavid Sfion(tsch,S�les Repr�ser�tative peoember 15 2010 Date � Thls document must be comp/et�ed and teturrted wlth your Submlt�a! �Nrrr�ss oF�Tnvc VILLAGE CENTER COMM[yNITY DEVELOFMENT DISTRIGT The mesting of th6 Bo�r�of 9ugerviusons of the Villsge C�x Comxnuaity�voloptn�nt Dislriat vvas l�ld s�n Thw�day, January 20, 2011 at 8:00 a.m at t�e Dist�ict l7�Ece Hc�ard Room, 1894 I�rel Manor Urive,The Villageg Florida,3Z162. Boerd�bers present a�i cvastituting a quoru�a: Stcva Drake Clu�innan Jim I��liy Sr�pe�'visor Gary Moper Sup�rvisor Starre Kurtz 8upervi� Stat�Present: Jaaat T'utt D�rlat A+Ia�r�ager Diane T'uckar Adminislrative Uper$tions Mana$ex Axchfe Iaowry Diatriot Coun�el Sam�Va�tinbee Distrld Prap�rty Maaagement I3irectar Bva Rey Purcl�i��g/SuPPort�Ice,s Director David Miles Flnaonce Direct4r D�b Fra�akt� Humav Rea�uroea Dirre;etor Barb�a Kays Budgot Iiirector rahn ltphan Re�meEion Dira�or Jcnaif�Ma�.y District C1e�k Jim V�Ostra� Dead Complit�ace Ma�na,ge� B�d�tteNatalina �Asaista�t Brittanty Wilsfln Sfaff Assistant Virgin�a Johnston Staff Assiataut F'IRST ORI?ER OF BUS'�1�iES$: Cap to Order A. Ro[1 Cs�l c��n������,��w �� s:3o�.m, �a�a ���ora ta��,�{43 s���or�����a�. T�B��a��. B. Ptedge of Aue��n�e vtr�n-�r�a�,� Jax�rary 30,�Ol,i �� The Ch$irm�an led th,e Pledge of A1legie�co C. First T'�e lbdeating A�dee�s Tha Ba�d weloomad afl tl�osa reaidands in att�daace st a V�age Center C�ty I�elopment 1)i�trlct(VCCDD)Boand li+teetiag for t�e�'irst time. E. Audience Comm�rts Andrew Finlay�so�,'Yiliago a�St.Ch�rles,th�k�ed the Di�ddct�'ins�siling aa e�seis�od llaten�ag d�evice in the District's Board Room, M�r. F'u�Iays4m stated t�is t3cvlcg provides indiyiduals with h�ing +aisabilil3es the ahhility to hear with much�r clarity. �ECOND�RDER QF BUSINESS: Appraval of the Minnt�a for#he BoRr�i Mee#iag 6eld an Dexember 16,2A10 U�n MOTIUI�by GarY Moycr,�onded by Steve Krer�,�vith aa in favor the Bourd, a ed�e Mivataa far the lioud A� 6eld o�Decemb�er lb ZO10. T�IILD ORDEIt OF BU�iII�lEl98: Financisl gp�t�mapi�s�oi Dec�mber 31,2�10 Mr,Mil�s sta�cd a revixd c�sh�ysis as of D�r,ber 30,2010 w�ass pavvided a�d re�+i�l ti�e begimning bal�oe� for the w�ook held in the Distriat'a Gi�a First Ban� (CFB), �tate Boar�d of Admu�is�on(SBA), Plorida Mtmidpal Inrr�anent Trust �� 1-3 ye�r bowd fund a�d 0-2 year band funci at�i tha Floride T.ocs�i Ci�ovo�ame�t Inveslmea�t Tivst (FIAI� and the nmount af fiuids traas�'en�d au�ong 1�e Diatrict's acoowrta during tbe week whiah idet�lifces tbe Distriat'�totai inve�le batances. Mr.Mil�s r�viewea the Budget to Actuat Sfiat+e�ae�ts�s of Dec�ahor 30,2Q10,raflecding 25�5 of t�s fisc�l yes�r for the ft�3low�ng f�c�: � R£�+ea1�0II Al�lities THviB�on (RAD�: Tl�botal reven►ues rec�ived y�ear t�d�ere 25°�4'i ead 24.43°�b Qf the�tmGnity fee rev$�tU68 bOin�g receiVed to �te. Tl�e e�tp�ruditl�"e$ 3/ear t0�date e:'Q 33.129�a, which reSe� 67.269� of the ex�adit�s mletir�g w ths mu1�-modat p� reavnsauatian project hav�e been m�ade and 56.63°�6 of ffie Debt SCrvice Pr�ncigal ha� be�n exPendcd- These exp�adituzes have res�ilted in a decres�in t�I�AD Fund chsnge in n�t ass�ts of�,S73,S7b. � Littte�umter 5�rvtee Area(1.S8A}FUnd contin�s to o�erat�e pvsitively. YG�Cl)!1-Mee�iag 11�f1AUt�t �ar�r�ary 20,Z�ll P�e3 • (ieneral �: The (�eta1 P1� revatues �casvecl year-to-clata �rre ?5.23°Yo; and the expenditw� year-to-date are 21.�Yo which refle�ed �. pc�ve r.haa�e 4n �et aes�s of �SZO,S 17. I�S. T�tt advi,seci Foatnote A on the C�1 P�d rrc�ects pravious eommtmic�a�a peat�ini�g the.pnu+eh�se of the 1Vorth sumter utility(NSV)ana villeg�es water ca�vation Authorit�►�w�p)bY tho North Swnt�r Couaiy Utiiity Dep�ndent District (NSCiTDD) r�rh!o anr�red iatu t�e Intorioc�l Agreement wlth the Sumter Landing Commu�ity l�evelopme�t D�strlct (SLCY?D) to pravide �!?fL�Ag�,ent sErvicas. Ms. 'Ibtt atated f��ard wili contissroe to e�t�e NSLJlVyVCA in�e greater tha�a the �d�i i+adiwtion in the managez�ta�at fe� beoat�c t�e c�ts being �ai tv NSGUDD srm in exoesa of wh�t mam�g�mcnt fees �o�inally aliocated fos N3UNWCA. Duri�►g the Fisc�1 Year 2011/2012 bixlgex pnocess the VCCDD and other Di'stricts will re�lize a ben�flt to tl��on of the cost a1loc�ction ofNSCUDD for NSUJ'VWCA. FQURT$O�tDER OP'BUSA�IE9S: Prea�fiadvn of F.�aployee Servfce Awards �8bc11�h Fr811kLn, Ht1tA8D RIDBOi11�C�68 D11�Ct(1�'a 8d'Y1S8d D13tt1Ct �8$CRIBrit 1�A�8 fhe impattance of recognizing encrployee�far thsiur sarvice amd dcdic�tian to the�?istrict for tcu(10)yeers or mone. The VCCDD �3asrd of �upervi� �l Staff presentod Rona�d Saidcr of Disirict FroA�Y ManaBement with a servicc a.ward fvr fif}�a (1S) years of sCrvice, Jar�et Strong a�d Robert Ziak af Recseation with a se�rviice aw�rd for el�n(11)year an+d�►nthony Soltia�o of Cammwnity'Wa�ch with servicx awsrds for ten(10)years of�vicc. FI�T�ORDER OF BIT�Il�ESS: C�uae Na.I.L 43-11 C�rnl Fnx,334 Jason Drlvs,Uait 6, Lot 9?A Diane T'ualc�, Adrninistrative Operations Mauager, advised Staff i� rsquesting a 90 day ex#en�ion for Case LL-03-11 at thi,� time. Thc origfnsl violetion was for high vv�oads; hnwe^ver, ifie prvperty is in �arecia�re. Staff is abte � ve�3#�► t�e farecicx�wra �n � prap�ty t�ecords but Ba�k of America,thc mortgage holder, hes not v�rbally verified tha#the groperiy is in fihe Poreclos�re pmce�e. Ms. T�ker stated at thi9#an�s there era no weeds on the pmperly aad Stsff will oc�i�nue to work with Han�c af Aanerica and bring the case l�,ck bcfor�tlYO Bosrd�a 9Q days. YIG�GDD-M�g IN7nr+� J'axu�p ZB,.�9�i� Plq�e 4 ' On MO',l`ION by dim Ke�,y,�eeceacted br Stewe Ku�,w� sD � i�►ar, t4e Bosrd grant�ad 9ta�a 90 dAy�sxEensioa t�further�ddre�s lasues psrt.�miag ta Case LL-43- 11. SIX'1'C�ORUER OF BUSYI�TESS: IfL-O�-il Raymond & �re�e Leonl�d, 161? Bny Mea�low Lane,Y7nit I0,Lat 2?� A. 3taff Ov�rvie�w awi Reaammandation Ms. T�takear stated � LL-09-1 i, VCCDD vs. Raynacf�d and Tt+�a t.t�oni�tx'1, 1617 E�ay ` Meadow Lane,Unit t0,Lot 2288. Vio�ation of the District's�ule to bnng about+deai compl�ts aa.d ape�ei�cally, the Ru�e tt�at stat�" "Window sir conditioncas ar8 prolrib�ited ar�i c�ly cern�al air conditianera are permissi'ble." 3taff pr�vided a hi�to�ric�si mrervi�r of the co�mplai� roce�ved and advised a�eY'fnllowit�g d�c Proc�duras fo�r Complfanoa of Exta�al Deed R�trictivns,the Diat�iat issu�+d an invaice in the amount o£$25 and there ia an accn�d cha�rge of$25 for eve�gr da.y t}�praparty rea�n�ina in violstion. M�. Tt�kor advised it is Staff's �ommend�a#ion to find the th�vner in �riolation of the 1?estrict'�Daed Campliauce Rule as cited;Order fih�ovme�to oorteat the viol�ion withir►�iacfiY��)�YS �f th�date vf t�Ordcr of Bafaroem�n:t and if the proparty has�t been bmugbt intn complianae by fit�t date$fine of$25 will be i�nposed�+ith an acat�od charge of�'ZS for�veay day the prapczty remsias un vioiation; if t�e pmpo�ty ie hrought i� complianoo ia e�cozdance wiih tlnls�+acommanda�on C�tee LIr 04-11 sha�l be closed. If the property ha�ncrt� brought itrto complia�nce t�msi�sr sl�all b�� over t�o the Distrid's legal aou�1 to�ek alt available reamedfes a�Siaffis req�tit�g ti�e t�airaaan be authorlrad to execu�e the Orde�r a�Faiffarcea�nt. B. Open Publia Hearing C�a,tnmaa Drake opened the pt�blic t�ring�t 8:45 a.m.and requestsd public inpu�. Irene L�nhamd, 1617 Bay M�ow Leue�,sts�od that s�e ia naw awarc that ahe i�in violation of the dead mstrictioes. Me. Leonhard explained when she purcha,9ed her home ahe did not receiv�a cvP3► of ha d�ed restrictions ac►d �t whes� �he decided tv elos� in her back � mom thoy i�alTec! a wiadvw air con�tioner for cooliag. Ma.I,c+onhard stat�d st thc timo af oonsGruction s�c was not aware the win�w air�anc�r wa�a violation af�deed restriotion�beaause sQ many�id�nts in�e ara havc them. Ms. I.eantaard atated she believas the ooalplaint made ag�ainat her wa� mad� by a golf oowse amb�ssador ar a golfer utilizing the cour�a aad follawing reo�ipt of the noiaos o�vialation Ms. T�'CCDD-M�in�g M�nwtaa Ja�resry aB,�@Il P�eS Leonhard dmve through har neigbborhood and identified 53 wlndow air conditiaas in jusk a two(2}daY period; in ad�t�on, to the same type of window air conditiane�being installcd in the Dislrict'� guatd shacks. Ms. Laonharci statad sl� bes � int�tion oP t�ming in the individe�als th�t el�e fnund with w�iu�adow air�ticx�za sn�d woufd reque�st t�o B�ard nvt require her to ramove t�rdo c�ue in�tled ia her home. Chairn�sn Dratca statad the d�d roatrictions pmvid� a fram�work tfl ensare tl� community maintains aesthetically pleasing. Chairm�n I3rake at�.tad Ms.Leonhard hag acknowl��ed ti�at she ia nat in oompliattce w3th tt�e deeal r�stxictions and said t�Bosrd must addtess the deed viola�ion pre�e�CCi by s� �3uperv�sar Moyer inquirod if thc individual who m�cle the cumgiair�t doea not livc in the neighborhood is tho camplaint valid. Archio Lowry, I}istrict Cowa�al, stated any in�dividraal c�n file s complaint regardless the individaal residts in the neighborhood. The issue before this Boarrl �S �na �ninlation pres�ted by Sta� Ms. � cla�iticd tl�t if ttl�e Cotnmut�ity Sta�ndarda Departmaait receiveci complaiuts about thc other window air oouditioners in tl�neighborhaad it woyld be incumbent on t�Diatrict to rer►iew en�d �+eri�r tha vivlarians. Ms. Leonlzard reit�ated that she hes no int�tion of filing a camplaint sgainst hes'neighbor�but dces not believe i�is proc�s to be fair. Mr.Y.awry stateci the isaue be�ore ti�Boaxd wo�ld be 1�decude whethcr or nat is c�to cont�nuc enfor�ing t�is deod xostrictlon sad the Board ca�uld r�t Staff to review �lternative remedies fc�ur this apcaific dved xe�trict�on. Mr. Lowry advised the dsclaratiams of restrictians a�+e recorded with the Glerk of Court to provide notice tv property owners. Ms.'I�tt con�rm�d this Board has tha authorlty to choos�whe�haor ar not to ent�roe certain dead re�briictio�as;however,if tho Board clw�nut to enforoe this spe.�ific de,ed restriction t�ie ch�lil�en$e would be if a complaint w�s brou�h#egair�t aa individusl for an obtrusivo window aar canditlonea�the Haard wauld have no mechaz►ism to enforce. Supervieor Moyer state�l tl�declaraaon of�estridion,s are g�onerally betwean the doire3opec aad property awnec� a�d t3�e de�. restric�lans can be enforced by �yone who is a party to thase d�ed restrictions; hovwcvar, he as nat aware th�# daed r�br�tctions c�uld be ea�f�n�ced by tho�e w�o ai+c not a party of the deed restrictiona. Su�nrisor Moyer etated if thc individnal who ma,de the comptairn does f�,^CDD-Ma�g 11�ate� ���,y�o,aolr Page d not have"atanding"than it would be a violatian of the District's proc�ures whicb�require�tb�e pr000s� to be complaint driven snd raquested ttie Disbric# Cotmsel review. Mr. Lvwry �d it would be appropriate#o defeq�'that anqu�+to Valexie Ft��,D�striat Cou�sel ft�r th�nuxabe�ci Disttiate, Supervisor Moyer st�t�d he would request Ms. Fuchs r�view Ms. Tucker stated should the Board direct, Sta#�wauld oon�ult with Ms. Fucl�� snd �ddress #tbe Boara at the Febmuary 17, 2011 meeting. Ms.Leo�rd inquirod if she is in viol�iva aad would be charged a fine. Cheirman Drake etated the Board would reque�t Staffto pos�on�any action w�til fiuther information is provided to�e Bc�rd. C. Close the Public Hcs�ng Hearing no fuxth�r commet�t,the Public Hearing w�s cic�ci at 9:08 am, D. Board DeGermin.a�fln Supe�rvisor Kwiz inquirod if the vwark compl�bod on thc home would l�ve r�quirad �buildirig permit Cheinna�n Drake stated if a modifi�tion was made aa a�lication shou2d have been aubmittad to the Architaat�u�al Review Commitbee(ARC). Un MO'1'YON by Gary Moyer,aecondat by Steve Kurl�,wi#h all in fnvar,t}�e Ba�rd voted to defer aetion and dir�ect�d Sf�ff to conf'er w�lt� Valerle �'ncl�s, Di�triet Couase�. CON6ENT AGENDA: Chai�n�n Drake advis� tl� Board a mation to apprave fi� oonsent agenda is a motion to a�ravo all reaomanendation actio�and inquired if the Bvard would like ta reque�t diecuss�an on any aP the ibans i�luded on the Cons�t Age�nda. On M(3TiUN by 3teve Knrtx,�econded b�►Jim K�,rvit6 alE in favor,t6e�ollo�ring ftems iacluded on the co�aent sgenda were approved: BEVENTH ORDER OF BUl�INESS: Tho Hoard authorized Janet Tntt to ei�snd oxecate tlre�tate of Fla��ida Pnblic Emp�ye,� Rdatione Can�miaslan-Iteaogaitior�- Acknowledg�ment Petitfon t�r�co�ixe the Y�oca14770,Profe�lon�!Fir�etightere�o The ViIIage�e,Internatioaal Aa�cfat�n of�re Fightere, ae the�clw�ive d�rga�ing agent for � fnll ti�tee employ�ea �1s�d fn t�e �lassif�a#ion� of I,ietrtenaM, Firet�terlEMT and�i�refighE�fParamedic. EIGHTH ORDER OF BUSiriE�S: Approval of the Homel�utd Secnrlty Agreoment t�CDD-Aefeali�g,A!u�ua� r�,�►��arr �� CERT Sub-Grant fram ttie F'lor�da I3tvislon af Emerge�cy Management for the wnEract period oi Anguet 1, 2Q1Q thraug� December 31, 2013 nnd authori�e the C�aurmafl to�ecute the Agreement. , NINT�I ORDE�t OF BUSINESS: Apprnval to pi�gyback on Flo�rida Sberi.ffl� Asaodation V�hfcle Sid�10-18-090?and antharized S�t�a isaue s Purchaso Order iuo the amoua#of�2�„849 to Bartow Cl�evrolet for the purc�tase of a cargo van. TENTii ORDL�It OF BUSINE55: Arv�rd of RP'P#1�P-QQ$—Purcha�e of an Aerisl Fire Engine to 3utphen Corporatlon for a tatal pa�rchaee amount of�690,77137 and a�athorixe Staf'f to i�ene ths Purchase Order. ,..,�-� ELEYENTH ORDER OF BUSIN.�S9: Awa�x�d of RFP �11P-007 — Purchase of a Recae Pamper Fire Eo�ine to Sutphen Corporatio�#'ar a total purchaee amonnt o �490,778.18 and author�ae 31�ff to ieeue the Pnrchase Or�ler. TWELFTH ORDER OF BUSD�IF.SS: Approvs� of Amendment Une to th� Agresment with MSC Waterworl�s(fm naerly Mainline Supply of Rlurida,x,LC)a�nd authori�e the G"�airman,to eaecute the Amendment. TI�TRTEENTH ORDER OF BUSINESS: Award of BID#11&Ol�—Fn��rchase�vo Hayw�rd Sn�mersible C6opper Pnmp� for Little Sumter Service Are� t+� Bsrney'e Pamps,Iuc.for a f3scal fmpact of$42,214.Oa FOURTEENTS QRDER OR' SUSIN�SS: Approval af Amemdment Ono to tb.e Profes�'rons! Sen►ices Ag�reemeut with Dahcr Capital Group and autharl�e tlaa Cba�rman to ezeeate the Amendmenw FII�TEENTH ORDER UF HUSINESS: Adopl�oa of Resolution 11-X2 suneadin� Flscal Year 20i0/�011 rG�neral l�und badget to prov�de �20,OOQ for the Employee Pengion Plsn consu[tfaa eervices. SIXTEENTH ORDE�.t OF BU�INFS�S: Approval to approve the propo�ed budgeb at the Jane 2,Z011 Board MOeting amd hold a Public H�ring at the l3eptember 8, 2411 Board Meet�►g to adopt ttie 11na1 budgeta. SEVENTEENTH URDER OF BU8INE85: Approval to declare Fitlt�v the Dlstrtct's singlelsale sonrcroe pr�vide for Precor fitnesg equiipmen� EIGATE�'.iV'�'H 4RDER OF BUSIl�iFSB: Award af BID#11B-009—Purch�ee and Ins��latioe of Biiliard Tablee at La Hacienda Regiona� rteereatian Center to Mucll�or Recrc�ai�on Prnducts,Inc.for�total coet pe�r table of�5,318,58. 1�7].�E1'EENTH OR,DER OF BUi�INF.SS: Authori�atlon to Sta�'to pab�icize the Diatrict'� intent to amend and reata#e Chapters IX aad X Qf�t�Rulc to Brfuug Abaut Deed Compli�nce and �athorize the adverti�ement of s PnbHe I-�ear�ng to �dopt the a�memded �ud re�tated Chaptere IX and X of ite R�tle �u Britng A6out 1Deed Compliance. TWENI'IETH ORDER QF BU�ITVES�: ApproWa� of Indivfdual Pro�ect Order#4 with I{imley-Sorn s9� Ase►ociatee, Ine. for the Chuls V�Sta/Mirs Meaa Trai1 at�d suthorjze tha+Chairman tio ex�nts the docuuoaEen�t TWEiV'TY-FIRST ORDER OF�USYNESS: D�d Cam�pliance St;tas Upda� This inFormation was p�nvid�d for the Bosrd's review. vc�cDa-�r�.�,� .���y aa aa�r ��s Ms. Tucker tiook this oppa�tunity to inr� Jim van c)sttan rbe �?Istrict's nc�w neea Co�nplian�Msa�ge�who reglaoad N�ok Xenos followutg his redre�ent from t�District. TWENTY SECOND ORDRR OF BUSYNF58: Sta�Reporl� A. Atuenity Airtlwr�#y Cotramitt�e Update Ms. Tutt advistd aa update from the Amen�ty Authorifp Cammittee {AAC) meeting held cm ranuary 1Z,2011 has bee��rovide�d for th�Board's roview. TWENTY-TI�RD ORDER QF BUISINES$: Diatrlct Cuu���el Reporta Mr. T.owry proviciad a r�minder tv t�s Bae�rd t�at undar Flarida Sunshine Law Bc>ard Manbere esnnot discuss issues that are bcfc�re the Board or may came bofore tlne Bae�d unlees th� discussion axur duriag a publiCiud meeting. Addztwnslly,�Mr. Lowty is e2n�ware Of ea�Supervievrs� or a.ffiliationa,should�Baan[Direct�r identify a passible conflict please oon�t hnm so the i�sude caa be revi�ved prior�o t�ta cneeting. �NTY FDUR1"H QRD �"R 4F BU6YNES9: 3uperv�ar Cummonta Suporv�sor Moyer inquirad if th�doed vampliance Public Heariag w$s a notiaed public hearin$. aeunifer Mc(�ry, ni�ct clerk, �t�tea Ms.k�cl�hss incnrpar�tea lan�uago in the ntatr;ots' regular rnonthly Hoard Maetimg noticee adviaing the public that Public Hearings may be held to address daxi compliancs issues. TVVENTY FIFTH ORUER UF BUSIlVES�{: Adja�rrn Tl�mecting was a�journed st 9c 14�.m. Y'L�CDD-�KKae�M�S danr�ory a9;�011 P�e9 On M(Yi`ION 1�►J�t K�r,aaco��lecl6y Gary Moye�',wit� all in#�rvor,f1�e Boercl �rned the m Janet Y.'Ilrtt Steve Dr�e S�y Chairman .:,..".—�. � •����ir`C�1�5����#�P� . � � � : � =� � . � . . .....:. � � ._.......... . ...:... ..:�..;.:::.:.:u:r�u.; �.j�,�r sit-0s�- ' -. _ _ .T. .yr��;:•:�`. � �. Z - '�•::� PJO.DaroY:' ' �OT1/0'11a0 • . ~� - �'�• . ,. ' - ` � + `:�::::;:-`:=•_ - Venda; � ... . . . .......... _ .,�.,�.::::�;::`'s=��`' . �, 5utpt,er,corpaatl�, V�r�[piA�Co�n�iq►�Dl�teict ���� � 6�0 HCef(11�11 RoAd ' ' ����M�D��T� �p; DabNn,ON�16 YI�C�►De�►r�e�t DLstr�tt=1-10 Pno„e; bu-es��oos �ta: . � . V��'�W� • i '. . . . . � �@��.= : • . C011�N31i1�'" �d�► � �C�' .,._ .. ��.' 1�BI►f�Q�l: �'� � 1Z3��IkiHh�t. � � . J1dd�: • ShipTo: t�y�� ��.��ez . • . , q� - V�n9e Cen�r CDD COF11iCR If�ORIt�#�O� p�e� Pu�l�Sei�ety � � .' �52-7�t-6700 ' P�dtadn9�: . . Addreu: 1Yi16anits8lvd. • . J1�Pay�bb: �.4Z�751-3�90�8 ��y�t�y�� TIx Vpqiges,FL 3315 • .. �,on�: . �z zvs�zeo • . . • . - . ., Fax; 353��''r9T0�• . Ta�c�oe�npt�: I�a9e Ce�eti 86-001�691 a7+IG5 . '.� Gontaa I�m� ChIeF M�Ce 7ucloer Fed ID: M����'�� • 1 xa.1�4.90.91�D005u.6�1� 3t?115u1phen5t81111esi.SReei Renae iA0 $534,55+i113 �5514,S54A3 � FerSpe�s.on RFP.�11 P-OD7.� . Mcentives aNd Dlsaound ; 1A0 . S-3��778 ZS 5 33,776.25 , . . � �49Q.TJ8�16 . Cor�ts/Spaf�at�nUrud[oes: . . OebM � Otl�ar c�rou� �ne.�e • Autho�zed 9y: rem. 71rpa�rralt�nsmdaandkiamppdvidedm�wpp�md�sad�randlrfiw�adlw�hdYd�pPb►��VinNV�p�apwldmMt IygMCbofICCi Pt�h�Mnp DlrMon,lhUP�lldrsatlMktw�dd�epa�wm�na�aFtla�p,r�p�t�dlpnin�l6eoo�+t�rdandfewnrd�Ywsaftl�SYeeafP�a v�►��'� ���,,�► � �_ '` � � � � P � �'.�wf.'.n.a.�.�..w,.�` „ . _ �, '>- •rt+°;� ;j_ '.y,. VILLAGE CENTER COIiAMUNITY DEVELOPMENT DISTRICT 1694 IAtJREL ANAN�R DRIVE THE VtL,LAGES, FLORIDA 32162 PHONE: (35��751�700 '� FAx: (352}151-6715 E-mail: �va.rev dl,�t��tqoX ora Addendum#1: RFP#i 1 P-007-Purchas�of a Resc� Rumper Flre Engine and RFP#11 P-008 Purcha�e of an A�rla� Fire Engine Norember 2S,2010�3:OOpm A. Notice to C�ntractvrs: Whenev�r a conflict appears b�tween this addendum and the initial solicitatit�n,vr plans,this a�ndum shalf pre�ail, and as such shatl constitute a binding portian of#Fre cor�tract documer�s. All provis�Ons ot the original specif'�cations shaH remain in force, exc�t as spscificaily m��fied or changed herain. B. Additions, Deletions,andlor Claflficat�ns: Tt�is addendum forms a part af the Corrtra�ct Documents anti modified#he ariginal Quote Documertt�as noted below and supersedes alf contrary information and tequiremer�ts. Corrtractors shall adcnowtedge receipt of this Addendum. Clarificatians and Questions: The foilowing clarlfh:ations were made dwring the pra-�roposal ccxrierence hefd on li�onday, Na�ember 22,ZO'10: C7. Aerial Fire Englne: a. Pa�e 33-Power INindaws Section-De�te power windows a�pawer Ivcics from specificalions for both RFP#11 P-007 and#11 P-008 b. Page 36-Battery Charging Section-�elete super a�to-eject requirement. Kussmaul product requ+rement remains. c. Page 54-Adjusiable Vertical Sllde-Dut Panel and 800#SIk1e-Master T�ay-Delete both s�tions. Resc�e Pumper: a. Page 50-Sacond Crossiays Sedion--A fourth bultet is added ta read: • Each compertment shall hold 2Q0 ft of 2'rr"hase. b. Page 51 -Color C.oding Section-#4 Pre-Gonnect Magenta and Left Rear Qischsrge-Delete Ofirre. c. Page 60-Ground Ladders Sectian-Detete requirement for 85'feet o#ground ladders. d. Page Bf -SuCtion Hase 8 Strainer Sect�ion-Delete errtire seGtion. e. Page 62-Stokes Radc Section-Delete sntire seceon. P�pe 1 of 3 Ttie foltowing questions were a�ked durir�the pre-propasal conier�ence: Q7. Y�u specffied the bodies in stainless and the cabs in alumin�m. Wauld you�nsidsr aluminum bodies? �►i, v�s�ac�rs���t j�usy t�s�xc����o� g�a tww�t�s�s�o u����srr�c�'� sp�csi�catlo�as. Q2. You are requesting a mid-mvunt 7�foc�ladder on the aerial. W�ould you aocepk a rear mount? A2. Tla�C1iffitr�at w!!I na! ��c�pt a r�r mcwnt�a+dder due ta!r�tr�we!l��g l�eight an�. Q3. Woutd it be your intention to award bath bids ta one bidder? 1�3. !t w1ll de�res�d upvn the�r��rt���what 1$o��r�d. !!1�not�ur in�ntlo;�t��w�rd tsr on�bt�dsr. Q�4. Will you acxept a differer�t mounting of the ladder if we divutge our travel height and if ft is appropriate? �. Thr����trici�rif3 nt�t�ruls it nttt;�owev�r.tr�v�l tt81gh1�nd Iwr�tiru��!#�y wl33 be llte �S�til9 tQ d:a�Y�3t�aY. �t5. Is the overall travel height on the specs the accurate height, 10 feet? !�. YB�. Q6. Are you Ioaking for lx�th motors being the same, 1SM 500? A6. Ye� tar k�otfi�ehiclea Q7. Do you warrt a side mourrt�wmp ar up mount pump on the rescue pumper? .A7. ��z#��our�1 pump. a8. Are we to provide the Knox Bc�xes? A8, Y�e�. Q9. Yau ask for four winchas on the rescue pumper. Do you mean four mounts and one winch remavable to go on each bcatior�� �3. Ye�s,�►n�winci�an�tour r��nts. !t show�ri�ane�lnch th��t�n b�tt��v�iram lc►cal9o�to O�catic�n. Q10. Fiegarding the letterir�g allowancae, will it be the same for both vehicles and how will we knvw the cost if we da rmt use yaut�urrer�t vendar? A74. Vgr��cNS c�rt cant�et ti���tatrlct's aurrent x�r�dor tQ wvrlc dlr�tly wlth th�m. Tlxe)r c�ntact tntnrrn-atfan Is�to�iows: Sign Wl�rd 7'12 Soulh�rn O�tv� Fs�ufClartd P$rk,Fi. TsHephane: 3�2-�6�-69� �s�x: 352-365-'!�31 En�[L• si�rarrfi��aal.�nn Qi 1. Yau are listing a 2i 0"whselbase for the r�cue pumper. I do not believe anyort�here is goir�g to make the 21 D°. Do you want us to list what we provide? P�e2of8 �1�i, 13 tfi�vettdc�r is r�nt�bl�to mals�the 2'?0", they must��rp�air:very cl�rly v�hef w!!I the wh�elb�se t�ar�ci!he rea�ari�vhy th�y ar�not abl�to malcs ths 29Q". Gty 2. On the pumper,you are boking for two compartments ahead of the avheels,one bain�30" wide artd one being 56°wide. Are you looking tor 8 feet of companment between the pump house and the rear axle? A'1.�. 1fes. �13. Yau asked far everything to be built by the same manufacturer. ts this to include the aerial dsvics,the chassis and the body? A�;. '�e�. t?14. You specity 65 mph icx the serial. Is 60 mph acceptable? A1�. 1(�S,buf th�v9�dOC t!'�u�t Ilst�s�t18A+iSti+Dn. C!'f5, Does the prebulR inspection EriP ap�Y ro boRh vsh�les7 A�f 5. Y�s. f��qu�lre�rrferrt stabu�d b�frir both AFF�11 P-4q7 and �i�F#9�P�B. G116. Would a 2010 em'�sions en�ine be ac�eptable? ,�t6. �ir�ythin�t�!�rt l� �C Il�t+�d�in t�s�t�iion�mua�t to he li�rt,�!as���cC�tiora. Psge3�3 REQUEST FOR PRQPOSALS FOR THE PURCHASE OF A RESCUE PUMPER FIRE EMGINE FOR PUBLIC SAFETY DEPARTMEIVT RFP # 11 P-007 ��°^�•�'�'�=�'4�� � ���� i� : s; i: 4 � -,,�p.�."r,� ;`, � 4 „ry'� Issued By: Village Community Development Dis#ricts Purchasing Department Eva M. Rey, Director of Purchasing and Support Sen�ices 1894 Laure{ Manor Drive 7he Villages, Fiorida 32162 Phone (352) 751-B700 * Fax 4352} 751-6715 wr�rv�.dl�trict�ov,ora� e e.rev@districfis�ov.or� Date vf Issue: November 12, 2010 Due Date/Time: December 15, 2010 at 3:OD pm Purchas+e of s A+Oercuo Pumpe,r Ffna EngM� RFP��9P•007 CALENDAA OF EYENTS r RFP T�MELIME Listed belaw are the impartarrt dates and times by which ti�e actions noted must tre completed. All dates are subj�t to change by the Purchas+ng Directvr. !f the Purchasing Department finds it necessary ta change any of these dates pr times prior to the RFp due date,the change will be ac.�ampOshed by addendum, A�CT ON �OMPLETION DAT� lssue RFP Nor�emi�er 12, 2410 Idovember 22, 2010 Pre-Proposal Ganference C� 1�0 pm December�, 2010 Last Day for Que�tions _ � 4:40�m pecember 15, 2Q10 Proposals Due �_3:pp pm Initial Proposals R�view D�mb�ri�, 2010 January 4� 2Q11 Sefection Committee Meeting � 7�1:�0 am Dfstrict Board Approval January 20, ZQ11 Y1Il�e r�n�ma�My aov�lo�r,t aVatrk� Pq�e z af�2 Pur�chasllr►g De�anmsnt Purt�a�a of s Re�ou�s P�rmipe�rFJ�s E� 1QFP�t1F-0Q'J TABLE OF CONTENTS PART1......................................................._..........................................r..........,...,........................._........5 INTENT ANE)GENERAL INFORAAAT�ON..............................................................................................5 REfi1JESTFOEft�I�L.S,. .......................................�.._.....................................................................5 PA,E+PAOP+�AL C+ONI�HFNCE..................... .•--•--.......................................---•..........,...............................5 FORIN4��SPt�C�lTJ�01N5. ...................................................................................................................5 ....... , FXi:�PTlO�i4i�4 AND O�E1rJA71Cil119.......-•--•.........................................................••-.......................,.....................5 IiOWTO SUBA�T A Pf�DlP�SAL......................................................................................................................5 VE�VI'DOR RE�... ........................................................................................................5 �L DO�G(l�f1E�REQ(NAL�d..........................„.......,.......................-•--•...........................................6 lIYSUJ�INCE .. ................•--..........._............•--............................................................,,7 PAOV�YMG P�EBC1lli�. ...............................................................,..............................8 DG4A�lYAlhO�Y OIFPA�O�SAL�.... »...........................................................................8 NI�TfAPRETA710N:�,CtAli�FC�47A0NISA�lI�AD�A.............................................................................8 CH� A�ODVFJ�A7�IS.•...................:..........._.....................................................................................9 t�DVEI�lY!lV�Q LAWS+�RFCitIL4�.....................................................................................................9 BtACKOUT PEf�OD.... .... ...............................................................-�---..-••-.--....................9 �sc�o�re.aR�Nii�€��ri�v::..................................................................................................a TAXEa[fA1PTS7A'T1J�, ......................._.»....,............�...�.....--•.............. ...,.................. ......,. .,..9 nF�r�rrs/u��i�s.. . ..................................................................................................�o nr�or�cr►o�v��r+�otiir�i�s.. ... ....................................... ....................................ra 14EFERE71fCE�!3lEIrELI�NEM�................................................................................10 R/QHT 71D AUDlT�OIS. ....................................................................................................1 D AA�O�L�A�li�?�.................................._._...........................................,..........,.........10 �t�P�'�TARY fl1�CM1ifilniDN.. ....... . . ..................................................10 ADDUTIONAL 8Y OT1�R f'f�LlC A�....................................................1 f c�av�tac�r r��►�........................................................................................................i t PART2.......�......_..............._............_............................................................................_.................,........14 EVAI.UATNON PROCESS.................................................................................. .............. ................14 PART3.......�......�....._............_._....._.._.................................._...................................._............._....._....t6 PROPOSIIL SUBirIRTitI....................................................................................................................15 PART4...._._................_........_...........,.........................�...........,............................_....._.....,............._....16 PROPOSALDOCUMENTS. ............................................................................... ..............................16 �CAVER PAtiE........_...................................................................................................................t 8 PR�PtiSAL F�NAI. ... ............................................................... .......... .i7 �nau+rs oR c�vtarira�is To snEC�i�r,�a'rwovi+s.. . .................�.� .....�.re �P919�PiO.SER'3 C�ERnF1Cl47�M11.. 3t18�iY�SltLTAATtS/1�SUPPLIERS„..................................18 STA7�NT Dl�iE�7AtS A,IYD�.............................................................................._...............� OY4UQ FREE f4��ORKPtACE�7'E............................................................_......................................E2 �L R���................�.................�...........�..........�.�..........�........�....� PART5................................_............w....................................................................._............a..................Z8 SCt3PEOF 3ER1lICES..........................................................................................................................28 GEIII�RAL SCOPE....................�.......................................................,.....�..............................I..................8 ��t �ta Pa�e�o�B� P�nchass of a Raacue Pumpsr Flro Etrgfne RFP i�'!iP-Qt17 PHOPOSAL CHECKLIST Thfs standardized check list has been proMded to assist the Proposer wii�the submiss�an of their Pro�set packaQe. Th�s check Iist canr�ot be conslrued es idertt�ytn�sll rec�ired submitbl docurrrer�Ls ior this project. Proposers remain respon�ible for reaxllr�p the entire Proposai document to insure that they are in compAance. Prraqosals may be con�ldered subjeci to rnjection lf,�the sole opinbn of the Distrid,thsre is a serious omission,unautharized altaration at form,an unauthorized alternate Proposal,lnonmplete or unbalanced unit prloe.or irregularities of any kk�d. The District may r�ject as non-respormlve,anr or a�Proposais where Pro�wsars fail to acknowledge receipt of Adclends a�s pr'escri�d. ❑ Proposal Cuver Page ❑ Proposal Form{s) ❑ Exceptions/Derrfations Raae ❑ D�closure of Subcont►actors, S�bconsuftants ar�d SuppNers ❑ Proposer Cert{iicatbn I Addenda Acknawledgement Form . ❑ General Terms and Cor�dRlons ❑ Drug Free Wo�cplace Cerqflcate ❑ Vendar Questfonnaire and References ❑ W-9 ❑ Copy of Requ�ed/AppNceble Ucenses or Certlficatbns ❑ Speci�cetions(See Page 28) ❑ All Warranty Inf�ormation(See P�s SO) ❑ Cab Structural Integrity Letter�See Page 34} ❑ Painting Process ❑ Pairrt Samples ❑ Proof of Corr�l�Redudion Palicy ❑ Required Numbe�of Capies(i Or�nal and 5 copies•B Totat} VN�sge Cornmunfly DV�iaelopmett!EJf�rkts ��#of!�? Pu►�l�i�g t?�aQrd►�t Ptuichase of�l�scue PumpAr Ffi�En�lne RFP�7 f1�0107 PART 1 IN7ENT AND GENERAL INFORMATION a�uESr FaR pr�POSacs Sealed proposals wR!bs recelved by�e 1�11la�C�er�ter Canmunity Development District Ixatecl et 1$94 Laurel Ma�or Drive,The Villapes,Florida 321B2,urrt�3:00 p.m,,Vltednesday,Dec�mber 15,2010 for: AFP#11 P-007-Purchase of Resc�re Pumper Fire Engine. Rroposers shaN take c�reful notk;e oi the io�owing cond�tions of this Request tor Proposals: • Submisslons by FAX or ather el�tronic media w�l not be accepted under any clrcumstancee. Late submissions wAl not be a�pted under any circumstances. • Submitters may withdraw ar�f'or repla�proposals at ar�y bme urrtl!ihe deadlina far su�nission of proposals. ■ All quest(ons received by 4:OOpm.Frtday,December 3,2010 wt{I be considered. Questions wIN not be arrswered over the phorre. (�e�ons must 6e in w�iting and faxed to(352)751-6715, attentlon:Eva M.Rey or sern vla e-mail to ey�,�y[�dlst�ov.ora. PRE PHOPOSAL CONFERENCE A pre-proposa!r.onfsrence wNi be held on Mor�ay, Mc>vem�r 22,2t►10 at 1:30 pm at the Purd�asing Deparbner�t at 1694 Laurel Manor brive,The Villages, Fk►rlda 32162. All irrteresied pertiee wiehing to subm�t a proposal for RFP#�1 P-04�ane stiron�y encouraged to attend this meeting. FOR1A$&3PEClFICATIONS �etails,propasal forms,arui specificatlons are available from the Vilisge Community devabpmerrt Qistricts Pu�chasaig Dlrector upon re.gtrest. Complete proposat p�ka�s are avaiiabk for downloed at 1Mww.distr'►cmnv.aa and�.deimand�r.00m. Submitt�rs are required to use the oiflcial"PR�P05AL FORMS",and atl aitachmerr�tss�amized hereln are to be subm)tted as a slnple dacument. EXCEP71pNS!�►l+ID QEVIATIONS Any wdrlallon from�e minimum s�c�tlons mt�t la�cleariy stated and explalned In detail on the EXC�PTIUN/DEVIATION�QRM. These speci�ica�tons ar�b�ad u�on design and perfamanc� criteria Subsequently fh�e spectficaiiane r8flec3 the only type rsf flre�paratus that�aoceptab�. Therefore,major exc�eptions t�these t�speciFications wiN not be aocep�teecl,The Propasar wlif make aacurat�sta�smenfis as�a the appsraws wneigM and dimensions.AH propasafs will include a complete set of detailed manufactur�fs speciflca�qons. Omissiorrs arni unaocepfable variatioas will result in Immedlate rejecibn of th8 prt�posaL P�posals that are found to have devlations without bsting them v�ll be rejected. Ido exceptions. No prototype apparatus wfll be considered.AN de�ign,operstional and me.terla!features must fully comply with the State and Fecierat Motor Voh�Safeiy Standards. NOW TO SEIBIAR A PROPOSAI. One c�omplete proposal iorm set(1 arigi��al plus 5 copies)with all requlred documerrts as itemized and included herein is to be submitted In a sealsd emrelope,on ths ovtside of wh�h shall be prominanby+ marked w(th t�e faAowing identiflcattan:'aFP#i 1 P-OQ7-Purchase af Rescue Pumper�ire En�lne" bo�ether�v!#�the name and address of t�e submftter. Th�RFP shoukt be neat,profeaslonal In aPpearance and bound app�apriately for tt�e documenfs thickness. The original docum�rrt shall have origina4 signatur�and c�eariy nofied wkh QR/GINAL on the cover. Aif proposals shall be mailed oe hand delivered to the Purchastng Director at the address gtven,by the date and tlme set brth herein. VENDOR RESPONSIBILI'Tlf 5ubmittiers aze fully artd completely resper�ible for the labeling,idenMica#ion and delivery of thelr proposals.The Purchas�g Deparime�wlil not be resparsthle�r any mislal�eled or misdirected VlHsge�+xNtY DeveJopmeRt t�ts PBpe 6 oi 62 f�rvtCh�stng DepatrUnsnt Puricheae ot a Aeacus Ptrmprr F7�s Err�Jns RFP�t?P-QAT submtsaions,nor those han�ed by delivery persfl�,cauriera,vr the U,3.Postal 3ervice. • Submissions�Itfppsd by expr�clellvery,or in overrtlght or�urier envelapes,�x�s,or �cka�es must be promMently marked on the outslde�such envelopes,boxes or�ackag�with the sealed proposal IdenUfic�tion. • Any en�elopes,box�,or padcages which are rrot ptop�rlY labeled,ider�t�ied,and prom�entiy marked with the sealQd pr�opc�sal iderftific�#ion,may be l�adver�er�tly o{�n�upon rece�t, thereby fnval�ia�dng suCh praposafs and excdudett fr�n the officiat proposal opening prove�s. • Irn+itation by the V�age Ceriter Contmunity Devetc�xntmt D�i ta Vendors Is b�sed on tt�e r�acipienYs spec�fic request and appicatlon to w+mw.demandst�r.com,www.dietricta�r.ora.or as the r�sult of response by the public h3 the legal advertis�ner�ts required by State and Disb'�t(aw. Firms or individuals submit their responsee on a voluntary basis,�nd fherefore ara nat entttled to compensatton of any kind. • A persvn or afflUate who has been placed on the convicted verubr list foNowir�a convi�tlon for a publl�eMity cfine may noi submit a proposai on a oontract ta provide any�goads or servfoes to a public antity,may not sukxnit a praposa!on a cor�tra�t with a publl�entiry far the construction or repair of a public buAd�or public woMc,may nvt submit propoeals on leases ofi real property to a pubMc entfty,may not be awarded or perform work as�vendor.supptier,sutaoontractor,or cansultant un�a cantrac#wi�any pwbifc eMity�and may no#trartsact busfness with arry publlc enbiy in exrses��f the threshoki amount prav9dscl In Section 287.017,for CATEGORY 1W0 for a period of d�irty-six(36)montl�s from t�date of bei�plac�ed on the convicted vendor(lst. • Proposals t�a#are inwmptetie,unbalanaed,cbnd�ional,obscure,or arhich cantain�dltlans not called for,alterations,or Irregulsr+�es of any kin�,or which do not comply with these doCUments may be r�ected at the op�on af tfne Distric� • ,4ny Vendor who suhmits a rro-�opo�al r�sponse shaii submit U�e napropaaal response in an errvelope tnarked vn it�ouiside of the ma11Mg ernelope,topether with the required proposal Iderrt'rficatbn number. PROPOSA�Q(�UMENTS REAUIRED Trie following c�ocuments and forms�the folbwir�arrangement m�asf accompany each pr�posal or aftemate proposal submitted: • PropQSal Caver Page. Thls�to be used as the flrst page o!the pnoposal, Thia fornn must be fully compietad anc!eigned by�authoriz�er!office�of the Vendar. • Proposal Form + Exceptions or Devlations to SpeCifl+catfons Form • Disclasure oi Subcantractors,Subcon.suitarns and Su��ers � Proposer Gert'�'icetlon/Adderxi�Ac}vro�emer�t Form + General Terms and Cond�ions 8t�ttemer�t must be si�ned and retume�d with the propos�l form • �1 sworn,notariz�Drug Free Wor1c Pl�ce Certif+caGe • A swom,notarizsd Yendor Questbrmaire and Rs�erence� + W-e vll�ye communtty Qev�lopmar:r ruambts Pa�e 8 of A2 Peur:lt�y D�lmeu�t Pur�chass of$Re9cue Pu�npsr l�tne Er�ylne RFP�i iP-0a7 • Speclfications(See Page 28j • AN W arrar�ty Informaii�on(3ee Pape 3Q� + Cala Structural Integrity l..ette�(See Pape 34j • Pairitin$Process • Paint 5amples • Proaf of Corraslon Reduction Pnlicy INSU�tANCE REQUIRENIENTS A Certiticate of Jnsur&nce wAI be fumist�d by tt�e sucaeessful V�ndor upon Motk�of Awar�d. The csrtiticate(s)ahall be compleied by thB Vanc�r's authorized�gerrt and submitted to the Ristrisct"s Purc�asing Departmc�nt. The auccessful Vendor gha}I not comme�ce any work in connection with the Contract unUl it has obtained all of the 1oNowing iypes of insu�ance a[�d shall mairKetln such insurance as will protect him/her from daims wtrkh may arisse nut of or rssu#t fr�r�the Ven�r's operatlona under tFb terms and condibons of the propo�al. T�s�{sM�t shall be exempt fram,and in no way iiabls for,any sums of money which m3�y r'epresent a deductible In any in�+ura�ce�olicy. The payment of such deductible afiall be the sole respon�ib��y o#the Vendor andfor subconsu�ant providing such insurar�ce. • Commerclal General Llablllty. Yendor shaN obtain,and maintain thro�ghout the Iffe of the Cantract,CammercFal Generai Liabllity Insurance caverage with fimfts not�less than: General aAgr�egate.................................... $2,0OO,OqO Product�Jcompletied operati�ns.................... $2,000,000 Personal and advertlsing injury.................... $1.00O,O�D Each occurrence....................................... $1,000,000 Insurance shaN prvtect th@ Vendor,subconsultants and subcontractors from clalms for d�ma9e far pers�al inJury,i�cluding aCCider�tal death,as well as claims for property damaQes which may arise from operaUons under the Gor�tra�t. DisMct(s}shaq be r�med as Additlonal Insured. • Automobile LlabflKy Mwrence cowaring all autamobNes and trucks the Vendar may uas in connectbn with this RFP. The Nmit af llabi�ty for�is c�erage shall be a minimum c�ombined single Ilm�t of$500,000 per occurrenoe fot bodily injury and praperry/damage. This is to include owmed,hired,and non-owned�nehicles. D�t�s�sha!!be named as Addidonal lnsured. • Facce+9ss Llabiltty Insurence{Umbrella Policy}may campensate fa'a deficiency fn peneral 1ab�ity or autamobNe i�uranc:e coverage limits. • WNver of Subragatlon;By errtering inta sr�y coriiracK as a result of ih�proposal,Vendor ayrees to a Wahrer of Subrogat�n for�ch pol�y required above. • Wvrks�s'Ccmp�nsatlon Insarancs,as rac�vired by ttre State ot Flori�. Vendor and any subcansultants cr aubcontractors ahall camply fully wilh t�Flor�a Worker's Compensation Law. In c�se an}t class of employess engaged in hazardous work under thls Contract at the site af the project Is nat protected under the WoNcer's Compensativn statute,the Vendor shall}movide,and cause each subconsultar►t or sub�ritractor to provide adequate lnsurance for the protectian of its empbyess nat otherwise prot�cted. Ver�dor must provide certi#icat�of insurance showinfl Wnrker's Compensation coverage or muat pravide an exemp�ion cerbificate issued by the State ofi Florida showing that Vendor is exempt from Worker's C�mpensatfon insurance requirements. YII/�e Ccmmtnilty O��rrt t�lsh�lcta Pepe 7 ttf�? PunchaaMy Dapartment Pu�schase o!a Re�re PumparFMs En,Qlne RI�P�11P-0a7 • Certltiqat�s)ahall be dated�nd show: o The name of the tnsured Vendvr,the specifled�ob by name artdlw RFP number,�e name of the Insurer,the number of!he poliCy,fb effective date and its terminatbn date. o StatemeM that the insurer wYl maN notice to the District at fe2lst ihirty(30)d�y�prbr to any mafierial changes in�ovfsivns or cancellstian of d�e pol�Cy. o Subroga�on of Waiverclau�e. o i'he VBiage Cerater Cammunity Developmerrt Dist�ict 8nd any other govemm�tal agencies using this Co�ract In coaperation with 4tte Qistrict shall be a named addftional insured on PubHc Liabllity Insuranca and Autom�ile uablNry tnsuranca. o The Ve�cr shall requlre o#each its subconsultams andlor s�bcontraotors ta proc;ure and mair�fn during the Iffe of its su�ontract,irrsurar�ce af the type specined�bove or insure the ectivitles of Its subcor�sultants andlw subcant�actors in its policy as desCrlbed above. o All insura�ce pol�ies shaq be wrltten on eompames authoriz�d ta do busine�s in the State af Florida. The District reserves the right to modlfy the Ir�ur�requirements�t i�arth at anytlme du�ir�g the process of solidtation ar subsequerrt thereto. PRQVIDINQ PERFORMANCE BONQ The successtul Proposer wiA be r�uk�ed fio provide the V81�e Genber Comrnunity Devebpme�rt Dlstrict with a ane hurxiired percent(1�96}Aerfvrm�Bond wlthln 3�days after not�fk;atfon of�ward of contract. Performar�ce Bond is to be furnistred by ihe company wha wip build the apparatus propoaed. A PeHarmance Bon+d by sale�nan or agent�af the menufa�rer Is not acceptabla. EXAII�INA7IQN OF PROPOSAL DQCU�EI+ITS • Ea�fi Ver�for shall carefully ex�ni�e the�rawings and/or Specificatbns and other applicable documerrt,s,and ir�form himsefffherself thora�r regar�dir�g any and ait condidor�s and requirements th�t may in any m�nr�r afiect cost,prograss Qr pertormance of the work to be performed�nder the Cantract. Igno�nce on tha part o#the Vsr�do�wlll in na way relfeve hlmlher of ihe obligatians ami responsibltl�es assumed under the Contrad. • Shouki a Vet�dor�ir�d dlscr8parrcias or aml'�gui�es in.or omissia�s from the Qrawings ar�d/ar Spec�fications,or should hefshe be In�ubt as to their meanir�,helst�shaH at once�tify'tl�e Purchasing Qepartmerrt,in mitfng. lNTERPREI'ATIONS,CLARIF�CA7'lONS AND AD�NbA • Mo araJ interpreta�ions will be made to arry Vendor as W the meaning af the ProposaUCor�tract Documents. l�ny ir�ulry or reqt,t�t for interpretadon received by the Purcha�ing Director before 4,OQp.m.,Friday,December 3,201 a,wili ba given consideration. All auc�changes or Iriterpretations will be made in writing in 1he fonn of an addendum arni,'rf Issued,wil!be dlstributed at or after the Pre-Proposal Confer��e(if applicable)and up�oada�Cf t!n wuyyv.ctem�ndstar.�cm and w�yw.�i�oov.or+a. F�ach P'ropos�shall acknowledgs receipt of se�ch addencia�n the spacs provkied an the Propo�al Form. • In cese any Proposer f�ils ta ac�cnvwledge r�eipt of such�denda or addendum,hislher propoeal w111 neverNteless be«xsnstrued as thvugh It had be�+received�nd acknawlerlped�nd the submission of hlsTher proposal vrif!consiltute acknowledgment of the receipt of same. Afl adderuia are a part of the Propasal Documen��nd each Pnoposer will be bound by such Vlliege Commrmlry D�eveloprne»t�srrlctg Page 8 of 62 Pur+chas/n�Dspsr�rrsnt Purdrase of a Ab���par FMe Eng/ne RFP*1 iP-007 addenda,whe#�or not recelved by hlmlher. It is the resports�a�lity of each Proposer ro ver�y thaf helshe has recelved all ad�enda issued before proposals ara opened. ALTERNA7ES When certain items of equEpment andtor rrtateria�are specFfied ar�dlar describeci es ihe product c�f a particular manutacturer together wlth any r�quired additional infarma�ion such as moalel number,�ze or catalog numlpe�,only such specffic items may be used in preparing the propasal,except as h�reir►�fter provided. INCENTIVES/DISCOUMTS The V�Iags Cerrter Communfty De�ebpmerit District wif�cansfder pre-paymeM andlor quantity dlscourrts. CHANGES!MODI�ICAT�NS 7he V�lage Cerrter Communfty Developmerrt District reserves th�e r�ht ta oider changas In the scope of work and resutting cantract. 'rhe successful Proposer has tt�e right to r�uest an equltabfe price adjustment in cas�s whera modiffca�tv the contr�Ct under the authority of this cla�se resalt in increased costs to ths Vendor. Prica�sbnents will be based on the unft�ices propoeed by the Vendor in response to thl5 solicitatlon. Rrry corrtract resuldng#rom th�aolicfrcation may be rrtodlfied upon written and mutual consent of bpth parties. GQVERMlNQ LAWS AHD REQiULAT10NS The Proposer is requ�ed to be fam�lar v�itFt and�►atl be respo�ible for complying with the District's Purchasing Poiic'�es and Procedures,D�}ct resoluUons,District rules,all federal,state and local laws. ordinances,ruies and p►ofessionel sian�rds or reguladons that in any mar�ner affect this sollat�tion,the selectlnn process,prote�is,award of ccmlract.contract managemerrt or any oit�er acdvlry associated with this 5ollcltadon and the subsequent work required of ihs successt�il Prq�oser. BLACK Ot1T PERtQD The black out periad ls defined as betavsen�e�me the submlttais for an Imritt�#ron to B3d,Requeat for Proposals,Req�st fa�Qualificaiions ar the InvEtatFon to IVegotlale,as appl�able,are�sued by the District Purchasing Departmer�t and the�me the Board awards tfie contract. Dur1n�this bt�cic out period, any at�empt to influence the thinkirtg af Df�triat officfels for or�alnst a s�ecific cause related to a so�cltation for goads ar sarvk:es,in perso�,by ma�,�facslmAe,by t�one,bry electronic mail,or by any other means�f communicatbn,may result in disqualffication of their award and/or contract. This does not apply m pre-soficita�on canferenoes,c�ral presernatlona bet�ore the selecdan commtttee,car�tract n�godations,or communicaticns wRh staff nat concyemfng this soliatatlon. Ft9CAL YEAR FUNDING APPROPRIA7WN U�ess athervuise provided by law,a�ntract for su�(i�or servJces may be entered irrto for any period pf time deemed ta be in the best interest�of the pisirict,prvvided the terrn of ihe contract and conditlons of renewal or extension, if any,are Inch�ded in the aolicitation and funds are avaNable for the flscal pe►iod at the time af the Cor�^act. Payment and parfarmance obligadans for succeedir�f�scal perioda shall be subject to appropriation by the Qistiict of funds iherea}ter. When funds are nat approprlated or atherw�e ma�de available to support continuatlon of pertormanoe in a subsequent fiscal period,�e C�ntract shaN be cartcelled and#he Vendor ShaM be en�tled ta raimbursement f�r the reasflnable value tyf any nonrecurring cost incurred but not adver'�sed in the priCe of ths suppied�serwices delivered urai�tha Gontract or othervv�recoverable. TAX EXEMPT STATUS The Vflla�e Commun�y Devebpmerrt�igtricis are special purpose govemmerrtal aQendes under Faoride law and sxempt irom Fbrida sales tax. The tax�empt number wlq ba provlded upon request. 7hie exempt}on daes nat apply b yoods and servk:es purchased separately by a Vendor in connection with its conlract abNgations. Ttie Vendor shall be responsible for paying any taxes,fees,ar similar paymenffi thet are required to be p�id in connection wlth the cor�traact wark, Vf!lege Communiiy�ve/apmant t)Vatr►cts Pege 9 ot 82 Purchasirt9�49panme�rt P�ch�s of a�ua Pemper F�� RFP#�7�P-007 PERMITS/LICENSES/�EES Any perrr►its,licenses or f�required wlll�ths respans�ty of the Vendor. PROTECT101V OF RL�ai1DENT WQRKE�iS The Vfilage Gommuniiy Developmenf Distrl�tss acth+ely support the Imm)gra�on and Nation�tty Act(INAj which irt�ludes provisions addressing employmer�t�IIglblliiy,employmerrt verifiCation,and nondi�crimina�on. Under tl�e INA,employers may hire only persorts wfio may legally work in the United Siates(I.e.cidzens ar►d nat�nals of the U.S.)ai'Id a1�nS authorized to wOrlc hl the U,S. The employer must verify the Identity ar�d emplvymerrt ellgibiiry of anyone to be h[red,which indudes completlr�the Empfoyment E11g�lltty Verlflcatlan Form(!-9). The Vendor shali ast�b�ish ap�xoprlate procedures and controls so no services or products under the Cotttract Documents�rill be performed or irtanulACtured by any warker who is not legally eAg�e to perfomn such services ar empla�nent. The Vendor must be abie to verify an�nplayee's el�ibillty t�o rvo�k 1n ihe U.S.upon demar�by the Q�strlct throt�ho►at the duraHon of ihe c�rr►tract. It is un�lersfood that Dis�r1ct will not be rssponsble for any viola�dons of Federal I�w and tt�e app�licant,sotely,will be responslble and ifable for any vial�►tlnns and ar penal#f�s associated wlth Such violation. VILLACiE COANMUN�TY DEVE60PMEN7'D�TRICTS The VI{age Center Commw�ity Devebpment Dislrict,5umter Land�g Community Develnpment DisVlct and Vtllage Community Develapmerit Dlatricts 1-10 are bcal un(ts of speclal-purpose govemrnerri and reserve the r�ht to reject any andJor aN proposals,reserve the r�ght to wah►e any informali�es ar irreyular�tles fn the proposa!or exe�mination proo�s,r�erva the rigM to select law proposal par it�m,and reserve the rigFrt to award propasals and�or corrtr�:ts in the best k�terast of the Districts. REFERf NCE TER1flS Any headirps in this documeni are for the purposes of reterence o�ly and shali not limlt or otherwise affect the meanir�+g tFrereof. Any reference to gender shall be canstrued#o lnelude all�endere,flrm�, pa�erships and corporattons. Referen�in the sin�aler shall be canstrued to include the ptural and references in the plura!shsdl be cmnstruer�to iridude ihe sinQular. Any reference to the"Dlstriq°or the "Village Commun�iy De�elopment Dis�icts°shaB be constru�to refer to the speclf�Dlstrict or Uistricts for which the salicits�on was issued and those Q�trfct(s)shafl be the legislative�uthority for a!I mattets ooncerning this solic{ta�on or the resuiting conhact(s). ' HIC3HT TO AUDR RECORDS Ths Districts shall be entltled tv sudit the books and records of the Vendor or any sub-oorrtractor to the extent that suoh laooks and records relate to the p�ormance of the Cantract or any sub-cotitra�ct to the Contract. Such books and r�ords shal!b�e ma�t�lned by the Vendor for a period of three(3)year�from the date of�r�a.i payment under the Corrtract ar�by the sub-aor►tractar#4r a period of thres(3)�aarB from the date o#final payment under#he sub-contract tmless a shorter period is athervvlse authorized In wriking, ADDRI�NAL TERMS AND CQNDITIQNS No additional fisrms a�d co�ltlons lncluded wtih the proposal response shall be evaluated or considered and any and a11 such additicnal terms artd condiiions shall have no force and effect end are fnapplfcable to this proposal. tf submitted eitt�er purposefu�y#irougfi intent or d�rt cir fnadverterttly appearing separately ln transmittin�letters,speaHcabio�,titerafure,pr�e lis�s or warrarities,it is understood and agreod ihe general and special condifiorns in this�l�itatlon are the only aonditipns appiicable to this proposal and the Propvser's authorized signature aifixed ta the proposal�attests to this. PRORRIE7ARY�lF�RMATION Responses to this Request br f�ropo�als,upon receipt by the Distr�t,become pubUc records sub�ect to the provislons of Chapter 119 F.S.,Flar�ia's Public Record Law. If any Proposer belfevea that any pvrtf�n of aG vf the respon�e i�confidentlal and proprietarp,Proposer sha11 clearly asserf such exce�xtion and the specific Isgal authority of t#ie asserted eocemp�on. All materials that qualffy fcx exempNon from CF�apter 119 must be submitted in a separate enve�pe,cle2vly Iderrtifled as"TRAD�SECRETS EXCEPTION°,w�itth the�rm's name ar�i ihe propasal number mark��3n the twtsicfe, Such de�lgnation af an item as a trade serxet may be cheNenged�court by ar+p person. By tt�e Proposer's deslgnatfon ot VNl�ge Communtty Developmewt W� Psge 7�Dt 6.Z Pw�chas/ng DeparM�errt Punchaa�e of a Resoae Pumpew l�h�s Engkie fiFP�`r1P-007 materlal submFtted tv the Distr�Ct as a"tr�tde secxeY,the Proposer�gress to hald harmless the Dl�trict for any award ta a�air�tiff for�m��,ccsts or a�bvmey's fees and for cas�a and atbomey's tees incurred by the Distri�t by reason oi any lega!action chaaer�ging the Proposer's"trade secret"clalm. ADDITIONAL SERVICESIPURCN�t3ES BY OTHER PUBLIC AGiENC1E3 The Proposer by suhmittir�g a proposal acknowledges that other public agenCies me�y seek to`Plggy- Back"under the same 6arm�and conditbns during the�ffectrve perfod of any resu�ing sontrrac:#seMoes ar�/ar purohases bsir�g offered 1n this proposal ior ihe s�me prk:es ar►d/or terms being proposed. The successful Proposer has the opiian to agree or disagree to allow cor�tract Piggy-Backs an a case-by-case �eia. Before a public agency!s allowed to Pipgy-8�cic any coMrac�the agency must first obtain the Proposer's ap�ovat. Without the Prapaser's approval.the seeking agency cannot Piggy-Back. CONTRACT TERMS AND�pNDFTI�N9 Contract Term: o The term of this cantract shaU be from�e datft of the Nat�e of Awarti throu�h Det�qmber 31, 2018. o Proposat prices submitted In resppnse t�n RFP#11 P-007—Purchase of a Rescue Pumper Flre Engine-are to be valld and in 1uN foriCe for the term of th8 cantract o Any pricfng increase will be Jusiifiad throu�h the U.S.Bur�au of La6or Stattstics, Prod�r Pr1ce Index. Price adjustments to ttre origPnal prk�may talce�one year trom ri�e issuar�ce ot tne IVafilce of Award. Proposers must provlcle the indices that wiN be used In calcuta�r�g eny price increase when submittirtg the proposal.The�u�sdjusimsnt shall WOT exceed the percentaQe adjustmerrt vf the PPl at the tirna of ihe p�opa�al opening d�te to the rnost ourrent month far which statistk:�ers available. '�he original propasal price shaA be the b�ase price. Pro�$ers may also utiHze speclt�changes required by natbnal standards�i.e.Ernrironmentsl Pratection Agency,Nadanal Flre Protection Assoc9a#ian}but tF�ese increa�s must be clearly ertumerated In any future prlcing. Pavment; o P4rch�se�►der(s)win be issued to lnitla#e the order. o lnvolces shaA�s submf�ted no later ri�ar�ri�e fi►si of tt�marth for the sorvlces perfwmed the precedinp morrth. Per Chatpter 2i8.74(1),art invoice from tha Vendor shall be considered as rec�ived when It has bean stamped as such at The VNi�pes Public S$fstyr Department,1231 - BonRa�alevarci,Tha Vtifage�,Fioride 32162. Paymer�t by the D�trict wtll ma�de no tater than farry-flve(45)days efter the involce has been received by the pistrk�per the"Local Goverr�meM Prompt PaymeM Ac�".Florida 5tatuties,Chapter 218,Part VII. o lf paymer�t Is rtot made by the bistrict�o the Vendor witfib�forty-five(45)days,Vendor may assess a lale c�arge for the lesser of 1.5�+o per month,or the maximum rate permiited by law. o The Distri�ct agrees to pay the Vendor for addltlonal work�rformed by the Vendor pursuant to vvri#t�orders p�ct by#�e Di�t�fct,a,t a rate equa!to c�nponent uMt costs af labor and equ3pmerrt cAarged by the Vendor under the terms of th�Contract. Cortitra�t Dncum�ta: o The ContraCt Docurrtenb,wh�ch c.omprfSe ttte etttlre Corrtrsc°t between District and Vendor And whlch are made part hereaf by ihis reference,conslst vf the folbrroing; RFP 3ssued Subrr+ltters Rasponse to the RFP Instructions,Terms,and Cor�ditions Proposers Certiflcation Mitl�e Community Dev�opmerrr D1st�cts Pa�s 71 of Ba Pur�chasirr,q 13�epar�rttent � Punchaas of a Rescrra Pw�►p�Flns Engh+e RFP�R 17P-0QT General Terms ar�d ConditFOns Dnig Free Wtxicp�ce Cettific�be Vendar Questfonnahre and References scope of work!Speci�oatlans Purchase Order Permits/Lioenses All PropoBal Addenda laguuecl Prior to Proposal Opening Date AII Modii�iccations and Change�rders lssued Notice of Awa►d/Natice bo Procead Dellverv Rea iremo�rts: o The ap�ratus shatl be driven from the manufaduring faciltty tt�The VII�Publl�Safety Department, 1237 Bonff�8oulevard,The Vill�es,FL 32162. o To insure proper breaK-in of�It components whf�e st�N urrder warrarrty,the ap�aratus wi11 be deltvered ov�the ro�d under its own power.(HaN andlor fruck freight will nat be acDeptable), a Represenistive shall ihomughEy dsmonstrate the complete appsr2►tu6 operation and malntenance. o Successful Proposer shafl provide at ihe time af de�rrary,iwo(2)complete NOperation and Servfce"manuats in a paper copy and in electronfc flie(sy. Shatt tnclude service,maintenance and troublesho�irpg far majar arr�t mirror c�mp�ents a1 th�tnuck. o A vi�o training tape on the vperatbn of the truck shall be supplied with the mar�uals. er�ttsrs: a Tt�e obligatians of the Vsndors under th{s Cardraat may not be deleg�ted without the prior writtan consent of the District. o In the event of defaWt by any par�y tv thls Contract,the�evailing party.sh�l be errtftl�to recover from the defaultlng party,a11 oasts ancl expenses,indudlnp a reasonable attomey's fee, whether suit be instftuted or rrot,and at tMe trial court and�ppeliate court lev�fncurred by the prevaiNng party enforcfng ita rbght hereunder. a The venue br the enforcemertt,construction or urtrterpr�tatkm of this Contract,shall be the County or Gircuit Court for Sumter Caw�ty,Florids,and Ver�dor doee hereby spedflcalfy walve any "venue prlv�e9e'arui/or"diversity of cltiaenship privibege'which it has now,ar may have in ihe future:in connecNcn wi#h the Cvniracl,or�t�ties.ot�iga�o�s,flr resFonsibilitles or rights hereunder. o Vendor does hereby speci�caily}�romi�and agree tc�°hohi harmless'�deiend arid indemn}ty the District arr�d the agerrts,servarit�,employses,oit�ers,�r�d nfflc)als thereof from and against any end all Ilabllity or respvnsibflKy for damaye ta property or person ihat rriay arlse In connectian with the services io�pror►ided hereunder,ir�luduig reason��attorney fees and expenaes. Vendor,tf hislher pr�posat tS aecepted,wi�defend aAainst all suits,assume all Ilability for the use of any patent9d proc�ess,adul�e,ar art�le forming a part of the apparatua of anY aPpllance fumished under contract. Such indemni(ication wi{f be dacumented in the Contract Documer�ts. o Vendor shalt not be constru�l b�be the sgerrt,servant or employee af the Dis'�'!ct or of�ny el�ted or sppa9ntied offidal thereaf,for any purpose whatsoever,and further Vendor shall have no expr++�sss or impNed authortty vf any klnd or nature whatsoever,ffi incur any tiability,either In contract or an a tort,�the apent,servant or emplayee ofi the Distr�t. o These Coniract Documents canstftute the errtire underatandinQ and Contract betaveen the Parties and supersedes any and aN written and oral repr+eserrtedions,statements,nego�aiions,ar Vllleg�Comn7u►rlty DevalOpiner►t Dl�tr�ct9 PBge i2 of 6S PurchssMg D�epsr�ment P�nclaase oi a Res�e Prim�per�n9 Englne RF�R�f 1 R�7 contracis previvusly extsting between tt�e PBr�es wfth respect to the aubject matt�rs af th� Coniract. The Vendor r�ognlzes that any re�reser�tatlons,statemer�ts,or r�agotiati�ons ma�e by Distr�ct staff da�t eufflce to Ie�aUy b4nd the District in a c�oMractual rel�tionship unless they have been reduced�o wrltlr�ar�signed by an eu#harized!3�'trict represerttathre. This Cor�tr�ct shali inure to the bene�t of anal be bindtrrp upan the Partiss,#ieir reapective assigrts,and successors in interesi. o No amendment ta this CoMrect shall be effectNe except th�agreed�a in wrltin�ar�d signed by both of the partf8s t0 ihl8 Ccmtract. o Time is of the ea�ence in the performance of thls Contra�t, The Vendor speeifically agreee that it wlll commence opeiations on the date spea�eQ In the Motice to i'r�eed and t�at all work sa de per�armed under the provisions of this Corrtract shall be dane accarcling to apeolf'ica�ons,subJect anly.to delays caused tfirough no fault of the V�ndor. venaors Rearessrnations: Vendor makes the fallowing represer�tatioris: o Vendor has familtarized himse�with the nature and extent of the Contract Documents,work, locality,and ali it�cal conditlons,and federal.state.and locaf laws,ot+dlnancaes.rufes,and reguiations that in atn+m8nner may ai`fect cost,progress,ar perfarm�ar�ce of work. o Vendor declares that he ha9 examined the plans for the work and other Cantract Documenta relative thereta and has read ali the addenda fumished pr�r to the�r��osal,and that Ver�dw hae sat�sfied itself relattve to the wnrk to be performed. o Vendor has investigated and is fu�y lnformed af�cvnstruct�n and labar condltlons,of obstructlans ta be encountered,of#�e c�a{acter,quaNty and quantntes o!n�rk ta be perfcrmad, materials ta be tumished.and rgquiremenis of the plarts and other Contract Documer�s. o Vendor has glven the District written notice of aN conf�cts,errors,or diserepancles that he has discovered in the Contract�ocuments. o Vendor declares that submfssron of a proposal#or the w�k constltutes an incoMrovertible repreaentaUon that the Ver�ciar has compUed with every requirement af th�Sectian, and that the Carrtract Documents�re sufflctent p�ecope and detail to in�dicate and r.onvey understanding of all terms and cordition8 for psrfarmanae of work. o Equat Opportuntty: Vendor assures that no person shall ba discrim€nated�etnst on the grounds of race,color,areeci�natlonal origin,t�andicap.��se�c�In any acdvity under this ContracL �+ro�r�t D�trllCts 3�e !S oi 62 Pru�chass ot e�s P�rmpsr Fl��n�irs RFP�1 iP-0Ol PART 2 EVALUATK)N PROC�SS PRaPOSa�Ev�►w�►noa This Request far Propasals in�du�fo�wing all 1��rocedures in th�document and sending the sealed �oposal irrforma�on�the Purcha�Dep�rtm�rt by the due date and time. Proposals vriA be evaluated vn the followir�criterl�: �actor D�sc '� Polnts General Requfrements 1. How well the equiprnant pr�o�eci meets the requ�em�ts of tt�e technicai 25 s ificafiot�+oont�lned`a��R b►P Cast �' Total cost to the Disbrlct 30 Wsr�arttles 3. Mow well th�propt�ser m�s ii�mh�irn�warrarniss specffled on this Proposal 20 4 Vendor Rsferen�s 15 Feedback from cumaM a�p�t cus�orr►ers of�e vendor. 6luality and Can�r of Prapoeal 5. �uality.profiessbnalism and c�iseness af Pro�at�d vf arry re�qu9red '10 su err��ubm�on. Tota! 100 O�1C@ p1'OpOS�IS ai�r9Ce3V�Bd�t#1e S'�i0it G'Oftim�t88 TII18�11be�s WiN kldepeRd@nUy I�BYi�BW 98Ch SUb�11lt�Al arnd score each�apasal ba�d on i#te e�ation criteria, Tt�e awatd w�l be baseei on the propossl that is most advantageaas to the Digtrict. The Distrtct resenres the rigt�to apply the evakiat�n cri�eria in any manner It deems nec:essary and to evaluate each f�m sep�ra�ely ru camparatively,us�these cr�eria in any areight or Importeu�ce as ft sees f'�. The DlsMct alsa reserves tfie right to aeelc darfficafion from prospective flrms an�+ylssua in a �+asponse,Irtv�s spec�f�c t�ms for s1�r+�s or cx�pr�rr�or�,or take�ny action it feels necessary to properly evaluate ths s�nlseions ar�d c:anstruct a sdution Irt th�D�StricYs b�interest. Fallure to submlt the�equested iniormation or recµ��d d�meni�tion may►�sutt at the lesson3ng cf Nte proposal�ore or the disqualiflcadori M the pr�osal respanss. Do not attempt t�+cont�t any Seleqbn Committee Msmi�',staff ineml�or person other than the Purchaslnq Department#or relating�thls proje�t. Anyane attempting to lobby Distrkct representatives will be disqualified. The Selection Commttlee wAI rn9et�evaluate propQS�s on Tuesday,.lanuary 4y 2011 At�Q:30 am at the Villaige Community Deveb�me�t Distric#s Purchasktg[}epBrlmeM, 1894 Lauret Manor Drir►8,The Villages,FL 32162. �nae the proposals t�ave b�n rerievrad arid scareci by the selec�on committee,the reoomm�datian af avrarc!will be pasted to ww�v.demandstar.t:om and w�rw.�av.ors�. Proposa!awarda are aub)ect tn Board appnoval. Vfflage Commu»Ity Devsropmeqt Dt�cts Pagf�i4 018..' ��t�er�t Rurc►�e ot a Resc�re Pw»per FMs E�tne RFP'�11 P�07 P�tRT 3 RROP4$AL SUBMITTAL An originak ar�d flve(5}copies(iw a total of 8),of each pmposat shaN be submitted in a se�led enveiope, prominently mark�d on ths outsiala with the word�,"RFP#11 P-007—Purchase of a Rescue Pumper Flre Engine". Propos�ls submitted In express,overnlght ar cvurier envelopes,boxes ar padcages must be prominently marlced on the ou�ide wilh the words,"RFP#11 P-807—Purchase af Rescue Pumper Fire Er�gine"and the conitents se�aled as requlred. � I7eadNne for 5ubmissrons In response to this Request f�Proposals:Proposals mus!be recelved no tater than 3:DD pm,Wecinesday.December 15,2010. Pmpasals submitted by FAX ar other electronlc media wiU not be accepted under�ny cfrcumsta�. Late prr�posala wHl not be accepted,and will be retum�,unopened,to ttie Prt�poser,af the Proposer's sxpense. • Any person or a�laie who has been placed on the cornricted vendor list fallowing a convlCUon for a public entRy crlme,may not submit a proposal on a�act to prorride any goods or servic�� a public entity,may not submit a proposal on a coMrac#�ith a public eritti�r far the Constructlon or re�fr of ar+y Qub�c bu�ding or pubtfc vvork,may nat submit prapo�als on leases oi real property to a pubac entit�►crime.m�y not be awarded or perform worlc as a vendor,supplier, subcor�ractor,ar cansultant ur�der a con�act with any public entlry,and may not transact lausiness with any public entity in exoess of ten thousarx!dal(ars,($10,000.00)for a perfod of thirry-six{36)months from�e da�of being plac�or+tF�canvicted vendor list,pursuarri to paragraph 2a af Section 287.133,�lorida Statutes. • The'ilillage Genter�ommun�ty Development D�res�rves the rfg#�t to r�ect�rry and/or a11 �oposals,reserves the rlght to waive any�rforrRaliHes or irregularities in the prt�c�al,end reserves the rlgtrt to awand cor�tract{s}in the bes�t Irrterest�the District. VAUsge Com►�°►ut►31y D9Vela,pnient Diltl�cG� PBqrs 75 W�2 Pur�chaalrl8 th�rfm�nt Pwrc!►aas ot a Ra�e Pumpar fMe F.nglrre RFP#�11Ps,007 PART 4 P�OPOSAL DOCUMENT3 PROPOSAL COVER PAGE Name af Firm, EnNty or Orgsniz8tlon: Federal Employer ldentificAtlon Nurnber(EIN): St�te of Flortda Licsnse Numl�r(If Appllcab�): Nam�of Coritact Person: Title: E-Maii Address: Mailing Address: Street Address(if different): City, State,Zip: Tele hone: Fax: 4rganizatlonal Stre�tuie—�C�ck�e: Corporation❑ Pat�p�ership C] PropMetorship❑ JoIM Venture❑ Other❑ lf Corporation: Date of Incorpora#lon: State ot Incorpora#lon: States Re�istered fn as Forelgn Corparatian: Does your f�rm accapt Vis�for paym�n#? Yes❑ No ❑ Authorized Sigrtiaiure: Print Name: Signature; Tit1e: Phcne: ' 'Thls docur�rt mtrst be ccan end�wfth ur Submittal. Vfllage t.bm�nenitr Dsvelapment D►sMcts Feg� y8 of 62 Pvr�chesing D�par�mant Ptmcnase or e Reac��v Pt�anpr�Fir+��ylrts RFP��tP-007 PROPflSAL FOFiM VILLAGE CENTER C4MMUN1T1l DEVELflPiMENT 81STR�CT , �.�►�a1`' � 1� � ��� � ` ,:� `� ��.--�- � � � 0 ���.�.., �...�„ '. r. . ,.���• Name of Firm Submitting Propt��! Name of Per�son Submi�ing Proposal PROPOSAL ACKNOWLED4AAEN'F "The undersigned,as Proposer,hereby declares�at he/she has informed himselffierself fuHy In regarod ta al!condi�ons to the wark to be done,and that he/she has examin�i the RFP and Speclfications for the work and camments hieretv adtached. The Vendor prapose.s and��s,If this proposal is acc�ted,ta contract with the�Ilage Center Community Development Distiict!�the farm of a Purchase Order,to furnish all necessary materlalg,eqWpmarrt,machinery,toofs,apparatus,means of transportatlan, lebor and service naceesary to complete d�e work cavered by the R�P and Corrtract Documents for this ProJect. 7he Propasee agrees tn accept in full compensaticm for eech itsm the pric�s nam�d in tha schedules Incarparated herein." T07I1l.SUM PR�POSAL..................� Signature D�te Thls document mus[b�e compll�t�eaf end netur�ed wMh your Submltta! Vft�ge Co+nmunlfy D�oprtier+t Df�tr�ts � f�t7of 62 Punchaslirg tAepartmatit �o��R�aus Pun�sr F7re Friyir�s RfP#t 1ROO7 EXCEPTidNS OR DEVIJ�►T�ONS TQ SPEClFICA'flONS Note: Proposer mu�t sign#he aPP+'�P�a�e s�ement below a�applicable. { ) Propaser understands ar►d agrees to all terms, conditions, requirements and specifications stated herefn. Firrn: Signature: ( ) Proposer takes exceptions to ternns, oonditions, requirements or specKicatlons steted herein. (Propaser must itemize each exception belaw and return with the Propossl Farm.} �irm• Signature: Propaser should note that any axceptbns taken irom ihe stsled terms erxilor specifications may,but not necessarily wiB be cause for thdr submlttal to be de�mad"non-respo�",r�king reJecting of the subm(ttsl. �c�+ed ara additlonal pages. Thls doctjment must b�comp�s#ed and retumed wffh yo�r Sr�bml�taf VlN�ge CommuMty taav�lopn�e�t Dtat�ta P�78 a�6? Pu�hesfng Deperbnent f'u�lror�e oJs Ra�Pun�rFlro En�rine RFP#t�P-0i07 DiSCLOSURE OF SUBCONTRACTORS, SUBCONSULTANTS AND SUPPLIERS Name vf Firm Submitting Propoaal: (Print or Type) Name af Per9on Subrnitting Propasal: (Pri�t�r Tl�ra) Pla�s�list all Subco�rtrectors,Subconsulta�s or Suppilers to be�ed in cannsction with pe�rformanc�of this cantract. AttaGh additional sheets as necessary. i�tme o#�irm or�ncyt Addre�s: Te�phone: Cantact fVame i T'rtte: F�me of F"mrt or 14�ncy: Atlolress: Telephone: Cartact tVame 1 Titte: Narne+�f f�'m'ar J1�ency: Address• Telsphone: Contetct Nerrte!T�le: Name of Flrnt ar�ency: Ac�dress: Telephone: Cattact Name/Title: I�ne oi�m w�I�+cy: Address: �'el��ne: " Con�tct Name/TRIe: Thls docum�nt mu,�t be compl�ted and�et+crrned wifh your 3ubmltt�l VIAfe�e Cvmn►unl[Y GeyelcPt�nt D�s�Cts P�►e 1s o�� P��hBSln�Liepsrl�Rer�[ Pvnch�sse ot a Rearcua Pum�per 1�ns Enplris AFP�9 iP-007 PRQPOSER'S CERTIFIC�ITI�N Subm�t To: 1l�leAe Canm�Oe�lopment D� P�ig Oepa�4merrt YILLAGE CENTER CAMIMUNITY DEYELOPMENT Oi$TRIGT 189f LBUre!AAarar Dfi►e The Vl�sges,FL 32ibz REOUEST F�1 PROPOSAL�C[Iil'IFICATION Pitone 352-751-67Q0 Fax 352-�57-6i15 AND Af3DENDA ACIQVOWtPI]GII,�N'f DUE aATE: Deoember 13.2010 DUE T�iAE: 3�O�m RFP�11P-�7 TITLE: Purchase of�fi�cue�Fire Er�gtne atoow �: . nx r� . ISTA . AD 86: 9.U�e underaignad�ceMliyi�►at I have ta�Aawed dre add�da N�ad belnvr(��d a�da�rula rec�vad to dSte}. I undetstl�nd tim�timehl mmmer�cer►�e►r w�16e sxreslderod H eward��s AFP and lt►sR of av�rd wi9 bs oon5idafed if!r.ommencomw�t 1Nna� nat met.snd thst�Imely�ent ma�f 6e causa�r �Y�al d�rnay�cl�ms. 1 funh�eertlty That d�e servlces wl� maet � exaeed ths RFP I, tl�e und6�, de�are �rat I have caretuNy examNbd d�s RFP, speclflcetbr�s.t�nns and condNMns as�far�Repuesl�and ths�t�t U�d�+iamlllar wflh�I provlslone�nd tMa qualkry+and�pa d oaverage and snrvfces 1 iu�er dedara ihmt 1 t�e rwt d�d,dtar,�eed��ca�r�ed�s RFP with any t►�er Dlfera�d hanre not cu�wdih�r U�rois or psrdes to an RFP+�t tor any fraud�leM purpcee: Addendum# A�ddendum# Addendum# Addendum� Addendum# N certlly that ti�is quoie k meda wlq�aut pri�r�+�.Lbr►treck ar��h ury corpaallcn.Nis�.or pereon submllUnp an f3FP for fho serrut metede�.s�.�M ar�arvi�s aMU!ia ln��peGS 1ak and+�thout colluiton ar tr�d. I�ree ta abi�t�r aN cor�dtllor�ef�►is RFP�d cerillyr�I am sWtw�ized iro slgn IE�s r�r�e anal ihet tl�e a1Bx��r.ompNaoce waM�oll re�remer�of�e RFP.�g but rwt i�ed!Q ct�ioa�on requtremenls. �€�ilnp ai�s wi��apency bf YAlaye Center CommunNY�e�eloPmenl Dt�r�q��rtr�t�g Communlry+t?ear�N D9sMct or any Viq�e Commur�y De+reloPm�t �dict,restwndeni agreas ihat if U�is RFP�socapl9d,the�pof�derr#wIY tx�rt�se�l.asslAo.or trsrsT��the[?ia1dcls�/r�e. tltls a�ul iMer�In�to aA cauae8 of�Ion�m�ryr now or hereaf�r aoquire ur��e and-tiust lews oi�e UnRed State�for p�roe ibdnD�tir�p ic the�lar cannad�s�a�es pur�h�ed ot�quk+ed ty the�. At the�latdds'dlscrotlon,aiah �m�d ahsll be made and beo�xne e[lec3ffive at iha t�a the P��ing agancy renders�payrt�nt�o!he reapor�dent.' Aulttorized Ag�t Name,Tdle{Pr�t) R�1tCrined$iynature QeGe This form rnust be I�#ed end returnecl wltlr r Subm/ii�l ��t LT�tr+i�s Pnya�l of� � s � ���� � a '�� ~���� pS �8 S R a � �p a . �������g�������g ��g��������$������p&��g�� ����������� ��Y�� � ������������� ��������� ��� � � ,�� ����i §'g3 S��°- ��� a7�`r8 �� ' � A�e� "� �S � �Q � � �g�gQ� ' ��oZ 'Q �� '� - �� � � _ ���� � ����$�i �� ������ ���� �g:�a�a a� a ��� � ���� ��p�o a �Q��� a �� ,y ����� a�������" �������9 ���� � ��� � ����� � ����$�� � �� ��g ��� ����'� �����.������ +c= �. �g�� � �.�� ��oe� �es�����°3��' � ��3 �! �� �� �'�� � � . C!�°�. �~'s � �-� �i a � � � c � � 3� �. k� �e++� � c $� � � � � ��� $ 9�� �_� �� � a �� a ���Z�@ � �$ �� ����� ���IDa �8 a����'°� ��$��d ���$��$���'� ��m���� g�a'��a��°r ��������� s .� � a_�" � �� '� � -: � 3 s.� „�� � � � � � � s� � � �� # ��s ,����-.� ��g .° � ��" � � �_ � � q�. �,��'�, � � �:�o� � � �$�� $�� � C ����'�� � g� �'�� ������yg �o�� �. ��� ��3��s��;��� ���� ��� �r���,93 ��a�g�yp � � �R O � �� � � � �� � g v�°��$�'�i! s��i m� ��� �e• S�s � �'�� ��S �r � ��g� � !� ���� r � � $� � ��� � �a � .��q�t � �� ,�a �� �•��� � s �e � ��� �� ��������i��� a�� � � ,, a 3 t �� g$ � �. '� 8g� �3,��� � � � � �a�g�� m �' �� 9���. � �g�� „ ���� ^" � �i � ��� �3��� � ��� ��� ���A� a a �"e�5�� ��� �R� s� $ ���� � � '����. �. ����,�-yg$ ���� € �a ������ `�g ��3� � g � � �� �'m � ����� � ���"� C' � $8� � � �� 7�°� � ��.�3��.�� g� �� �� S g � �y —��i �� ���,m��O � �g �� o s � � � ��: �*��� �r � a� ������g� F ���9 �� ����i� � • � ��g � R�� �;• � �� g������'�� � �� � �� � ��a s ��, � �� � 3 g '� ��,� ��� (A � Q' � �.�. r g� � 3�� ��g�� -..a� � �g $ � �s �� � � � � � `� � ��� ��'�3�# S��° �$g� � �� � � ������ � � �'fia �� ��� a����"°�r � ���� g�■9 � Q � ��� �° a � $� � � � �� � . K � �� st a � ��� ��� ���� �g$ � $�� .�� � � ���� � �:��-.�� ���� � � � � ���� � �� ��$ � � � ��# b��� ,� � � #5�� � ��� � � �,� ���.��� I g�� � �s $�� � �5�� ��� ��� �� ��� � � � �� � � � � b �� ° �:� "3 R �� - „ �s �� �� a8 � � � � $ , � � � � �� �s� m � �. �� ; � .� � � � � �. � � � � � � � � � � � � � � � q � �. � � � � � � � � � a � � �3� � �. . �� �� � �� �� ���$ �� � � a�s 4 �� �� � �� —� �� a � � � �. S -� � s �Q � a � � � � �� � �R � � a � � � � �� $� 8� g � �� � ���$� �� �� r �# �g.�� S ��� !� $� � � ��..�' � -rr • �'� !! � � $ � g ���$ 0 � �� !! $ ov4q8g ���Q5, � ����� � m� �� S' ��$�6� ��4t� ��� ��� � � � �� �� O � � a d�`� �°� 9��� S6i �$7f E.��.YB�� �� 5����$� �� ���St�S$��L�s�� $g a� ° e��� � � � � � _� $����� �_�_Y ��._��. � nyaa Q 9} � � 3� � � g3 � ��� �S$�� ��� � � � ��� i �!@3 ��y i' �� p ���a,S109< � O�1 � 9 a � C W � 7� 0 .• B$ � C ����������� ��s��a ��$g�������������������l�� ������ ������ � ���� a��g�� ���������_ �� N � ��� � 3 � 6. � B° � �� - r � � �g �m8� i 9 ' � � � � � � � �g� � �� �� �� ���aS����T� $ ��9�t!���� � � ^ � 5�����3 ���� y���� �� ��g�� a �, �� � ����� ��L3�� �g �� � $��, '�°°� �� ���.� ■ �� � � �� ����� ����g ��� ��� $a �y�s.� � O "' � ���� a�, g�� � � � � �g�b �, �� �' ���g� a���� �yg:y � a � �ja g�[ '� C'? � $gt� � � � a� ���s°��� � ���e�������a �'q � �� � $� � �iti � �v� � �`g- ;�" � �� �� ! a� Z" E" S� � � � �� � �4 • � i s � ��. it � �g .3 ��� '����- � � � �� � ������ � ����;����� �� � � �-���� ����� �p� � ���� ��g� ��� ��� �� �� �� ���� O � �s � a� � � � � m �� � � � s� ��`� � Vj ��` 8 ��� g� osy�� � � ��$ .°� 9 � a�e ��b�s �i� �� ; � ��� �,;�; •$s �� � L+ � � a a' 3 �� � 'a �� �$ $ ��' � r a ��� � � d �5�� �� � �� . �� � � � �� � � � • s g �a�� �� �6� aa' �� � � - F ��n � sg���,�� �� � ,g�.�� � � ��g � � ����. �� e ,�. � �g �� �� � � �a �� � �3 �a � u� � � � - ��s � �������� �� �� 6 � � �sa�� � � �- �6 � ���� ��� 9 e� �<�� -°�� �Op� � �'eR��' � �� �3���� �����'� ���� �� g"� _ �� �,g��y � _�� � � �'���'��� � � �� 4 �,��$�g �� �� $ � $' ���� � e� E � � =ia��� �� �y.4. ��gji'i S� �'�'� - '�� ����� � � � ±$g$ ������ �� S� r� � ��� �:��� �� i�Q�i�',�a ��L� �� � � � ����n� � ` ���' ���� ��:��5� . �� �� ������ � ���� �.� �,�a°�� � ����Y�; ��i� � �� ���r : � � � ���g��g g�p : ��� ��'��� � ����e �� ,��gp � � ���� a� � �� � '��� � �� � � �5��k�� � � � �. � ` 8 ��� �6�� � � � �� i � ��$z� 9 � �a �� ��a� � � � �3 �. � � a� �� �• � � ������� � �- 4� � ��� ��� �$ �� �� � � � ���� �� a� � � � g� � � � �S� _���� � ��.�- � �'a�� ��� �-����� �t� :� �e° � ��� � ����r � • � � ��� � ���� �Q � a �� � �� �o. �. �s ��� � � � � �$� �.�, g� '� � '� ��a� � � �. 3 � � 3 � _ e ��.� � � g � s � �� �� � � � � 3a sa�� $ � � �i��� � �� �• � � � �� �� � ��� S�= 4�� $ � �� � ; � �,� �� � _� �� � � : �� � �. � $ � � � S �q Y +� g�� 8 x� S' �� � g �9 • � �� �s �� 3��g��'° ��� �$a;� �.5� ������ � �� � ��,�� � o � � � � _ � ��� � $ 8 � �� � � � :� �� � � ��� � �s � �� �� � � � �� �� �� �� ��� .� � � ° �'��s� a� o� i � �� $�� �a , -�� �.� ��� g y d $ S ���s��� ����. � qs � �.e�� p g���a���8��� �a����� �$3� 3�� $� 4� '�� �e� �a �d�a�?=s�a s'����i � ������� Prrrichase of e�SSaie Fumpa�r Flro E}�Qhte AFP�R T 1PW0T DRUO FRLE WWiKPtACE CERT�CATE t.the undersigned�in accorclance wfth Florida Statute 287.467,hereby cerWy that, (prlr�or type n�ne of ilrm) • Publi�hes a rvritten�tement riotify�ng that the unlawfu!manufactur�,distributian,dis�anslnp, possessicn or use af a cor�troUed suk�atan�e is prdiibited in the workplaoe r�amed abave,and specifying actions that wiN be takan a�ainst vlolatfons af such prvhFbition. • Ini�rms amployees abvut the dangers of drug abuse in the virork plac�s,the firm's policy af matrrtainir�a drt�free wvrki�ern�ironmerst,and availabla�ug counge�ng,rehabAitatfen,and emp�yee assistance programs,and the penaltles that may be tmpa�ad upon employe�for ctrug use vfolations. • Gfves each employee engaged in providing commo�ties or contractual services that are urw� proposaf or b�l,a copy of the stat8ment spe�Cified above. • I+latifies the employees th�t a�a condRion of working vn the cvmrnodRles or corrtractual servtces that are under propcsal or bid.the em�aloyee wfll abide by the terms of the statement arnd will notffy tfie employer af any Convlctlon of,please or guilty or noto cor►tendere to,�rty vlda�on of Chapter 1898,or of any co►ri�rlkd substar+ce!aw af the State trf Fk�rida or!he United States,for a vialativn occ�rring In the v�rlc�ce,na�ter than five(5)days aiter such convlction,and require�employees to�I�copies of such amitten(')statement to ackrrowledge thelr recalpt. • lmpose�s a sanction on,or requires the satlsfactary pa�n�,a drug abuse assfstance or rehebilitation�oQram.if st�ch�s availabler in the emplay�ee's commanity,by any emp�who�s so aonvicted. * Makes a good faRh effort to can�nue to maintain a dn�g free work pk�ce through the implementatlon oi the drug fr�arorlcplaoe program. • "As s person authorized to s�rt tfils sfatement,I certify t�at the above r�amed business,firm or corporation complies fulfy with tfre requiremerrts set forth herein°. Authorized Sk�nsiure DatA Sl�r�d Stata of: � County of• S+^rom io and subscr�d before me this day of .201� Rersonally krtown o�Praduc�iderrti�icatior! � lSp��YY TYPe of Iclertil�cs�on� 3ignature af Notary My Gommission Expires (seat) ThJs docunr�rrt muat be co�np�e�sal 8nd r+etun�ed w�t1r your Svbrr�lt#�l V1Naps Commw�lfY��P�t� P�p�s 22 ot B� Parcha�rin�1�aartmelJt Purrclraae ora l�saus Pr�mpmr wrtr L�ngmo RFP�rtPG00T VENDOR QUESTit)NNAIRE AWD REFEREiVCES (You may erse a seperete sheei for�bbnallntormation) VEN[JIJR: DATE: 1. Wh�@ 81!'@ yOUi CORJOf8t9/buSiTi88S hBadqUBfier8lc'�CSt6d? 2. vVhere�yo�ur factory lo+cated? 9. Wh�re is the nearest full se�rvice ceriter? 4. How many years has y�ur orgartl��tVon been�business u�er yaur preserrt bu�iness name? S. List all pr�eWous business names of your orgaRization: 8. Will you furnish a written guarantee that suf�icient replacement equi}�rnern and/or r��lacement p�rts a�companer�ts wlll be ava��le at your facil'ity if requested within a minimum 24-hour Pef�Dd? 7. Wili yaur oampany provlde a wr�tten copy of the manufacturar's wrPtten or ex�xessed wr�naniy an the equ�ment? Provider must stet�length of st�►ndard waRanty and any extended w�rranties availabfe as vaell as all requiremente for the District to remain wfthin warrarrty complianCS. S. I7oes your oompany coniract out ihe warrarrty rePair work? If so,how long h�s your comQany done thia? How long has t�e current ve�l�en with your campany? Please provlde name, address and phone number of vendar, Vl�e�ammrtnfty Dev�tcpmant Dtstrlcts P�e S3 0�B2 Punch�slt►�ae�p�srimsnt Pu��e M a Asscue Pun�psr Fhe En�pino RFP#1 fP-00T 9. H�ve ynu ev�f8iled to taQrnplst�anr worlc aw8rded i�you in the lasi 3 years? Yes No . fi yes,where and why? 10. LisVdescr�e tive(5�c�n vYtth sunil�r specificatbr�s it�you currerrtly ha�or hava recer�ly compie�ed. Pro�ct Locatlo� Dale Cor+�aat Amo�rti Contact Ne�ne�P'hoM I�nber and�ax I�mber � ��. Date Co�ttra�t Amourd Ca�Nun�.Phorto Numbar ar+d Fax 1+4xnber ProJaet Lacation bate Contract Mwurrc Cor�Name.Phorte N�r�4 Fa�c N�r�er ProJect Loca�on [1�te Co�ra�Ct Artioum Corrta�Nan�,Phone Numbsr snd Fa�c Ffumber Vfllage Canln7Lf11fy D,s�e/0�lt L�ctS Fag�e�4��t PuncfeasMg Depatrtmev�t Pur�f,�rs�s of a I�t�a�r Pb+s Fi�1n. RFP A�i'I P-007 pro�ec� �°°au°" naie cornr�nma,rn Contas�Nerne,PF�na Nunbor Hnd Fan t�qnnber VEHDOR'S AFFlOAVR Stebs of Cuunqr of Besone ma peraoneNy appearad who Is(t�te� �f(the co,r�ry dsscn�b+�d t+e�in1 being duly swnm.�pc��ssy�at the fore�olrt8 statemer�6s are s true and eccura�si�en►en!���t oE mki orpat�llort as a�the dw�aretrF.�d.�the staEEn'�sM9 end a�tva►e to the foneOo�+D�P��4��naits�oorrect�d tr����a date af�e�vk;�,th�he/she undarstande tl�at Ir�Mional kx:lusion of Aa�se,ctaoep�ivv.or 1ra�r�nt ot this ep�on cor�es irewd:and,apreee to iumish�y perUnent�n requested by Ths DisRict tiearned�c�ary to ve�Ny�e mada��is l�iplicallon or regerdit�g� abWy,stanar�g anci 9snsrat rsp►�aUo�c�t Ihe�p�. Peisaoally Known or Produced bder�liddian Sdrom ta and su6ecrbed b�ara me tlds day ot _ .201a NQTARY PUBUG-$TATE OF_ (Print Na�e of Notarlr Publlc) (Sig�sturc at Natary PubAC} 1/�l�e CDIl111iW11ty�ISYldO�ilp�ftt�Cts P�QB .J 0162 PUlDhBSil�f D6�A/lIJfOAf Pur�ai a Re�cire Pumper fke Englne RFP#��1P-0QT W-9 (�ownload th�s ionri �t 1�llr�rww.irs.aovloublir�-ndflfw9.odf j � �'"� R�qlt�st far T��f �fr•ronu�ae"et ��� Id�nfiifl�atlon Mum6�r�nd Cert�lca'tiwl ,�"��, ►wn.ar..Nwn a�p.�.4n.ea ntr�d ry � 01�1f6�{p�f WI�t�R1�YC�D 6 qucN�apur eu:0 e��1r � � ❑�� QLMIrAllblyeqepw�il�rfl��d�ilp�da�l�,0a'drl�li�P�pM�►....o� ❑� a ora. s. � �SaaaR�t.nsr.ar.�,.r+pt or�yNr w.y e.4rdrti�o+xf d��peb�1 . � �91'���lo.�7P Hd� � URIEOWURfl�nil�iwi�11� � GtiE.r�prr n�11n�.�ppapA�e►�.�me Tw p�orltl�a nw1�t.+�M t�s e.+. on uo.t iQ aeela �+•�r� r�cap w wr rar,asarr,grs�yenr..mar raa�j rx�qsry.�wrr.tnr�reeiuert � ar �n,�oM prop ar�as�r�a�;aw yr F�wt��erau�ana ca p�J.fA�r wrluw.N M ;�is rnwoynr p�Rnla�en mmor(�q.f�au ao�at�a n�c+�r�sN�,tif ro qr o 7�++an pg�i °r r�N�tus eme.�r r x�rnaw�n e�s nw�1�soa�.arrt vn p�q�arcr�lrl�:s�,wno:r ��� iwmorr t�anhr. �fCafi0�1 Utqw pr+un�a of pMµeJr,I dlrUlr tn�t: 1, li�IY�RIlri�C111�11r'1�R1 Ia 1'la 0011'!Ct 1i1�IK�i111NClib��f�IW►�f I fll Wi�l'IA IL'y'a nllYfEK D7 W kri�Ntl b III�tll'Itl E. 1 en�rfEt iUl�aet b Wcf �lMriCtllnp C�ea1A��]1 a�t rY1Ff folli Csdelp MEMnlEll7p.d¢'M,!I IINa�ot bMl RdA�tl 'tl1e MO�mtl RY�rentls GMII68!�13��1 Yf tir'�d�C�OA)p MlIIIOkN�is s Aal!af r tNlR b n�folt�h'isTSt CrelNdNlaR,at,�'i�fp IAS IIH na�Ore�frkl�rn no kle�pM4�peliolticq.piAfiakt�p aid �. 1 n a u.3�cl�n ar olher u�,p��an(if�lted EMaa� c�m�aan a�tueuons niu�tm�a�s out 11��ao�nr n�u nw ann�t yr n�n�nue yau ara cnar�nty�uq.et to o�aup �tr�lung ueavAyo u heA uwtli�I�pa�t n il�nrt s�a s.lwndr an�da t�t If�at€orr�u 6�tlfliY+Lanc��II 2 aau�l�t rp�pr �FEP D Mf��t��tl, � N�CNI�IIIIfOR oI wc'Jlb plapelqt.Ci�Ia a�t�itlt OOli77liQY t�aY II1�M�IW mwit"-� 10�CIfM.!l�91M��/UtINf�M�ftSf�110 U�Md�1111l.�+d!i�1'IOk AI}Illd$91�11110 CM�kilbll.bYC�1011 I'I�ISL �En w�a�rl:ar I'�1M tf i�.�'.�M O�Y M` WG71E��) ���1� �N�iIY[f 9P w ER$�pW!�li.F0/Ti�t�l(J11p0�i��109 0F7 ad�en�r'����w D 1M Irtaral Aiexr,�s Ged�ui� oareidrd aUA gr�an if7e�u r� •An In�hidlld�ho w r U� al�n tt�8 n�id��wL �A patrrel3p�oa�o•�ridn,aan�ry,w�scimion ca�ad a 1�1#'pL►'3+ED Uf FCx�IR ory�r]in 1hr Unll�d 9irlr a w�d�r flv Mri�af'd'r 4kli�d A_p�rmo N wq.ererl m i'F.r�rntomwMn r '���• ��,yi..aee ptl�er�ten.fie�fer+w�„v IRS rtuat ctrorn ytwr a:nioi br�+. �mAnbn t1'!� io�ae,tcr or.rpl.,iev�.p�tlo�ot►+�d a�u. .A,�oue tr idfr�d�n Ihy�u+�...awn trs�eac�e�r.mx►p�ge i�neat pa pad,oc�Mfr,n a 9ot�no t-Y�, �R af tNOlrid pl�p�,.ar'ICrM(on oR d�he.sr lv�rs 4w wrah�e,P�t�iF�s�!o�r.t t cw�oer you r�to�n IRR, �or bianees�4lr+l►KI 9C�a v+pswaWy�uirrd ffi U�r�amkti�o w�r K yw w�U S,�p�►aan�+dudG�p e �a?a�Inhcf�uoe�oati myr k�ne9pn pup»d'�aF i+ean� riefd�nt�fr,�eo Pr�ds f�u►aortsot TN Oo tw Fr�on fan wr:h bu�wis,Fuetlnr.�ovl�fn ew��wh�r�F�'�e�m�W�O Aqueeinr R phs rrquntRi r�,�tra��hh,ioe h��6rn wnei�.w1�a p�ro�5r�p tt r��Nr�A�c��tMu1�'O+�t 1.Cp�ttffy 1h�tl�3 F�1�i aa lkp�!f aon�at(Q yau sa e ptlrMl i�a ienyn p�,�rd�My tlw�I,i�10 tef. wNYp for a nrw�r fa i»� Thenli�o,��ou ora r U.�.pwinr►�Ira��,�wlrrr�Y 2 G�c7y tl�t�n�n�t eNaject 10 psaluq ritl�hvl3�,a P°�°1°�V�nad�or bu�m elw Unlhd 9�va. F�'oSAds Fnln�Y�A is iD nnhfrh t U�. �a�f�q�F ���aµwNf if yeu M a tl�8. �IhA ewd sv3id rrM+l�l�d�sra of� If ,�4q on iba tlnR ar a p�em'w ps�x���ur eir��af�r �oa�rr frm Ths�rnon who FcnniN-0�d1r e U 9.ttrd�er t�+�rca N nae aE� �a ri��t�t t p i d r�p me an u�ow fa�pn Prl�e�s1m d alhcdsa r�mnrwtid i�nr � d�a6��hr U.B.st�ar��fxidln, NNa E e ++au afarm aMr Urrt Fax�7�FV 1e at b a�aa61�d+a� rwt inoonn f.�+m f�pr�tQs � ��np�t u M h'1�t.�t�r'r 1 6 r rn i 2 f a f��af Driwor in tir Ih�is�a�lap�s' •rYr�N w m Fam ES�. •Thr 1i:3�c+s�rr af a eiwgrd�d��1d nat�M�Ity; atiw wesat �ns p�r.u�aeo?� 1/1!la�e Comm�nfty Development D/atr►vts P�a 86 af 62 PurCheainQ Dsp�rtma�t P�i+chersc of e Re�ct+�e Pu►nper'FJr+e E�rg�ris RFP�t iP-007 NO-PROPOSAL RESPt}NSE Vlllage Gammurrtty Development Di�ricts Statement of"No Proposal" If y�ou do not irrtend to submlt a proposal ftar thls project.please cs�m�lete and retum this form�rior to date shawn for rece�t of rxoonsals to: VNlage Gc�mmunity DevelopmeM Dlstricts,1894 Laur61 MBnor Qrive, The Villages, FL 32162,Attn: Eva M.Rey,�ireator of Purchasing arui Suppart Sen�ices. We,the u►uiersigned,have dgcAned to submit a prop�a!an your"RFP#11 P-007—Purchase of a Rescue Pumper Frre Engine"for the foAovWng reasons: Speclf�ation6 are iao"tf�ht",I.e.geared toward one brand or manufacturer oniy c����������wy tnsuff�ierd t�ne to respond to the Request for Pr�posals. Ws do not offer this product/s or equlva�errt. Remo►re us from yaur propas�s'fist for this commoality ar service. Our product sched�le would nat permtt us to perform fio speaficatfons. Unabie to meet s�ecificaitnns. Uhable to meet insuranc�requlremeMs. s�ectf�ccatrons uncrear(piease exp�a�berow}. Compeb�don restricted by�e-approved oymer a�ndards. Othe�(ptease specityr belaw). Remark8: Gompany Name: Add►�ss. Signature and Title: Telephone Number DaEe V1IIege Corrimunlry�Dbvelopment D►sh�4cts Pa�?7o�� Pvre�i��fi»�n# P'ur�ch�ae of a Resce�e P+umper�EnONw RFP�fiP-0�7 PART S SCOP�OF 5ERYICES INTRODUCTiOH �DD 1NFORMATION Fhe VNlage CommuniCy Oevetupment�Istrfc�(CDD's)within The Villages ar$units of speclel purpose local governmern created undar Chapter i 90 af tl�Fbrida Statutes. CDD's are widely u�ecl throughout the United States t�provide i�ar cert�ln servlr.e delivery irrfrastructure such as water managemer�t and corrtral(drainage�,iirs c�ntrol,raad�nd bri�e oonstruction and ma�ntenance,park ar�recreational facdities,water and sewer systems,sldew�lks,multi-modal paths,streetlights,and similar infrastructure it�at is required to provide urban aenric�to areaa�that may nat han►e aocesa ta such services throuph a general purpose govemme�t such�s a munic�alfty;There are curret�tly tv�rehre(i 2)CDD's in The Vilfages: Villaae Center Communiiy Developmerrt Distr�t,Sumter landing Community Revelopment Qistrict and Village Community Developmerrt Districts 1-10. A Commun'rry Devebp�ne�Dlstrid is a unit�of locail govemmerit with tho�ecial purpose oi providing the sen+ices descxibed above. As a unit af local gaverrimer�t,the DI��Is sut�ect to many of the same State 5tatutes thst rs�u�ate ci�es and CAUrtties;ot perticular Irrterest are�ose statutes related to ethice in g�veenmertt for the elected Board of Superv(sors,Govemment rr�the Sunsh�ne,a c�mersi�ane of local govemment e�the State of Fbrida which requires 1ha#decisioris made by any governmerrta!�ency be done at a pubiic meatin�;the public reCOrds law,wh�h means the records of the Qistrict are open for reviewr by any dtlze�n;the auditing requiremerRs M which annually the accounting records af the Distr�t are audited by an Independent cerdfied pW�ie aocountar�t and the resuiis of such audh are provtded to the State CFiref F�aar�cial dffk:er{CFt3)a�11ud�or Gerreral;compeUtNe bldding requlremente fer canstruc�lon and mair�tenance corriracts;and various oth9r statutary prpv�bris that protect the irrterest of the publlc. The Vlllages is tF�large�t single-sRe resid�►�►eal estaie developmerrt in tha United States spanning over 26,000 acres In three adjaning counties in CeMral Florida(Lake,AAarion and�mter). The Vlaages eamed the No. 1 rankin�as the fastest growing micropaUtan area in d�e Unit�!States acconJin�to a 20fl8 Census Bureau report u�th a current pa�ladon af approximatery BO,QOa reskients, SPECiFIGATIONS The Village Center Communily�evelopmerrt District Is�qu�tirtg pfaposals iar the purchase at a Rescue Pumper FlrE Er�gir�e f�The Villa�s Pubfic 5afety De�aartmer�t. Quallffed firms wfshing to respond to RFP#11 P-�7—°Purchase of a E��Pumper Fire�ngine°must proWde all equipment and mater�als described in this d�umem,whetfier direcdy or thraugh sub-conhaactiors/sub-oo�ultants. GSENERAL$�OPE It is the intent a�f these specifGcations to cover the fumFshing and delfvery of a'Y�saue/pumpef'fio the Viliages Public S�fety Dep2trpment(VPSD),an operatirtg de�artmerrt of ViNa�e Center Communfrty Develapment Dlsirlct. It is the desire ot the Distri�t�o obtain ihe best results and tF�mo�t ac�eplable apparatus for servlae in the fire departms�r1t. These speclficatbns cover on{y the general r�ulremer�te as to the type of construcHon at�d tests to whicl►#he apparatus must c�tform.Minar detalls of conBtruction and mat�rials where not oth�rise�ied sre left tQ the dlsc�etion crF the cortp'actor,who shall be sfllely responsible for�e deBf�r�and canslruction of ail'features.'fhe apparatus sha�cor�foim to the requiremer�ts of the currenf Na�orial Fire Protection Assadation P�phlet#1901. Proposals shall oniy be consider�d from c�om}�aMea which have a�establ�hed reputa�on fi the fleld oi fire app�ratus construcdon er�d have been in business for a m�imum of twenty(2Q)y�ara. Each proposal shall include a set of"3peciF�ations°These"specs"must include a detailed description of�o apparatus and squipmerrt propas�arnd to wriich the apparatus fumishad under cantract must cortform. Vf�la,ge Community Gevelopment Dfstr�cta Pags 28 of 62 Pu►cl�esing�apartrner�i Purchas�of a Aoescue!'ump�r Fir�Engtne AF1P�`'1 tPWA7 The spec�lcatlons shall indic8te slze,iype,model ar�i make�f all component parts anci equipment. Note:Gamputer run-vff ah+a�A�e not acc�ep�as d�cr�dve ti�erature. QUALITY ANb WdRItMANBHIP The design of the apparatus muat emE�dy the tatest etpproved autamo#ive engineering practices. The w�orkmanshlp must be t!�hlghest quality in its respecth�e fleld.3peda!c�otnslderation shaU be givsn to the following poirrts:Acoessbility to varlot�s areas requiring perlodic maJMenance,ease of operation (induding both pumping and driving}and�ymmetri�l proportiar�s. Construction must be n,u�ed and am�e�afety f�ctors must be pro�+ided to carry Ioads as specified and to meet bvth on and off ro�d requlrements and speeci as set forth unde�"�erfarmance Tost ar� Requirements" PERF�RIiAAANCE T�STS AND R�ti1U1RE1A�NT3 A road test shall be documented wiih the apparatus#ully lOaded and a cont(nuous run oi ten{10)milea or more shaA be made under all drfvirrg cand+tior�s.dur�tg avti�Ctt tlme the apparatus shaN show no loss af po+�ver or overheatlr�.The#ransmissbn drive shaft or shafts,and raar axies shall run quietly Qnd free from abnormal vibration or noise throughout tt�e operatlng range of the apparatus.The apparatus,when laaded,shall be apprvximately 8896�n the rear axfe.The successful proposer shafl fumish a w�ht r�ertfficatlon showln�weight on the front and rear axle,and the u,tal vvaight of the complet�!appsratus at the tlme of de�very. a. The ap{�aratu9 must be cepabie of�pl�ating to 3A MPH from a standing atart within 26 secortds an a level con�crete hl�way wwlthvut ex�ing the maxk�r�um govemed engine RPM. b. The semice ksrakes shall be Capable of st�ping ihe fully lo�ded vehicle within 35 feet from� speed of 25 MPH on�level cor�crete highway. a T'F�e�p,aratus,fu�y(oaded,shall be Capabie af obtaining a spe�l of 50 MFH on��evei highway with the ergine nat excee+ding 95%of its poverr�d RPM(full load). d. T�apparatus shall be tested and appro�d by a quaAfled testing apency in eccordance wRh their standartl practices for pumping engines. e. The cont�actor sf�ail fum[sh oapies of the Pump Manufacturers Gerti�t�lon of Hydrostadc Test(if applfcab�e)�the Engine ManuFacturer's cun�errt Certifi�d Srake t!o►sepowes Curvs and the Manufacturer's Rec�d o�Construckion Details. FAILURE TO MEET TEST� In the event the apparatus fails to meet the test requlrements of these specif'�cations on the tirst trial,a second i�fal may be made at the optbn of the prop�aser with�thlrty(30)days of the date of the flrst tria�. 3uch tria�sha0 be fh�l and conclusi�re and fallure to comply wnh thsse raquirements shall he cause for rsJec�lon. Permissian to keep an�or sto►e 1fie a�araius 1n any building owned or oocupied by the pun�aser shall nvt constitu�e aoCeptance of same. GENERAL COI�T'RUCTrON The apparatus shall be deslgned and the equipment mounted wii�due c�onsideratlon to distribu�on of laa,d between ths fro�t and rear a�clas sa that all specified equipment and features can be asrrfed withaut damage ta the apparatus. Certified Laboratories caertiftcate sha�be submitted by tt�e marwfacturer�nd the melght of apparalus shall mest a11 federal ax�baa laws. The errtire apparatus shall be assem�ed v�in the borde�s af the Carrtiner►tal United States to(nsure more readlly available Farts(without added costs and delays caused by tarFffs anci cusGoms)and servlce, ss w�ll as protecting the purchaser ahould legal action ever be requMed. Vlllage Commu�rlty Dievelopm�t DlaUicts Page 29 at 82 Funcl�eslt�D�pardn�nt A„�c►aese of�fAe�wre Permyoer Flns Ef�q�+,e RFP��1 P-007 D�LIVERY REQWREIAENTS The ap�ratus shall be sampletely equ�ped as per these specffications upvn art�9vval and on cornpletlon of the requlred testa shall be ready for immediate servioe.Any and all afterat�ns requlre0 at ihe scene of deilvery to compty wiih these speciflcatians must be done at the con�acto�'t expense. MANlJFACTURER'$EXPERIENCE Each manufaoturer sha�t�ave been In bustrress making sim�ar apparatus for a min�r►um of t�aenty(20) years_ Each manufactur�must indeniify the number af years it has beer�producing a simflar modet as well as providlnp a lis#of pr+evious custiomers who stitl ha�s a s�n�aF a�aratus�operativn. ELIMMIATItJN OF WYIDED RE$PONSIBIlITY To ellminate divk�ed respans�ll�y and servfce,ihe ch�ssss�and body mu�t be manufactured and assembled by the same comparry. VEHICLE SYABN.ITY 1IIUST CpMPLY Wl7'H 2�9 NPPA 1941 RE�UfREMAEFRS WARRANTIES NQte:To insure singie�in#servf�suppart,ti�manufacturer w1Y c:errtffy tha#it�S ihe single�urce corrtact for warranty on the er�ne�arahis. The fallowing +I w�rranties wll)be provlded: 1 a Chassls(drive Me,etc) a) Shall have a general chassis,bndy,and cab wrarranty of at keast twn(2)years. b) Suspension system shaU have a(3)three year 36,flt�D m11e warranty shall be provided by the m�nufacturer. c) The brakes shall carry M�ritor's fnre(5}year 75,000 mi�warranty,exclusive of wear items. 2� Chassis Frame�lalls a) The frame of the chaesla ahalbhave a litetime wananty. 3j Engine ay Shall have a five year ar 100,00�mile warrardy and approval by Cummina for inatalls�ian in the t�assis. 4) Transmisslan a) Shall hsve e flve year or 100,000 mile warraMy. 5) Fire Pump a) Shall have e one year parts and�bor,and 5 year parts. b) PrimMg system shall�ave a flve f5j}�ar war�anry. c) Valves shelt carry a ten(10r year warranry. 8) Water.Tank a) Shall be lift�time. 7y J�pparatus Body a) Shall be 10 year stn�tural. 8) Pair�t aj Shall be 7 yeaz(If prorated ir�tifcate such}. ViAfage Camm�nr►fty fJ�e�t DJstr�cts Page 3G ot 62 Puncl�sln,p D�rtment P�r�ha�of a Re�P+umparFire F►rgl�ra RFP#f 1P-0i07 9) Cab a) Shall be 1 Q year structurel. 30) Miscel�neous List all manufact�rer warranties for major equ�ime�t J comRonents. NOTE:Vendor must list aN warranties�dentfffed above and any other warrantles it wants cvnsldered as part of thls RF�prxess. While warran#ies may be tisted elsewher�in thefr respectitre proposafs ths information will not be considered ur+less listed clearly in this seetion_ Yendors must Ast the tfine frame, m11es,and any proration associated widt each warrar�y. Vendors must list arry costs aa�xiated with any extended warranties. FAMA COMPLIANCE Manufacturer must be a current member of the Fire Appa�s Manufacturer's Ass�aUon. CHASSlS The chassis shall be manufactured and aasembled In the fa�tory of the�opnser.The chassis shafl be deslgnsd and manufactured#a heavy tlury servive wfth adequate strength and capacity of al! componenfi�for tt�intertded load to be sustalned and the type o#service required.There ah�ll be no divided responsibility in the produCtion of the e�aratus. ALUMINUM CAB The appara�s shall have a full tlR cab capable of riding 6-person. The cab shaA be cvnstructed in A manner aUowlnq for ma�rimum usage of the ladder.The outside af the rear cab wall shall be aluml�um diamond piate. CAB DESIGN • Designed s�recificalfy for ihe flre�enricae and manutaciured by the chassis bui�er. • Ghassis shali be an gn�ine ion�+ard,fully enciosed tilt cab design. • Four(4)side entry doors. • �ully open deslgn with no dhrirder wall ar wlndow sepazatir�the frorrt and rear cab�cNons. • Constructlan shail consiet of high strength aiumfnum r�elded to exduded alumlrwm framing, • �Cah roof shaR utlllze extruded,radlused oater comer raAs with Ir�tegral drfp channel$�d bax tubing type cro5s brace suppar�. • Cab sldes shall t�canstructed from ext�vuded door pil�eu�s and post5 that provide a finlshed door o�ning,e�ed and formsd wheel well opentngs supports,formed aluminam wheel weN INters and box tubirtg type support braces. + Cab floor and re8t ceb w�Fl shaN ut�ize box tubing type tramfng and support bracing. • Framework shall be of a wekied consiructlon to completely unit�the structural frame of the cab. • Stru�Wral extrusfon framework shafl be orrerlaid wi#h in#erlocked aluminum alloy sheet metat paneis ta form thg exUerior skin of the cab. • Structural extrusion fram�nrork�F►all support and distrlburte the forces and stresses irnposed by tt�ahassis and cab loa�and shall not rely an the sheet metal skl�far any strucWral Irttegrity. GAB DiMENS10NS The cab shall be designed#a sa�isiy tha followit�g minimum width and length dimensions: � Cab Width(excludirig mit�ror�)98" • Cab Lsngth(from centar oi f3or�t�xls) VI!lsge CammwtPty Dove/opment[11str�cta Pag�e 31 of 62 l�urChss/ng Dqp�artn�rtt Prir�chsae of a React�e Pumper'F7re EnyMMe RFP�t fP-aQ7 o To front of ca�b{exclud'mg bumper)88" o To rea�r o#Cab B2" o Tota1 Cab Length(excluding bumper�130" GAB MOUNTINt� • Cab mounting system shall use a steel sub frame,isolated from the cab wNh rubber mourrts,to minimize chassis vibration end torsional loads from being induced'mto the cab struc4tar�• « Twa dft pivot poiMs shall have sCalnless ateet bushing and gre�e fittings far lubrication and smooth tlmnQ of the cab. INTERIOR The cab interror shall have 2olatane gr$ylblack rubberized,mar resistant,textur�ed ffnish. FENDER CROWNS Polished stalntess steel front ante tenderettes with full depth radfused wheel well Nners shaEl be pfovided to match ourrerrt fleet design. GRIILE Shall be equipp�ed wuith a sufflc�ent grNle to allow airtbw tar the cooHng system ar�d engine compartment CAB IN�ULA7tON ShaU be�sulat�!to reduae ryoise Isvels(shall not exceed 90 decibels at 45 mph in ali�eat positlon�.j ROQF DE3tGN ShaN have a ane-t+alf 1�"raised roof des�n with side dr�r watis with the following minlmum hefght dimensions: Cab Dimensions Irrterlor • Fror�t 59' • Rear 70" Cab Dimenslons Exterbr • Front 65' • Rear 80° DIAMOND PLATE,CAB ROCF • Shatf have an overlay Ca'�structed of.125"sluminum serrated dfamonQ plste • �Jifdl' �b9$t�@$St($�°X 6fl"�. DOORS • Dovrtrames shall be canstructed from at�mlrwm extrusrons fMted with an al�minum shest metal skin and shall be equipped with dual we�ther seals.Doors shall be equipped with heavy-duty door latching hardware,whl�ch complles with�MYSS 206.The doar operation shall utilize rod linkape for posRArB operation.A rubber caated nykx►web cfaoir,s�p shall be proNded. • Lap�ype wFth a fuR-length st�in�ss steel 3/8'diameter hinge and shall be fully adjustable. • Openings shall be grommet�d cr equipped wilh nabber baots to seaf the aab from extrat�eous noise and moisture. Vfll�ge Ce�mmmru»Ity Develt�nt Dlstrl�ats Peye 3�!Of G2 Pur�hasing Depertment Purcheae o1 a Re�a�ue Pr�rry�ar flrm ErtgMe RFP�17P-�7 • t�oors�hal1 be+des)gned to ss�sfy the fol�win9 I�.mUfi apening and s'bep ara�dimenslona: o Door Opening; ■ �'ront 36.5'x 73.00" � Rear SB.S"x 73" y The cab daore sha11 have bn�ahed severe duty 8Q�stainles�steel interior door panels. EXTERIOR C4AS3 • Cab windshleld shall be of s two piece cunred design u�ltair�g tinted,laminated,automotive approved safety gl�s.The►Klndow�hall be F�Id in place by�n extruded rubbe�molding whh a chrome plated decara�ve bcking bead.The c.�shall be flr�shed pair�ed pr�r tv fhe wlndow ir�tallation. • Two(2)fixed position s�e wir�dt�ws(ons each side)shall be provlded betwe�n the foniv9rd cab area and the crew cab area. • Widows shall t�e approximately 20.5"h�i�gh x 76.5U"wide ta provide maxlmum visll�iity.Tha a(de windows sh�ii be held in piaca by ain extruded rubber malding withh a chrame plated decwath�e !oClcing bead. • AN window�sha11 util'¢e tirited,automoti�e approv�ed safety glass. SUN YISOR8(Driver and Offlcer) Sun visors shaN be matle of dark smoke oolo�ed transparent poly�carbonate. � CAB STEP$ + Lower oab st�s shaN be no more than 22"from the ground. • An irdarmediate step shall be provlded,mid way between the lower r.ab step,and the cab floor. • 7he intermed�ate step shall be slightfy inset to provide for safer ingress and epness. • AN ateps shall be cavered wMh ma�erial that exceeds ihe NFPA requirements for stepPlnp surf2�ces. $TEP LIGFITS A white LEQ strip Rpht shall iHuminate�h interior c�b step.These lights shall Nlumiruate vvhenever the batUary swi�h is on and the cab door is opened. CAB TILT SYSTEM • Gab tln system shall be electrfc over hydraulia. ; Ceb shall be mount8d to a mfnlmum 4"steet box tube sub-frame thmugh the use of high dur8me0er nabber mour�ts. • Cab risir�shall be accomplished through a hydraulic lift system consis�ng of two(2)hy�lreulfc lift cylir�ders,an elechtcaily d�iver►hydraulic pump�two(2)hy�sulically�tivated latches,and an els�ctrical control switd�. + Hydrau�c lift cylinclers shaR be coupled ta the steel cab sub-frame. • HydrauNc cyllnders shatl Iift the r.ab to e tIR angle ot 45 degrees • Shall have a gafiaty locking system shall that relaas�autamatiCally when cab Is tiRed up or dowtt. • Shall oper�te In a smcoth and safe manner • Sha11 include cylin�interlocks ta ensure that the cab shall remain in a flxed posftion in the everrt of a fail�re in the system. CAB STRUCTURAL INTEC3RRY • Sha!!�des�gned and sa atta�hed ta the vehlcle as to eliminate,to tha greatest possible extent, tFre rlsk of injury fio 1he occup�nts in the event af an accider�. V!llspe Cammunity Derebpment I?lstrlcts A�tge�4 vf 811 PurcirasM�Deya�r�trnent Pur�chese of a Hlmscas Pt�r FAnre Er�Me RFP i�y 1P-GaT • Cab shaN be tested to speci�l�Ioad anci impact tests v►rtt�t r�ard ta the protsction of occuparrts vt s comm�i v�hide, • Tests shal!conform to J24�?and the°United Natiia�s Regufaifan 28,Annex 3,t�e�a9r�h 4�(7'est A). • Roof strenqth test shall conform to the Society t}E Automotive Erngtneers(SA�)SAE J2422JSAE J242Q and"Unibed Nations Regul2dion 29,Annex 3,par�re�ph 5,(Test B)and SAE J242�.The evaluatfon shall cons�t of itte requir�ment�imposed by ECE Regulation 28,Paragraph 5. • Test ShaA be Conducbad by a c�rtifiled Independerrt thlyd party testln�g institutlon. A lettar atating successful oompletl�of the above test fln the brand of cab be�g suppliec!shall be Included In the proposal. • Na excsptlon to this r�uiremerrt. MANlUAL CAB UFT • ShaN be a manuelly aperetecf hydraulio putnp fot Uldng#�e c�b in c�sse the maln pump shauld fa0. • The operator shall be loc�ted under the left frord comer a�f the frorrt bumper. GONIPUTER TRAY There shall be a slide-aut Vay in front of the offlcer's seat for a lapbop computer(panasonic Touphboak GF31)or other use. GAB CC�NSOEE • Shall be a deluxe Gor�ofe mourned on tlie engine hood beiween the driver and afficer. • Sh�ll be covered in black vinyl materlaal to match the ergins hood. • Outboe�rd se�na shali cor�tain duat+ar�k directing heatier/AC air f�ow tow�rds dr3ver ar�i offioer. EMS CABINET � Shall be a cabinet construCted of.125 aluminum�$te and pairited to match the intertor of the cab. • Cabinet dimensior�s sha)1 be a minlmum depth af 26"wit#�the wldth(48'minimum)and height being a max�num limits. • Cabinet shail come complete with a bcking rott up doar and iwo adjustabls shetvQes • Strip li�htirtg sha�be provlded In the cabir�et. • Cabinet shall be loc�ed�ainst�e rear wall of the crew area • Knox Box Secure 3(location determined at we-conferer�) • Knox Box Med-vault(rtrode!#4400)(location determioecE at ore-coMerencQ) IN-CAB OY�RHEAD STORAGE • 5hall be located�the ralsed roaf area sbove the rear t�ing crew seats. • Shall be full wicith of tt�e cab + Shall lx approximataly 15"high x 1 T deep • Shall htive Zolatona�ray J black rubberized finish to match cab 9Medor • Shall be�u�with aluminum lift up doors lNTERlOR Ci00R PANELS • �nterior of the cab entry dvoB shaN have a 304 brushed atainMess steel scu�f plana,c�ured to fhe door,trorrt the door si�devm. • 1.ower pwhon of#�e do�s shall al�have a 3U4 hrushed s�inl�ss steel sc:utf pl�te Village Com�nunl�Y���n���ts Pa��4 ot 6Z Plnr�hsslr�g 17is�pret�►►t P�rate ors F�s�cr�Prr►rr�+erF�Eng+rra RFP,��iP-U07 • 5hall�clude a wtal of 245 square inches of refleqive mateHal an each door. Design shaA be opposing ruby red!green"chevran°stripes on ea�h sfde wlth 8M refiective mat�erisls. GAB ACCESSORY FUSE PANEL • 5ha�be two(2)located in the t�r crew area.One(1y nexf tio the rear facing seat behind the afficer strml or�(1 j in tlte�MS cab�ktet. • Each shall have a min�num of three(3)battery hot and three(3)Ign�ion switch circufts. • Each circult shall be capaWe of 1 p-ampere 12-voR powe�snd total autput of SU-ampa. • The fuse panel shall be Capattle ol powering aoasssories such as hand held spotNghts,radio char��s�hand lantern d�argers srtd other mtsc�llaneous 12-voR electrical cemponer�ts. AIR HORNS • Two(2)Grover 2040 Stuttertane an hams reoess mounted sach skle behlnd the perlor8ted grAle of the bumper. • Shali be cor�trollsd by�tovgie swiich wired through the I�rn button. • A foot switch for the alr homs shal!also be provided an the offloer's side. • Afr horn button sha!also t�provided on the pump penet ALTERNATOR • 320 ampere Pre�bliteJ�eace NeviNe aliematar(Model 49fi2PAy with se�pentlna beft. • 5ha�generate 2&0�unperes at tdle. � Low voltage alaum,eudible and visual,�hall ba provided. FRONT AND REAFi Al(L.�S • Shall be a Merlbar�MFS�-20-133A non-driving,front steer wrth a capacity of 2fl,000 pounda. • The axie shall be hub plloted,l0 etud • Shall be a Meritorn+RS-2a-160 Single reduction drive axle wrifi a capacity of 24,000(bs. 70P SPEED Rear axle spe�approxlmately 65 MPH. BATTERIES • T'he battery system shatl be a sk�gie syst�n cons�ting of four negatroe graund,l2 voft batterles. • �ranking�rforrnan�shatl be at i8ast 950 CCA each witlti total of 3800 amps.185 mfnute reseNe capaCfty�arith 25 ampere dr�w at 80 degrees Fahrenhe�. Each battery shall hsnre 114 plates. • Shatl be Installed in a vemed 304 stainless stael battery box with a removable aluminum cover. • Batteries are to�piac�d on drf-deck and secured v�rith a f�t►erglass hoid down. • Batterlas shall be wired dkedty to starter motcx and ali�malor. • Cables sh�ll be 3/U gauge. • Cable terminals sfiail be snldering ilipp�d,oolpr-coded and Iabeled on heat shrink tubing with a co�r-coded rubber hoot. • Shall be a 350-ampere fuse prot�cting ihe pump primer and a�250-ampere fuse protecting the electric cab�1t pump and�rther aptions as required. BATTERY CHARQING • Kussmaul Auto eh�rge 1200 battery system&char�er�rated 4Q�np output) Village Commtudiy DerelopMt�ent DlstrAats Pa�e SS ot 68 Pur�hasfirg Deyp�Brfiroqt Ptrrch�se oT 814escue Pumper F�ErrQln�s RFP*11P-OQ7 * Remote single bar graph�isplay • Muet be wsatherproof BATTERY JUAAPER 7ERiAINAL • Shall be one set(two studsJ of battery jumper terminals located by the balGery box urtde►fhe r�b. • Termirr�k shaN have plestic cotar-c�ed covers. • Termina�shall be tagged to fndicate posltiv�elnegative. FRONT�REAR BRAKES • Front brakes shal be Metltor S-Cam siyle.They shall be 16.5"x B'with heavy-duty retum sprinQa, and a double anchor pin design. • Rear brakes shall be Merttor S-ccam style.i"hey sha�be 16.5"x i"with he�vy-duty reWm sprfnps, and a double anchor pin desl�n. • ShaA also�ave qu�k-change shoes. AIA BRAKE SYSTEM + Shall be equ�ped wfth air-o}�ted brdkes. • Shall meet Qr exceed the design and�rformance requirements of current FMVBS-121 and current NFPA 190i stancfards. • Shall have a separate bralse c�ambers fo�eaah wheel. • Ma�n brake lines�hall be color-coded nylon type protectsd in high temperature ratecf split plastic foom. ' � Brake hoses from frame to axle shaU have sprfng guards on both end�10 preverrt we$r and �rlmping. • Fittirtgs for brake system plumbinfl sha)I�brass. • A Meritor Wabco System Saver 1200 arc dryer shall be provided. • Afr system shatl be provided with a rapid build-up feature,designed to meet cur�errt NFPA 1901 requirements. + 5haii be designed sa the vehicle can be mo�red within 6Q sec�nds of startup. • Shall not be requlred to havs 8 s�arate on-board electrical alr com�xessor or shoneNne hookup to meet this requiremerrt. � A 12Q Volt Auto Pump sir c�mpress�shaN be provided�maintain alr within the alr 6rake system {micron��er mounted Iniir�e wi�the ou�ut ta�'ap rrroisture and�apaWe af being manuaHy drain�l.y • Four(4)supply tanks shall be provldad. o One alr reservoir shaA aenre e�s a wet tank and a minimum of oraa tank shati be suppiiec! for each the front and rear axies. o A 5chrarier filf valvs sh�all be maunted ln the front of the driver's step well. • A spring�ktated sir re�ase emergency/paricing brake shaA be provided on the rear axle.One (1)Rarlcing b�ake corrtrol shsdl be provided and located within easy re�ch of ihe driver. A Merltor WA8G0 IF1-2 Inversion Reiay Vaive. • Acoessorles plumbec!frorrt#�ak system shall go througl�a pressure protecUon ualve/manifoki. • A Bendix DY2 heated automattc�ak�v�lve shall be provided. AIR SRAKINC3 ABS SYSTEM • A Merttor Wabco ABS system shall be provided. • All elecfical connecyons sha�be envfronmernally sesaled and v�r�tlon rasistarn. IMlage Community Deve�apment DlshJcts Psga�nf 82 Pf!lrCll�SIR�G19�S117111�Rt Punhsse of a Re�c�P+umper Are E�Jne RFA��tP-007 Bt�NFPER • Shall be a 12"hi�h double rib poAshed stalnless steal wrap-around bumper provided at�fron! af the apparatus. • Laser cu#perforated yrilles sha�be Incorporated irrto the bumper arid located at�e at�iboard of the frame raits for the air homs and at the cerrter f�r the siren spea�cer. • Bumper,shall be mounted ta a reir�#or�ement plate constructad of 1/4"x 10"x 70"carbon stsel. • A grave!st�eld shall be provided,cor�struct�of.188 aluminum dfamond plate. • The lwmper extension sisall be�pprox�na�ety 2�". DIAMGND PtATE BUMPER Llp • Shali be 1/8"dtamond pl�te cover wi�h tatch�provlded for the froM bumper�h. • Cover shall have a 2"rlse. STORAGE WELL COMPARYMENT • Shall be located in the center t�f ihe irorrt bumpsr. • Shall extend the futl width qf the bumpe�ar�measure approxknately 15°deep(ceritar)x?5"wide x 18"long(9,20�ln�and 8'deep vn the ends. • 5ha11 be Constructed of.125'smooth aiuminum pfate. C0�4ING SYSTEM • Shalf have sufiictent capacfty to keep the engine qroperty cooled under aR canditbns of ro�t!and pumpir�g operatioris. • Shall be dasigrtied and tested to meet ar exoeed the engine and transmission m�ant,+faaturvrs and EPA requirements. � Shall be mounfied 1n a manner to Isolate the system from vi�ration a�l stre�s. • ShaA have indiv�ual coree mour�d in a manner to atlaw expartsian and contractlon at variaus rates wlthout ir�ducing stress ro the adjo�ing core{s}. WINCHES Four winches shall he mounted dlrectly tio the chassis frame. One shall be installed on the front,one at the rear,and flne on each side of the apparatus. �ach shal�ccept a avinch with a 5,000 capacity. The recefver shall also have a pul ca�acdty af at i�st 1 Q,000 pounds. RADIATOR � Shall be a cross-flow design canstructed completely of aluminum wfth wetded side�nks. • Shal!tre bolted ro the bottom of the charge a�cooler to allow a s�gle c�pth care. � ShaA bs equlpped wtth a draln cock ro draln the coolaM fw serviceablllty. • Siticone hoses shall be provid�d for all engine aoolarrt lines. • Radiatar hase clamps shall be spring toaded stainless st�l constant torque ha�e clampa for�A main hose�connectians * Gook'trrt shall be an extended life co0lant. CHARQE AIR COOLER • Shall be ot a cr�s�flow dssign and cor�structeci complei�ty of aluminum with welded etde tanks. • SF�II be bol�ed ta the top of the radia�or to afbw a single depth oore. V1A�qe Lbmn�r�nity De�o,pmsnt D/str�lcts Pe�+197 0�82 Pu,r.hasing a�ertir�ver Pou�le��e of�Resare PumpsrFl�Er�gine RFP�R f 1P-0OT FAN � Shall Incorpwate a heavy-duty camposlt�11-hle�le fan. • Shall�se a shroud and recirculation shiefd system. SURGE TANK • Cooling syst�n shall be equipped with a surpe tank. • Surge ta�nk shall be equipped wfth a low caotatit probe and sight glass. • Surge tar�(c sltall ha�re a cap th�t meets the engine manufacturer's pressure requlrsments. DRNELINIE • Shall oansist of Spiaer 1710 sertes,or equal,dual graase fltdng un�vers�l ioiMs with"Half-Rournd" end yokss. ' • Drive shaft shall be built wRh a heavy-duty steal tube 4A95'outside diameter x.180 wall ihickness. • 5hafts shall be dyn�mic�lly baiancad ptior to inst�a4l�ttton irrto the chassis. • 5plined slip jo#nt shall be�oVi�ed in each s!'�aft aSSembly. • Sha�have extended Ilfe Universa�jolrrts. • 8hall be twv(2)Zerk fltt{ng�In e$ch universal Joint assembly. ENGINE EN�LOSURE • An IMeyrai,formed eluminum engine encbaure shal3 be q�ovlded. • Engine enclosure shall be af a car�taurecf deslgn to blend in an aeslheticaAy pteasing manner wid� the interior d�h and ftoari�g af tfie cab. • Enclesure shaM be kept as low as passlble to pro+ride ihe ma�clmum space. • Enclosure shaN be covered in a heavy dury black vinyl,molded ta fit the exte�ior of the engine encbswre to reduce noise and heat in the c�. - Iryterior of the en�ne encbsure shai(have a sourul deadenina irtsulatfon system. • Cab ir�teria�shaA have a sound�deadening�rackage to help minimlze 1he rtoise{DB)levals and eAminate engine heat • A wwrk I'�ght shall be i�staNed In the engine enclosure and ir�dividually swi�hed. ENGINE The apparatus shall be powered by a Cummiris[SAA 5�hp motor. AIR COMPR�R ShaN be a 18,7 CFM engine driven Berxiix model BA-941. START�R Shall be a 12-volt Delcv Remy model 42M�cantroNed by a switch on the teft loarer cab dash, FUEL FILTERS • Eng�e fuel fllters ehall be is easily�cess�le fnr servk:e or repla�c�nent. • ?rimary 8�nd s�ondary fliter shall be provided and shatl be approved the engfne manu#acturer. �JCHAUST�YSTF�M • ShaU be horizarrtal desfgn constructed from heavy-duty truck camponents. V111aye Communttjr Deve►ogmani Dlat�cta Pey�a�B of 8�2 PrrnchasN�g tJ�e�rtfient Puricha�so o/e R�acr�o Phrmpmr+Flre En,ghre RFP#�11P-007 + Exhaust tubing shall be stainless st�el. • Flex�ile couptings shali he utiliz�. � Ot�tiet shall be d�ect�ta the forvvard side of the rear wt�eefs,�xiting titie riglk►t side,with a chrome stralght tip. � System shaq be ec�u�pad with single canister co�sisttng of a Diesel Oxidation Catelyst(DOCf and a Diesel Particutate FNter iDPF�.The car�ster shall be mour+ted under�8 rlght slde frarne rail,and meetfnp the engine manufacturer's specif�ations a�xl curret�t�level te�.A f{berglass heat absorbing sleeve ahall be used on the exhaeisst pipe in#he�gine compsRment erea. AIR CLEAN�RANTAKE � A1r cleaner shall be sized in accordance with the eng�ne manufac�urer's recommendations. • Shall be enanufactured frum a�ir8 retardant rrtedi�a and shall incory�orate and ember separator In accordance witl�NFPA 1901. + A resiriction waminp li�ht shali be pmv�ed and bcated on the cab dash. ENGINE BRAKE • 5hafl be equipped wlChh a Jat�obs cam�essh�n�glne brake. • "ONNC}ff"swnc�h and a corltra!far'iaw/High"shall be provided on�e�strumer�t panel within easy reach of the�iver. � �ngine brake shall fnterface wltt�fhe ABS brake system con�roNer. +� A pump shift inte�ock circu(t shall be provlded to pre�er�t the en�trre braice from activatinq durlr�g pumping aperatlans. • Brake Ifght shall activate when tF►e engine brake Is engaged. FRAME � Frame shall be af a ladder type desi�u�tlfizing industry accepted ertgineering best practic�and specifically designed for fire ap�raitus use. + Frame ralls shall be constructed flf two 3/B°tf�dc-formed channels.The cwter channel sh�ll be,at a min�num, i 0.08"x 3.50"x.375'and the inner channel{!lner}sF�alf t�9 9.31"x 3.13a x.375".The SecUon modt�lus sha11 be 31.28 in.3.The resfstance�bending moment(RBM)shall be 1,569,160 in.nbs.1'he crass-members shall be c;onstructed of mk�knum 3IB`#ormed channels and have formed gusseted ends at the frame r�ffl attachment. • Shalf use grade 8 fasteners on ad permane+�ly attacheci lxackets ta ihe fr�me. � Frame shall be paiMed glossy bl��k prfor to ir�lling u�ring h�mess and other compvnerita. FUEL TANK * 65-gallon stalnle$s steef recfa3tguler fuei tank. � Certified to mBet FMVSS 393.8i tests. • Shall be removabla by means of at least six(6)bolted connections and dropped. • Qne(1)tank baff�shall be us�d. + Dual pick-up artd reium ports with a singJe 3/4"tank drawtuba stiall be provided for diesel generators 1f neetled. • ShaH be equipped with a 2114"flller neck assernbly wl�fi a 3/4"vent Iocated on the left hand side of the tank. � Bottam of the fuei tank shall contain a 1/2"dr�in piug. ■ Fuel line�shall be nylon braid rehifarc�d fuel hose with brass fttdngs. � �uel Ilnes shall be carefully rout�d along the inslde of t�e irame ra�s and covered in hlgh tempereture rated splR pfastic loom, . • Singfe suctian and retum fuei line�shail be provided. VfiJage f�ommunliy Develo�ment D�at�iCts Pa�e 98 of 62 Fittr�ha9M�Dep�rtment Ptrrch��e of a R�sacLe PWmper Fl�e Enyfne RFR��1P-(�07 • Fuel tank shall be mounted i�a saddle witfi a barrter between the tank and ihe saddle. HANDRNLS CAB • Shall be ono handrall 24"long at each cab er�trance. • ShaN be cvnstructed of 1-il�'di�meter,knurled and anadized,318"heavy wall exiruded aluminum and mounted utiAxing chrome atanchlons • Shait provide suifictent space to stMw fflr a gloved hand to grip the rail, • 5hall be one rubber coat+ed grab handle mounted on each side of the cab interfor near the winc�hield post for Ingres�assistance. • Ha�drall on the drlver's side shall be appro�dmately 11"long and af8cer's slde sF�ll be 8pproxtmately 18"long. CAR DOCRS • Twra(2)1-114"dlameter kau�ied atuminum handraits rails shall be provided • Shall be mourrted)ust above fhe windowsUls. HEAVif DUT'If HEATERlDEFROSTERIAIR CONDITIONER • Shal1 be a mintmum BO,a00 cool BTU aru180.OQ0-heat BTU single un9t,heater/air coruditioner maurned over the engine cover. • Shafl be moun�d In cerrter of the cab on the eng�e hoodlenciosure. • 5hall ha�a shutaff valve at the�ight alde of the frame,next to the engine. • Airflow of the heater/8ir oonditioner sfiatt be a minimum 1 Z00 GFM. • ShAa have a TM-31 Compressor{18.1 cu.In.}. * Shall be ductwork#o the floor of the cab,facing forwafti to prov�a heafi for front cab floar area. ■ [)ef�terlheater shell be a minimum of S9,OOQ B7U and shaN be a separate unR ma�Med over the wir�shietd. • Sh�ll be at�ast eipht(8�buvers,►defusers ta direct to wlndshield and door g(ass. • Airflow of the defrosterlt�sater sfiall be a minimum 3�D CFM.The unit shall be pair�fed Zolatone greystone to match the cab ceifng. • Condenser s�all be roof mouMe�d and have 80,000 BTU rating. � Unit shall indude two fan motors. • Airflaw of the condenser shall h6 a minMnum 2250 CFM. • Roof-m�urned condenser shall w�ark at fua rated ca�city at idle wttli no engine heat prob�ems. HEATERID�FROSTER/AIR CQNDRIONINGi CONTROLS • He�terldefroster/a�r aonditloning st�all 6e)ocated tn the orerhead console In the center of�e apparatus cab with�easy reach of ths driver and vff'�cer. • GaMrols shali be ipuminated for ea.sy 1acaHng in dark conditions. • Carrtrols shal!be located in ss�ch s way that the ddver shaU not be forced to turn�way ftom the road to make climate control adjuatments. • Cor�rol of all heaterldefrosterlalr condmoning fun�tians for the entrce a�aratus oab shalf be achieved through these coMrofs. LOAD MANAGER • Shatl have the abitlry to sequence b�+cPs on and off. • ShaA al�o be aWe ta shetf 8 bads when the+rel�ide!s statlonary,starting at 12.7 volt�lowest priority load to be stted,then respeC�v�ly at 12.6,12.4, 12.2, 12.0, 11.8,11.�F ar�d 11 A voRs DC. Ylllaqe Comntu�ity Deve/opmertt Distr�lci� Pago 90 of 62 Pu�ha.�Tng Dapar�h�nt P�rr+chase of a f�ea+csra P�mpe+r Frne E�ghrs AFP�i 1P�OT » Shed lo�shall be off for a minlmum of fhre m�utes,and�en lf voRage has reDounded above shed vnitage,the sh�!load shaA autometically come on. • 5hall be an Ind�cator panel along side the rock�svvitches,which indicate power is on,battery waming arxl fast idle. AUTOMdTIC HIGH IDLE ACTIVATION • Laad management system shal aC�t�vate when the system voltage droRs belaw 12.3 vdts DC. + Shall ralse engine spead for a mi�imum of flve minut�s urnA vottage excaeds 13.0 vait RC. • Shall aCtfvate�e high idle feature befare any devices are automatkaNy shed OFF. • High idle shall func�bn only if the appro�iste Irrterlocks are present. + Shall be deaetivated whenever the�ake pecial�presseci,and ahatl remaln irtacti+r8 f�two mirxates there�tter. INSTRUNAENT PANEL • AAain dash shrnud shaN be custom molded aru!covered with a non-glare black yinyl. • Qash shall be a one(1)piece hinged panel that tllts outvvard for easy acvess to service the internal camponents. � Gauge panel shaH be cx�nstruCtecf Qf durable aestheticalty pleasing li�ht grsy polymer m�terlal. • Ga�es sh�ll be Maxima Techrrokrgies/Dabaon gauges with buill-in seif-c9agnostics sr�d red warning lights. • Gauges and controls shall be backlit for�ight v�lon and icientlfied for fiur�c�ion. • C1�augee and warning lights ghail be rrisible to the drlrrer through#he steer�g wheel. • Shail�e equlpped with a keytesa Ignttlon,wRh a two(2)-posiGon rodcer swit�h."Ignitlort OfffQn° and a tvwo{2)-pOSttbn roCker switCh.'Off/Sf�rY'. Instrurner�tafiQn on dash panel; � Tachometerlhourmeter with bulR!n re-settable hour meter • SpeerlometerJodometer with bullt in re-settable Mp adometer • Amme#er • Voftmeter • Fuel gauge • Engine oil pressure • 7ransm'�ssion temperature • ��ine temperature • Pdmary eir pressure • Secondary ak presau�e Indicators and warning 1'�ghts visible to drivsr: • Sattery on • Parking br�ke enSiaged • low air With buzzer • Tum signafs • Hhbeam • Englne temperaiure wNh buzzer • Engine oh Fxessure w�h buuor • Tranamisslon tiemperat�ure wfth buzzer • Do not shift transmission • Check transmtssbn • Stap engirre w�th buzzer • Gheck en�ne V1ltage Commur�lty laevelopmerit Dlstr�cta Pege 41 of 82 Pu!'CheSMg i�epartment Ptrrchase ol a Re�cr�e P��»psr F/re EngMe AFP+�1 iP-0�7 • Regener�tbn • Hiph exh2iust temperature � Air t�ter rastricUon light • Back pre&sure • Gab doar open(flashir�9) • Compartrnent door�en(iiashing) • Antllodc txake waminp • Fasten seat beR � Low Voltage Oti�er irxJicator and warr►trtg Iights • Differ�ntlak IocJced • PTO engageci • Auto-siip responae • Retard�r engaged • Retardar terrtperata�e Camols located on mQk�dash panel: • Master power d�cbnnect wiM�n�ton�wwitch • Englne start sa�ftch • Head�ight switch • Windshlel�d wiperJwasher swRch • Differenttal bck switch (if applicable) « f3immer switct�for bacicli�Ming • Parktng brake corrp�ol • Englne Regeneradon • Englne Re�nerallon Inhibit Controls indud��t steering column: • Hom buttvn • Tum signal switch • HI-beam lo�ro-beam switch • 4�way flasher switch • Tilt te�ste9tin�Wheel t�rtitrois Can�ols,gau�es and irui�atar lights located to the right of dr{ver's�siNon; • Transmission shiifer • PUrttp 8hift corrird vvlth OK TO PUMP 1nd PllMP EN{3�AC3EQ bghts � Hesteddefroster cortirols • Ei8ht4en(1 B)ii�tminated t�ce4'sv►+itches Drhrfng compartrrtent warnir�iab�ets shali inci�le: + NE1GH7 t3F 1JEHIGLE • OCCUPANTS MUST BE SEATED ANQ BEG'tED WHEN APPARATUS IS�hl MOTIOPI • DO NQT USE AUXILIARY BR�AiCFPV�SYS'fEMS ON WEl'OR SLtPPERY RORCIS • EX{T WARNfNtiS Additionallabels induded: � ■ COMPUTER CdDE S�IIITCH � ABS CODE SWITCH • FLt11D DA7A TAG � CHAS5IS DATA TAG Villsgs l.bmmuntty D�r�apnaent Di.ste�ts ��of 82 PurCh�sing D�uenment Puncha�a of a F�escr�Pumper F�ia Engfi�e RFP�11P-0OT ENGlNE WAANIMC S1lSTEM • Sha.H b6 pmvkied to manitar er►g�ine condfUOr�such as bw oH pr�sswe,high englne temper'ature Snd bw coqlant level. � Waming indicadon shaN malude o STl7P ENGINE(reC�Rght wfth aud�te buzzer o C�IECK EiVGiNE(�rrfbe�light • Shall be a rnaster informatiian�ght bar+�i�at least 24�hts i�ateal a�oss#he cemer of t�das� (�tified all�ve.} WIR�MG • Shall have XL hi�h temperatur8 txos�nk insulatian and aha�be 1�gauge,l2 gauge,l4 Qettge snd i8 gauge dePendtn9 an lo�. • Shall be color-coded�arad�function ar�i number stamped at 3"1M�nrafs on each w�re. • Shall be�c�rer�d vvith}t�t tem�re ra#ed spBt l�m. • Etectricai rxnr�ectcrs arx!m�'+connectors shall be trea�d#o�evarst oorrosion. DQOA 16�AR IND1CAi70N � Faur(�}red LED IigM�in th�forwerd�overhe�c+ar�le�ea,vkA�le�a fx�th driver and 4ff(cer. + Uport refeastr�die�pazaiws�rking��e or more of tt�se l�his shaM automatic�Yy illumir�a�(flash)if any cab s�'k open,�mpardnertit c�oor is apen,any ladder or equipmeht r�ck is nat In st�vred p�,sC�'a�sys�m deploye�!ar any ott�er device has r�t been 1��R�Y�tawed th�may cat�se damage if#t�ap�aratus is mcnre�. MASTER fLECTRIC�1.PANfL • Chassis mflin brea�cer�xanel shaR be wired through ti�e master d�eont�eC���nolc!and cxr�ttoll� wi�a thre�sitlan I�rt�3on r�cer s►+ri�. � Circuit breafcers ar�d flasF�rs s?raN be bcat�at afficar's right side k�wer�te�ior firewall with remavable caver�nd schema�c�vlded wlth notebock h�ier on outs�ic cover. • A de�nte�eak�parref with��22 qruur�i switched retays w#Eh dr�uit breaker prvtecli0n ahaN be provlde�d. • An Integrated eH�ctwi�l sub-pa�et s?►aA be provid�d�t interfac+ad�th8 body attd c�'►assis througt�an ert�t��wlre harrtess�ys�sm. � Tweh+e(1 Z)2{1-amper8 and rn�e(1�7a-ampere re�y for cah I�hiba�and assembN�shali be provided. Trvo relays shalt be�ovided tor tt�e mechanic�i sfrerr. • FoWr(4}re1�y bflards�h dra�br�)cer prc�ectkm for�ditbnal bads. • Shall t�ve a maximtrn iwo�arOs(B relaYs)Pe�'breaker pa�el, � Relay board��all be equipped uuith a power-on Indlcator light(r�d},input indicator light(g�reenl au�d povwer output�dicator 1�gt�(red). • Up to 23 addlth�nai automatle re�ei circuit txeakers for non-switched toads thst are remotelY switched(ie:heater far�.h��,e�c.j. • AN retays and circult breakers on the retay boards shalf be�wlf�utfpush-in r�laoesble. + AN��cuit breakers on the re�y boards shall be 20 ampere autcrma�c reset which can be da.+bled ar tri�ect for•�0 or 60-ampere caQacify. � Shall utiliz�Deutch DRC w�rer resistard c�nnectors at ti�breaker Ranel,ioe board a�tid main dash cannec�ons. � Ir�ternal wire end termina�,fncluding tocking cannectors,sh�li be mechainicafly�ffbced to the a+lre erids by matcl�ng tertn�at crknpirtg press6s. • Irrtema!sp�lt�s Shall be ultra�an�Cally welded cannections and all Intemad wl�ing shall be hlgh temperature GXL iype�r�e that is proteated by wirinp duct wl�rever possible. Ylll�age Comtnunity Qeveloprne�t tNsiri�t� Pa�e 4.9 of B8 Purcha�ein�D�yaart►��ent Pr�r�chase of a Aeacue Ptrmper Flr+�Eraylne RFP d�11P-0�07 • S�Mtch�shall be�raund canVolled;na porrer ganq through any rocker sw�tch. • Any switch controNir�a relay in the 6reaker panel shall be capable of beinQ set W function oniy when the pairktng brake is set • Relays 8h�1!be ffigQed wlth the function that fhe relay ls corrtrolling. PUMP SHIFT IiAO�ULE • ShaN have ir�diCe�ting 1lghts. • Shafl be located wltfiin easy reach of the drrver. • A gear lockup ahaN be provided ta hold the transmisslan In�t drive br pump aperatfan. AUXiL1ARY POWER PONV'T • ShaN have Three(9}12-volt 15-�npere suniliary Nghter socket iype piug-in. « Shall be provided M the cab near the oiftcer. VEHlCL�DATA RECORDER • ShaN have an Akron/Wheldon vehicle data recorder as�equired by 20f�J NFPA f901. • St�aA provf�le software for the cdk:ction of dg'ta. IIYTERIQR 'T'h�Cah Ini�erbr shall be finist�d In g�&y Durawear an the fuN#ront and rear headliners and re8r firewell, LIGHTIAIG CAB EXTERWR • l.igtning and reflectors�ftall meet�r exceed Federal Motvr Vehlcle Safety Standards and National Fire Probectlan Associatlon rec�airements in effect at this tlme. • She�1 be dual sealed beam halogen rectangul�r headlights in cvstom housings on each slde of the fro�t of the cab. � Headtights shsll have an atternating flash feature for emergency respor�se u$e. HAND FIELD SPOTLItii�HT • Sha�have ane(f)Optron�81ue Eye Model KB-4g03,400,000-candls pawrer har�d-held spotlight. • ShaN be install�at oiflce�'s side of cab. LIGFi17NG CAB MITERIOR • Two(2)c�iiing maunted combinatian r�/dear LED dqme kigMs wlth a push oNoif fe�Wre In the Nght lens. • One light shail be located Ov�r sach the offioer arnd�e�'s posttrort. • The lights shail a�so acavate fram the opsn door sw'rtch bcated in each c�b doorJamb. LiGHTING CREW CAB MITERiQR • Twa(2)oetling mou+�t�combinatior�red/clsar LED dnme lights v►+Ith a push oNoff feature in the light lens shali be provid�. • Shall alsp aCtivate from d�e open doar switch�ocsded in each cab doorjamb. pAIRROR3 • Shall have Two(2}Larrg Mekra 30fl Ser�s chrome�lated Aero style main and convex mfrrora. V►HaQs Cvmmun►ty Develoµment tNstr�icts Pa�e a4 or� Pir�hasing De�partmeirt Pur�ch�af�Rs�cue Pt�mpsr Ftro Enpine RFP�t f P-007 • ShaN be 6��tafl�l on esch sicle o�the vwehic�. HELMEP STORAC�E • Shad Install one(1)unnrsrsal helmet brs�cket for each rtdir�g pc�i�dcrn. • Approprfate w�rrring It�bels�ha�be lnstal�ed. SEAT BELT'WARNMK�SY$1'EM • ShaN prowide an Akron/Weldai NFPA complfant seat belt warning system. • Maxlmum au+�b�arx!v�susf w�rrting shall be provided. �RIVER'S SEAT � Sl�aA be an H.O.Bostrorrt 6-way pewer eleatric seat. OFFICER�s seaT • Shall be a Bosb'om F1reflghterTM TaNter 450 ABTS SCBA seaG ■ Shall be a staa�e�mpeu�nent bebw the seat(appx. l5"w�e x 10.5"tali x 15.5"de�p). CREYY SEATS • Shall have{2)rear facing Bostrom Tanker 450 ASTS SCBA��fis. • 5hall have�n►a{2)farwerd faci�g A�up seats. SCBA BOTTLE BRACKET • Otficer and crew seats shail come squtpped with an H.B.Bostrom Secure�IlTM SC9�Locking System. � Capable ot secur�g all U.S.and internationel SCBA brands end sizes. � Shall meet NFPA`I901 stSndards and requirsments of�!V 1&46-2. STEERINQ • Aoss heavy duty Mod�el TAS-86 povrer Steering shail be prCVlded. • Four{4)tiums from lock to lock. � � Cr�mp arr�le�had be 46 degrees. SUSP�iV�N�Front) Th�fror�suspen�n shaif be a variab�rate taper-de�f t�esign,54"tortg and 4'wiale(or equlw�tlertt ride}. • LA�IQ IifB�mafntenance fr�,ur9ethane bushed sprin�shacklas shall be ut�Uzed. • AN sp�i►t��nd suspension mourrtinQ shall be attached direcdy to frame with hiph strength. • Spring shackles and pins thai requke grease shail nat be acceptable.NO EXCEPTWNS. SUgPENS10N(Rear� • Hendrickson FIREMAAX model FMX270 atr ride rear suspension shall be provided, • The ground rating shall be 27,0�paunds. TIRE$(FRONT 3 REARj Frant Vlllage Cammuelty�ewe�y�m�r�t Distrlcta l�i�45 Of�2 Pu►�hash►g Departrrrerft �ha�ot e Rasrae�Ffro E�Ir�e RfP�?1P•�T • 385/65R22.5,load range J,G288 hlghway tread,sing(e tubeless type(GAWR of 20,�OQ pacmds�, • Wheels sh�li be diec type,htrb�lo�ewl,22.5 x 12.25 i 0 stud 11.25 holt circle. • Chrome plated!ug nut caps shaN be pravided. Rear + Shall be 12R22.S,load range N,G149 hiahway tread,dual tubeless iype(C�AWFt of 27,000) pounds. • Wheels shall be dis�type,hub pilo�ed,22.5 x 8.2510 stud with 11.25"boR oirCle. • Chrome platad hig nut caps shaH be provided. A Hre presaure moniEorin�sansor 9hafl be provided as per NFPA standards. FR4N1'8�REAR HUB COYERS Polished statlnless s�sel hub covers shall be provided far the frorrt axle and rear axles. MUD FLAPS Ha�rubber mud flaps shall be provided far front and rear tiras. WHEELS • A�nlnum whee�s shall be prnv�ed for the front and for the Inside and outside of the rear whQels. • Aluminum whee�shall match the dre and axle capacities of the apparatus. TOW EYES(Front and resr� • 5hall be iwo front taw eyas. • Shall be two rear tvw eyes. • Shall be 3°diameter holes attached direc�tly ta the chassis frame. * Shalt be chromabe aad etched far supe�f�r corrosion resistance and painted to match the chags�. 7RANSMISSION � ShaU be a f3enera�on IV AAison EVS4000 six(8)spesd automatic uansmissipn. • h shali be proprammed five(5}apued,sixth gear locked out. • The fifin gear sh�ll be an over�d�rre rat�,perm�ting the rrehio{e to reach its top speed at the engine's gcrvemed speed. • Chassis to transrr�fssion wtr#r�hamess shat!utlllze Metri-Rack 28Q connectors wtth trlple lip silicone seals and clip-type posith►e s�l oonneclions. TRIWS�AAISSION SHlFTER � An AIlison"'T�ouch Pad"shift�Jector Shall be mounied to the riQht af the drlver. • Shall be indirectly�t for nighttime opera�on. F'�fONT TURN SIGNALS • ShaN be four(4)W helen 400 Ser�es LED rectangular ambisr turn slgnal lights installed. o One(i)mourrted on front rf�ht 8 left. o One mour�ted oft�er sPde. o �ne maurrted drNer side. V!llsge CommuMij►Oleve/�t dlatr�cis Page 48 Of�8? Pt�t�ChsslAy�Iri»e�f Puncfiase ot a�tAe�saue P�i�rtr�er Flr�Ei�ris RFP�`7?P-007 WHEELBA$E The a}�roximate whee�ase shaii be a�roadimately E10". WINDSHIELQ WIPER$ • Twa(2)black anodized finlsh two speed syrrchronized electric windshield wiper systern. • Dual motor/arms with buNt in wasF�r system and posttive parking. ■ f�ne(1)master control warks tfie wiper,washer and interrrtittent wipe feah�res. • Washer bottle fs a remote�It wilh a 4 quart capacity. • Washer f�l bcatetl just insida aF officer cab doo►. IiA�SCELLANEOUS CHASSIS EAUIP1AENl' • Flu�l c�aclty pl�te afffxed laelaw drfver's seat • Chassis fNter part number plate affix�i bebw drh+er's seat. • Tire pressure Iabe1 ne►ar eac�wheel bcatlon. • Cab oxupancy ca�aclry label affixed next to transmission sF�ifter. • NFPA c�mpNant seat beR and s�aridlr�waming plates provlded. FIRE PtJMP • snan ae aMax Y5o. • Mldah�r mounted. • All moving parts�n corrtact with vvater shall be vi high quality+bronze or stainles�steel. + Discharge passage ahaN be deslgned to accflmplish unlform pressure readings as the actual pump pressure. • Ra�ed Capacity vf t�e flra pwtrrp shall be 1500 gpfi in aocordance wi#i NFPA#i 90i. PUMP TRANSFER CASE ' � Pump drlve unR shaR be trf su�ticlent slze t�w�tand up ta i 6,Q0�0 Ii�.ft.torque of the engine in boih foad and pump operating cbndklons. � Gearbox drive shafts shall be heat treafied chrome nickel steel. � Input a�output shafits shall be at least 2-3/�4"in diameter. • Engagement oi the�mp transrnissian shatt�cur only after vehicle is compleUefy stapped. • Pump shltt sFtall be air actuated irom the cab and have 6vth a green"Pump�ngaged"li�ht,e�r�d a green"O.K.-TaPump"ligh�A third green light shall ba provided on the pump operator's panel for "`I'hrotde Ready". • Pump drive unit shall be Cast and completely manufactured arni tested at the pump rr�an�facturer'�factory. PR�M�IG SYS7EIJI � Shall be a Triden!Emergenay Prod�.�cb compressed air pawered,high efflclency,multi-sta�e, venturf based AirPrime System. • All wetted metallic parts of�e p�ming system are to be of brass and stainleas steAl con�truct�iion. • A single panel mourrted cor�oi shall acUvate tl�e priming pump and open�e prlming vahre ta the pump. PUiAP AMODE • A liafe Ex►mp anode kit assern�ly#5�-0080�00-0 shall be instalted ln the pump body. VNl�qe Cammwtlty Oevelopm�nt tilsMcts P�s 47 of 62 Pr�r�chesing De�Brtm�ent Pu�ota l�scr�e Prrmpsr FYi+e L�irghie RlcP#71P-007 • A minimum of iwo(2)anodes shall be�r�stalled one(7)in the suction side aral one(1 y�the dfscharge��e of the pump. PUMP CERTiFICATION � • Shatl be capable of takir�g suctlon ark!dfscharging in compher�ce with NFPA#1901 ChapRer 14. • Shaq be baated bY Na#ional Testinp. THREAD TERMINATIQN Natlonal 5tan�Triread�hatl fierminate the inleis and outlets of the apparatus. PRESSURE CONTRO�. • ShSR be CIaSS 1 mod6!#TRGJ1939 • An Engine Staius Center shail be provided at the pump panel. o Funcilor�s Include engine RPhA display. o System volt�e disp�ay and alarm. o Er�gina oll pressure displ�y and alarm. o Engine temperature display and alarm. o Alarm set•poir�ts"preset"for custom instal4atlon. o �larm sUer�ce feettuure. o Engine status. v Engllsh or metric�splay. o Hourmeters far engine,PTO artid"useY'time,service Interval timer. a "Incldent"timer. o Custom mess�e diaplay. INTAKE REUEF • A Hale stairrleas steel Iritake reli�af v�lve Ir�t811ed on the irtake side of the pump. + Surplus water shaA be disch�rged away from the pump operamr and terminate with Male NST hose thread. , AUXIUARY COQLER • Auxiliary Cooter sh�l!be fumiahed t0 provide additionaJ c�oolinp to the eng�e under extreme pumping conditions. • Water from the p�np is to be piped to the coits of the haat exchanger. VALVES,ADAPTER8�NOaLES • AA shall be�lkron 8800 f SG00 series unless otherv�ise stat�i. • Push/pull dr�in valves shall be provicled for al12.5"and larger in�is and outlets. PUMP CONNECTION� • AA aucdon and dis�harge Ilnes(except pump manifolds}1"and larger shall be heavy-duty stainless steel pipe. • Where vb�ation ar chassis�eexhg may damage or Ioosen piplrig or where a coupling is nscessary for servicing.a flexible canm�ction sha�be fumished. • AN I�es shall be drained by a m�sster drain valve or a separat�c�aln provided ert the c�onneotbn. • AI1 Individual drain lines for dlscharges shell be extended with a rubber ha�e in order ta drain belaw the chassis frame. • All water c�r+ying 9auge lin�shall utNlze nylon tubing. Vllla,ge+Gvmmunity Gev�opmanr Dfstrkts Page 48 ot B2 Purchaslns D�parlmerat PrJICh89�3 0�8/�C1119 PlffllpBl f71��Yt�!►O R�il����7 6"PUMF'INLETS * Twa�6"dlameter st�ction ports witr►B°MST m�le threads shall be pror�ded,one on each side ot vehicle. • In�ts shall extend through the side pump panels and come Comptete with removable str�lner and long handl�chrome-�ated c8p. 2-1/2"R1tiH'1'SEDE INLET • One 2-1/2"gatad fnlet vatve shall be provided an the rfght side pump panal. • Valve shall be supptisd with chrome plate fiemale swivel,plug,chain,and removable st�ainer. • Valve shatl attadi d�rectly#o the suction skla of the pump bel�nd the pump panel. 2 iIZA LEFT SIDE lNLET • pne 2-1/2"gated inlet valve�hal{be provided on the leit side�mp par�el. • The�ralve shall be sup�ied with aF�ome pl�te#emale swrivel,plug,Chaln,and r�mo�able stralner. • Vahre shall atta�h directly to the suctlon side of the pump body behlr�the pump panel. TANK TO PUIWIP • Sha�be connected to the ir�lte ski�of tlte�mp vuith a 1 t4 tum 3"fuil fla�r vahre&check va�ve. • Remote cantrol locaied at the operator's panel. • 3"tank to pump Ilne shall run from a bottom sump inbo ihe 3"vafve. • F1ex�le rubber hose coupltng shaA be usad ta connect the tank to the intake vahre. dlJTLETS • Dischar�e valves shall be an 9nlir�Tork-Lock constructed o#brass. • Sha�be of the quSrter turn type of flxed pfvot cissign. • Valves shaU be controlled from the operator's panet and shall be equlpped with swing type locklrig handles. i Yalves shall be eupplied wlth 2-1/2"National Standard Threads arid come with chromo plated female caps and chains. • 2-1/2"w taryer d�charge ouUet shatl be suppl(ed wlth a 3f4"quarter turn dr�in vahre Ivcated at tt►e outlet. � 2-112"and larger dlsaharQes sl�ll be supplied wRh a 30 deqres angle dQwn ebow. 2-1i2"LEFT SIDE OISCHAGES • Two(2}2-1/2'gated disc�rarg�shali be located on tfi�e left side pump p�nel. • Vaives shall be of the quarter turn tork-lok baA type of 4ficed phrot design. • Valves shall be conn�cted bo the discharQe side of the pump behind the pump panei. • Chrome swing typ�handle located on the pump aperator's panel shall cor�trol the skle d'+scharges. 2-112"RitiH7'SICiE DISCHARGES • One(f)2-1/2"gated disdtarge shap be located on the right sic�pump panel. • Velves ahall be of the quarter turn t�nek-lok balt type af t6ced pivot des4g�. • Valves shall bs c�onnected bo Me discharge side of the pump behind the pump panel. • Chroma swing type handle locat�d ort the pump operator's panel shall controi the slde dlschauQes. V1Hags Communhty Develvpmenf D/stricta P�e�4di of B2 Pu�ha�irg De�parl�nerrt Perr�haae o�8 Rea+cu��F1r�Ehg,IRe RFP�11P-007 ADAPTER + ShaU be a 3"NST swivel female x 4"Stor=�dap�r v�+lth c:Ap d�chafn on the rlght slde 4" discharge. aN oun.Er * Haie Maxxilow 4"electric vaNe shali he provided an the�ht side pump panel. • Valve shaH be controlled at the pump operat�or's panel. 3"RK3H'f SIDE DISCHARLiERS � Shall be a 3"gated outlet bcated on the right side pump pan�. • VaNes shall be of the quarter tum twic-bk ba�type of fixed pivot deslgn. i Vahres shall be conn�bed to ths�scharge side 41 the pump behind the pump panal. • Chrome swing type harndle lac�ted on the pump operator's panel shatl control�e side discharqes. �RONT BUAIPER DISCHARG� • A 1-1/2*discharge with 2"plum6ir�shall be providecf at the front bumper. • Valve shail be remote controded at the pump panel. CROSSLAYS • Two(2)crosslay hose beds shNl be supplied. • Piping and vahres shall be 2",the swivel sl�al!be 1-il2". • Yah+es shall be�s"drop-out"style,pushlFwll controNed from the pump penel. • Each ctampartment sh�ll f�old 240 ft,of 1-3I4"double Jackat hvse. CROSSLAYS • One(1)crosslsy hose bad shaA be supplied. • Piping and valves shalf 3�e 2.5",the swivel shaH be 2.5". • Vahres shall be the"drop-out"style,push/pull controlled from the pump p�anel. CROSSLAY COYER * An aluminum foldi►�c,over shaA be provided ta enctose the tvp. • Cover rrtust be capable of being secured at the iop and sldes. TANK FILL � A 2"tenk�II shall be provided,using a quarter tum fuN#1ow balt vahre. • Must be controlled from the pump aperat+nr's panel. FDAM$YSTEM • Shali be an extemal fioam c�nrtect�n provid�f on the side�ump a�er�ator's panel. • Shall be connected to ihe on board foam�If by a 1"plasti�line a�d plumbed to a Elkhart foam suppty kit wlth a quick disconnect on�te�mp panei. ■ Shatl be an air opersted valve cc�rmected n�ar the foam ceN,with a swiich located on the pump panel to tum off the flow of fvam to the concer�trate ou#1�t. � VJI►age Communffy U�tReloprt�ent D1atNcts Pege 50 0!B2 Pu�Cha�sing Dspesrlrnsnt Pur�hsse afa A��ccra PWmpsr fN+s Ehgirrs RFiP#11P-007 • A check valve sheU be ins�lled directiy after the valve,to�r�t uni�e�tlfln�l pre�suriziny of the foam celt. • A 3/4"quarter tum valve ahall k�p��vided o�the}�ump panel,plumbed irom the disdiarge side of the pump to tfie fo�en Nne Just behirnd the c�eck vatve. � This shall serve aa a foam flush from the alr operated vahre to th�foam cancantrate outlet c�onr�ction at the pump p�nel. - • Shall be a male qul�k conne�t an the sup�y hne that shall mate to#he purnp pat�l disccxmect. + A pick up tube shall also be provided to aflow the eductor to be used with off board foatm as weN. • ShaN be an Akron 3125,125 gpm fc�m edl�ctor shlpped Ivose with apparatus. FQAM TANK • Shau be a 30-gallqn foam tank. •. Shall be part at ihe main booster tank. • Shall6e a 8"PVC fia tawer ar�d eap�nnd a tank vent. � Sha!!be a 1-il2"�nged outi�t arui drein v�lve at the lowest pofnt in the tank. PUMP AN�GAUGE PANEL.� • ShaA be constructed of black vinyi covered alumfnum. • Panels shaA be easily remo�rable. • Gauge ar�control paneis shau be iv�ro separate panels. • The upper gauge panel shall be hin�ed with e full-le�gth stainiess steel hinge held closed with a 7/4-tum IatCh. • ShaU be one(1�hinged access door as i�rpe as possibfe located over the�Ight�ide pump panel. o Shall haw�a fuB-Ilertgth st�inless steel hinQe and m 1/4 tum lat�hirig mechanism. VALYE CONTR�IL3 + Pum�controls and gauges shali be locaxed at the left si�af the apparatus and prpperly marked. + Vs�l�e cor�trots�hall have t�e oa�responding discharge gauge locatsd�nmediately�jacsent to corrtrot handle. ESCIfTCHEON PLATES • Pump panel shali be e�quipped+n�tri�olor-caded removable escutcheon plates araund the suct�an arn!dlscharge valves."No Exceptbn° COLOR CODII� +� Dlscharge valvs control,outlet,and corre3ponding line gauge shall be color�oded. o #1 Dlschar+�e—YeNpw o #2 Qiscltarge—Wh[t�s o #3 Di�charqe�Navy 81ue o #4 Dlscharge—Black o �5 Discharge—(�re8n o �1 Pre-Connect—Orange o �2 Pre-Connsct—Red o �3 Pre-Connect—Hrown o �4 Pre-Connect—Magenta o FroM Sumper tins—Turquoise o L.arqa Dlametsr Dischar�e—YeAow With Whlts Border o Left Nnse Bed#'re-�Connect—Tan o Rlght Hese Bed Pre-Connect—Lavender o LeR Rear DiSCharge—Cftirre VNlage Community Deve/oprrnsnr Dlsir�ata Pa�s 8t of 82 Ptlr�chask�p IJ�pert�rit Punchut�e of�f�es+atre P+umpe�r F/ro Er�glrne AFP�R 11P-0d7 o Righ#Rear Dlscharge—l..ight Btue o DeCk(�utt—Slhret o Inl@#S—BurgUndy o Tank fAI Lime Qreen o tank to Pump—Burgundy PUMP PANEL L.1GHT'$ • Pump panel cantrofs&gau�sha11 be i�um�neted by a minimum af iwo(2)Ince►rrdescertt Hghts. PE1MP PANEL C�AUGES AND CONTRQL3 The following gauges arK1 controls shaU be provided at the pump panet: • Two(2j cert�ied taboratory test�auge outNts. • PumR primer co►mol. • Master drain cordrol and addituo�al drains as needed, • Tank-fitl a�d pump cooler valve corrtrols. • Ta�k to pump valve control. • Pump capadty rating plate. • All discharge conirols. • Two(2)master pump gauges. • Gauges on all 1-112"and largerdfscharge lines., AIA OUTLETS • Two(2)air chucks shaR be adjacsnt to pump operators panel(one each side}. • Shall tie inta wet tank of brake system. • Shafl have 85 psi pressure pratection. + �5'a�r hase shaN be providetl. A"l�IAS7'ER QAilGES • NoShok Nquld fllleci pump prgssure and vacuum gauges shall be provided. • Shall be 4"in diameter wRh white faces and black lettering. • St�ll ha�e a pressure range of 30"-0-40U psi. 2-912"PRESSURE(3AUGES • NaBhok Ilquid fllled indtvldual line pressure gauges shall�prcnrided. • Shall be 2-yl2"in dlameter w►ittt whfte f�c�s and black lettering. • Shall have a pressure rangs af 0-400 psi. WATER TANK LE1lEL GAUi�E • �'ire ReaearCh TankVision�model WL2000 water tank volume ind�ator kit shal)be installed. • Qauge shall be locateci on 1he pump operator'g pansl. CLAe►SS A FOAIA TANK LEVEI�.GAUGE • Fire Research TankV'�slon�mode!WL2700 foam tank volume hdicabnr kit shall be installed. • Wirinq shall be weather reslstarrt a�hsve autamative iype plug-fn conneCtors. • 7ha yauge shall b�located an the pump operator's panel. v1�e Carrrmunity t?evsloPma►t D1stNcts Po��2n1&� Prmct�she�r Depa�bns�t Pu�hase ot e Resc�re Pr�mpe�r FMr Er�r1s RFP�f 1P-007 BDDY SUBFRAIYIE A stafnlsss steel subframe/under+carriage sha11�provlded for the body comparCmerrts. APPAFlATU3 BQDY • Shall be consiructed of�4 bru�f�ed fln�h#304 staiMess at�L • Shalt includs brushed stainless steet comp�rbnerrt ir�teriora. • �ther sculfi pmne areas shaU also be a bru�ad scuff resistant stainiess steel finl�h. • Apparatus body,including the rur+ning boards shall be supported by struciura#chennel and angle. • �esign ahall be strong enough t4 su�ort the complete body. • �ach compartmern shall be properfy ve�ted with buvers, • Each comparbmsnt shall have draln tio�s fvr the refease uf masfure, • Each compartment shail have s�nreep-out fl�ring with no o�tnictions at�e floot bottom. REAR S7EP COIWPARTMEN'fAT(ON • Shall be ane compartmerrt at tt�e rear step,transverse to the sldes,et a minimum,wfth clear unobstructed opening: 0 40'wldB x 61°high x 30.5" deep with roll-up daor. COMPAR'iMENTATION LEFT 51DE L-1 There shall be one compartment ahead of tl�rear wheeis with c�ar unobstruCted openirtg: • 30.5"wide x 68"hlgh x 27.25"deep with roll-up door. L-2 Thers shall be one compartmer�t ahead of the r�r wheels with dea�unobstructeal opening: • 5B.5°wide x 66°high x 2725"deep with roll-up door. L-3 Ther�shaA be a compariment above the rear wheei: • 61.5"wlde x 36.5"hlgh x 27.2h"deep L-4 There shaN 6e a comparament behind the rear wheels appraadm�tely 26°wide x 60"high x 19"deep with cfear urtok�tructed openir�g: • 53.5"wide x S6"high x 27.25"d�p wltF�rolhup door. LEFT UPPER HATCH COII�PARTMEM' There shall be a compartment locateti on top of the unit an the lefl side with tfft up doors and pneumatic stays. Three doors for this comp�rtmenf shaU be provtded(approximately 48°x 25'�, Each door shaN be NFPA oompliant. • 29"wlde x 20'high x 1 B�°long COIIIPAR7'MENTATION A�QHT SID� R-1 There shai!be a compardnent ahead of the rear wt�eels approximately 30.5"wtde x 66"hlgh x 27.25" deep with ctear unabstructed opening. R-2 There shaH be a compartment ahead of�e rear wheels a�ppraximately 5B.5"wkie x 86"high x 2T.25° deep wRh clear unobstructed opeMng. Vlqa�Gbmmunity l]evelapment D18trlcts Psya�4 0!62 Pur�cha�ing Gep�ertrr�t�t Purchaas ot a l��F'u+r�ner F�re ErrgJ�re RFP�i iR007 R-3 There shall be a chompartrnent above the wheel weli approxime�tely 61.5"wide x 36.5s high x 27.25" deep wdth deaz unobstructed oparu�g. R-4 There sha11 be a carnpartrnent behir�the near wheels a�pproximately 53.5"wide x 68"high x 27.25" deep with clear unobstruot�d opening. RIGHT UPPER HATCH COMPAR'f1AENT There shaH be a compartmerrt located on top of tf�unit on the left side vri[h pft up�ars and pn�matic stays. Three daars for thls compartment shall be provlded(approximetaly 48'x 25"�. Each door shall be NFPp compNant. • 2S"wide x 20"hlgh x 160"long COMPARTMENT R-1 The upper part of compartments R-1 and L-i shall have thru aCCess Cross the bady end mounts for two backtrnards shaN be pro►�ded. � ROLL-UP COWIPARTIIIENT QQORS • Shall be equtpped wl�R�.M Flobinson 3he�tter daor�. • Donr slats shall be double wall kwx frame,manufactured from anodined aluminum. • Doors shall have tha follawing features: o Manufactured whally En the UNted States. o Concave indlvidual slat des�n to�ever�t loase equlpmerrt from hlndering dow'operation. o Go-Extruded stretch reslstant inner seai bei+nreen s�ts to prer+ent mstel-to-matal corrtact and inhibit moisture and dust penetration. o Interbckin�swaggedldimpled end shoes shall be utElized tfl�ov�le a U�ght flt#9r� assembly and allow for easy removal In the everrt of damage. o Effective counter baiar�clnfl for ease of!i(ting and k�wering the doors. o One-piece side rall and tracic ta prov�e an unobstructed slide area and reduce the risk oi binding. o Nan-abrasive replacea�e water and dust barrier canparbnent to ke�equipment cle8n and dry. o A mapnetic type swihch integral to the door ahall be supplied for door ajar indlcatlon�nd compartmerrt I�ht activvation. o A full wfdtt+positive latch bar sha!!be operable wlth one hand,even wlth heavy glovea. o A door open indlCator light shali be pro�ided in the cab. SCBA CYLINDER COfAPARTMENTS • Shatl be four(�j spare brs�thlna air cyllnci�r comp�arlmerrta reaessed in the rear fender wella. • Comparbments shaN harro cast aluminum doors with equlpped wfth a weat�er resistant flush fitting thumb latch. • irnerior of the door shall Inctxporate a rubber"C?"-rir+�seal. • Intedor campartme�Y sh�ll be�nstruci�ed o#a high-density�lyethylene plas#ic, CflNIPAR'TMAENT l.IMIMG • ShaU consist of spray on"i3hino"liner. • Shail match the depertmenYs existing fleet. Yt�ga Canmtmtty Der�elopement OlstHcta P�s fr4�6a Purrarrasiryl�D�arirrre�! Ptrmhase of s Reac�►Pump�r Flr��Inoa RFP�`ilP�D'! ADJI)STABLE SHELVES • Sha�be eleven(71)adjustable sheNss Installed in various compartments. • Strelves shaU be fBbrlCated of.188"aluminum plate. AD.�l1STABLE YERTICAt SLIDE-GUT PANEL • Shan be three(3)an adJustable vertical sl�e-out tool boands v�t�a 250 Ib.�p�c41y maurrted on unistrul tracks. • Ext�a camparlrnerrt ilghts shaii 6e provid�and located�s neede�ta properly illuminate the comparhtlellt. 60Q�SUQE-MASTER TRAY • 3hall be#txee(3?Slkfe-Mast�puliout drawers installed. • Each drawer shaN have a dlsMbuted�aad capacity of 6Q0�bs.capable of extending 7095 af Its depth. • Tray shafl be fabricated of.188"aluminum plat�and hanre a farm�l Np that measures 2". UNISTRU7 • Each campartmerrt ahafl come equtpped wRh 1.6�5"x.875'x.i 2v"aluminum Unistrut channel. + tlNsfiut shsll be ser.urely faster�ed�o the 1r�teriar a�alls of ths comparlment. HOSE B�D • Shall�dhilded iMo two separate sectlons. 0 10Q0'of d'E1ose 0 50Q'of 8"hose • Ea,�h sectlon shall be complefiely wide open. • Hose bed flooring shaN be s�tted extruded aCuminum. HOSE BED DIVIDER • Shali be dh�ided by a 3/1 fi"aluminum parttian that is fuAy adjuatable by slidln+�!n tracks located at the frorrt and rear of the hose bed. • sr,�i be ro�t�a�neeaed. HOSE 8ED COVER • Shall be an aluminum tw�o-ptece,hinged hose bed cover constructed of.125'aluminum ar�d squsre aluminum ex0�usron. STEPS AND LADDER ACCESS + Shall be fvld down step�mounted on each skie#o allow accx�ss to pump panal and durmage are�s. � First steps shall be a mtnimum af 11'x 14'for first steps abrnre that shall be 11"x 8'minlmum. • $hall meet current NFPA 9901 criter'ra. • Shall be a rear aa;ess ladder to access upper left and right compartments(Zlamatic madel RL- 2�). Vplage Community Developmenf Dlstrlcts ���� Pur�cJrasJn,g Depertm�t PurChaae uf s l�s�cue P�mps,r h7ns En8/n� RFP�91 P-007 HANDRAILS AND STEPS • ShaA be conslruct8d of 1-114"dtsmeter IsnuNed anodized aluminum 3/8"heavy walt extrustan. • Shall be maunted utilizing chrome stanchions,which shall pravkle suff4cierrt space to adlow for a gloved hand to grlp the rail. • ShaN be lacated 1n the foflowing areas: {Note:These ar�1n addition to tho�prevlously mentioned in ihe chassis sectiqn� * One(1 q handrail on each side of the aviceas step�ta the(adder. o These handrails are coversd with ribbed r�bber. • Sha!!be one(1)told�wn step on each slda of the front taee of skle oompartments as required by N.F.P.A. • Shall be one (�)fotd-down step at each side cf the rear area • 5ha11 be t+n+o{2)pull-out ste�s,�pprax"unately 25-314"wlde x 11-3l4"d�p,provlded on the r�ht side ot the�paratus for ease of accessNig skie stadced g�ound►acfders. o Sha�be l�ated one att��f of ihe rear axle and one behind the rear axle. RUB RAILS • Shall be equipped with heavy exlruded a�minum rub rails at the sldes. • Shall be spaCed away from#F�botiy by 1/2"polymer s�cers. • Shail be polished to a brigh#f&��h and be fiUed wfth custom cast end caps. AI.UMINtAA TREA[]PLATE ■ All laad bearing aluminum treadplate running boards shall be."t55 thick bright annealed wlth a serrated embossed f�tish. • Running kmards and rear s#ep edpes$hell be flanged down. • Rurming baards shall alsn be flangad up to form kick plates. • AIt noMoad bearing aluminum shaH ba.1�'th�k brlght annealed flnish. • INhere aluminum treadplates#undion as laad-beadng surface,there sFtaH be a he8vy steel sub- structure. o This structure shal!consist of 3"channel ancf 1-1/2'angle welded support. • The aluminum shall be insulated from the steal by closed cell foam body t�arrler material. Treac#plate locations: • Skirting araund frorrt l�Umper. • The step at the cab entrance. � The Jump seat s�s�. • The runrring baards. • The rear step. • The t�of the compartments. • The r�r of the ap�aratus. • Rear fer�ers. RUNNING B�ARD TROUGH • Slmll be prov+ded in the left and Nght side rurming board� • Shall hold a 15-foot length of 5"ho�. BOOSTER TANK • Shall have a capac�y of 500 U.S.g8�llons. V1llage Commvrtlty Development Dlstrfcts Puge�SS at 82 Punclie�s!►�9 lJe�sr�rr�arrt Punc�ase ora Re�crrs Priimparl�l�Fitglna RFP#t fP-o07 • Shall be oonstructed of 1/2"thk�c polypmpyler�si�eet stack. � Shall be a non-corrcisive sffves retieved copvlymer thermo-plastic. • Shall be desigr�ed to be completety independerrt of the body and campartrne�s. • All Jolr�ts and seams shall be wekled an�or formed ar�d tested. • Top of ihe bonster tank shan be fitted w�h remavable lifting eyea vv�h s 3 ta 1 aatety facioor. • Sf�ap have a combinatfon verrt and manual fi�l tower(canstructad of 7/2"p4lyptopylene ar►d sh�l� be a minimum dimene�n of�'x 8"outer�tmster). • The tower shaN be located ln the leit front comer of the tank. • The tower shaA hawe poiyprapylene hinged-type caver. • The su�np shaN be construct�!ofi 1/2"poly�ropylene and be locata�d in�s left fr�oRt qusrter ot the �nk. • The sump shaH have a minimum of 3"na�tonal pipe thre�led nutlet on ttre bottom for a drain P�9• • ShaU have an a�ti-swirl plete kacate�i ap�oximatefy 2'above the sump. • Shall ba baiCked with flow defiectors. • Tank sha�rest on the bady cross members in conjunctinn with suoh adc��anal crass members, spacsd at a dlstance that wouki not allow for more than 630�uare inches of unsupported area under tlie tank floor. • The tank shaN be compbtely removabie without d�sdubing or disrrranding tha apparatus structure. �LECTRIC SY�TEM • Electi'ical whing In#�e chassis shall be XL�ctoss link-insulated type. • ShaK be color-ca[�+�d and ir�ckide fr�nctlon codes every three(3)Inches. � H�rnesses shall be routed in protective,heat resistant lovm,s�urely and neatly installed. o Ail hamesses shadl be covered v�th molsture resistaM Ioam with a minimum rating of 9Q0 Degrees Fahrenheit and a flammability rating of VW-1 as defined�n UL82. o Covering af j�cketed cable shaN ha�a minimum ra�ng of 289 degree F�hrent�it. • 7wa pov�+er distrlbution centers shaa t�e pravidsd in centi�al locaqons for�eater accessibilfry. • Power distribution centers ahaA also have�ccessory breakers and retays for future Installstlons. • Power distribution cearters ShaA contaln automatic themnet self-resetttng breakers,powe�'coMral relays. • All breakers and reJays shaN be ut�lized ln circuits�►hich amp ioads are substantially lowar tltan the re5�tive component ra�ng. • Each maduie ia single function coded and laf�led to afd in troubleshooting. • External hamess inberfaces shatl be of a�e seai type Conn�ctlon. • Cab/chassis and the chassisJbady cannect)on paints shall be mourned in acoessible bc�atlons. • Complete�sis wlring schema#ics shaN be supptied wlifi the eipparatus. • Wiring hamess sh�ll be deslAned#a rated to carry 12596 af maximum cumerrt for which the Circuil is protected wlthout exceediny 10°�voRage drop across the c(rcuit. • Ali wires shall c�onfarm to SAEJ1127(Battery Cabls),SAEJi 128{Low 7�abn Primary Cable), SAEJ1560(Low Tension Thin WaU Primary Cablej. • Aa circu�.s cor�orm to SAE1292. �ACK-UP AU1RM • Ecco modef SA917 back-up alarm pr�ucing 87-112 db shail be installed. � Shall be at the rear between the firame ra�s and operate whenever the transmission is in reverse. COMMUPIlCATION SY37'EM • Dawid Clark Infercom system shell be�xav�ded in the cab. • The driver�offioer posftlons shad be interfaoed with radto. • Shall be a total ot flsre head sets pl'ovfded. V►lVaQm Commun�ty DievaloPmer,t t,�ricta Page 37 ot 62 Puurcl►a�Iny,D�partmenf Punchase ot a Rsa�s Ptx�per�a Frigl�e AFP�f iP-0Gf � ShaN be loc�ted at p�-buNd. COMPAR7'MENT LK3Hi'iN�i • All c:ampautments shall 6e equipped with one(1}LED Ifght strip to iiluminate to endre carr�partment. • Any campardnent I�r�er ri�an 50"wide shail have two(2)LED IigM strlpa. EL.ECTRICAL PROYISION • Wirlrlg sha!!be provided in the cab snd canopy for the fut�►re installation of eiec�ical char�ers. • Locetion to be detetrnined durinp the pr�-constructlon canference. AN7ENNA MQUNTIHt�i • Customer supplied r�o antenna(s)shall be installed in cab roaf arad cabl�to a desired Iccadon. • Location sha11 be determined at#he pr�nstruction meetlng. LICENSE PlATE BRACKET • License plate IataCket sh�ll t�e installed at the rear of the apparatus. • Weldon Technologfes IlgFrt part#918E3-23882-30 shall be directiy abarre the tfcensa plat�area. TA1LlSTdPfTURN LlQHTS • Shall uae Whelen 60a Lfghthead(#162D0029 CaST4Yj. o TaiIIEgMs are to be Whelen 60Q LED style. o Tum signals shall be an ar�ow pattem,amber in co�or. o Beckup liytfts shaSl be halOQen. o One 600 sertes warnfng tight. L�D ICC/MARKER LIGHTS LED type ICC/marker iights shalf be installed ta meet d.O.T.r�urcemerits. STEP LIGNTS • Whelen 2Q 4"diameter LED(ights shali be installed. o One e�ch side on the truck for the running board. • Wheler�2fi31 LED mourrted uncfer each step on tt�rear. GROUND LIOHTiNQ • Shall be equi�ped with fighting capable ot illum9nativn to meet NFPA requ�ements. • Shall be Truck-lite�LED madel#44042C. . o Shall be provided at areas und�tt�e t�river snd orew dding area exlts. 0 5ha11 be 8utom8tically aativatsd w}7en th&exlt clacNS are opened. • Afl Ilphting required in work areas,steps and waAcways shall be activated when�te p�erking brake is applled if the ICC lights are on. WORK lI�HTS • Shall be two(2)Unity brarrcl AG 6"chrome plated seal�d beam fload Nghis in8tsll�d. • Shall be securely mounted at ths upper rear flf the apparatus body. • Each light shatl be�ndividually swiOched. VNlage CommunFty D�vetopment D�ffsMcta Rsge SB af 6? Purchas/ng DeparAment Pur�chase oi s Rescue Piumper F/re En81rte RFP�17P-GOT OiP'T1CAL WARNINt'�SY$7'ENI • Shall ba capeble of ta+a separate sign�ing mades during emergency operatlons. • One made sF�ll signal to drivers and pede�trtans that the apparatus�responding to�n emergancy ar�is cal�ng for the ripht-of-way. • One mode shall signal that the appara�is stopped and��cing the rlgM-af-way. * 3witching shatil be pravPded thaf serrse�s ffie posttion of the parking br8ke. • Stiall install a master optical wamir►g dsvice svriich bo ertiergize all of the opNcal wam�devices. • A�lights shall operate at not less than the mlNmum flash rate per minute as spedfled by NFPA. UPPER LEVEL WARNII�G DEYICES NOTE:All lens color!patt+erns wlll be determined at pre-build. • Zone A(iroMj-one(1)Whelen Model FN72QLED 14 LED Freadom Seriee 72"Lightbar. • Zone 8 tright side)-�a!!be cavered by module from llphtbar and right rear stanchlon baacon. • Zone C(rear} o Shall have orte(1}Whelen RED ratatl�heacon Model RB6T maurrted cn the rig�ht rear stanchfon. o Shall have one(1)Whelen AMRER rotating beacon Model RB6T rnounted on�1e I�ft rear stanchlon. � Z�ne D{left side)shall be covered by module from lightbar anci leit rear stanchlon beacon. LOWER LEYEL WARNINQ DSV�ICE� • Zone A(front)shal{have two(2)Whelen 680 Super L�D red ligh�mount�!each side af cab. o Inboard palr of lights shatl tie wired#rrflugh a load-shedding device. • 2one B(right skiaj shall havs tour j4)W1�Bt�Super!ED r�f lights. • Zone C(rearj shall have two(2�Whelen 800 3uper LE�red lights mounted one each slde of the r�ar of the apparatus. • Zane D(left sidey shalt have four(4}Whelern 60d 5uper LED red ifQhts. AUDIBLE WARNINC�SYSTEAA • One(1)Wheleri AAodel 285 HFSAi electronic siren shaN be instal�ed at the cab instrume�pa�et. � Zhe hom button in tha steering wheel,a switch on right hand side of cab tloqr and the control on the slren head shall SCtuate the slren. • A foot switch shall be pravid�on the officer's side of the cab floor. • Shall be a Federal Q28-NN siren instaAed. • 5hall be securely mounted and activated by means of�soleraid and shall includa a hrake. • Shal)be wlrsd to the hom buttfln. � Rocker switch on the dash shall toggle between air hams and Q2B, • One(1}Whelen SA315P-speaker aha�be installed. • Shall be mounted beh[nd the bumper. • Shalt be a Whelen Howfer mourrted behirx�the g�ll. GENERATflR • Smart�'owar 15 KW(fire service rat�i)hydrau�c generator sha�l be Installed. • Generator and wiring shal!contarm to present Nat3onal Ele�rlc Codes as autllned in NFPA. • Output shaU ba co�rolled by en Intemal hydraulic system. • 5ha�be power�by a tr�nsml�sion power taice t�ft unit,througF�a hydraulic pump and motor. • Sha�be operable anytime�at the aApa�ratus engine is running. • A"HOT"shift PTO sw�fi�tecl Er+the cab dssh shall acdvate the generatnr. VilDag�e Cammrmtty D�evelopment Dl�rlr�ta P�a 6�dt 62 Puicirasfng DeQ�ri�nt Pu�se ota Al�scue Pt�mper FI►e Enplrre AFP�1 i1P-007 • (3enerator housing�hall be compQSed crf 100 peroerrt stain(ess steel housings. o Shall have at least four(4)air tMet locations. o All con�ectlons shall be bcated outside the housing. • Shall be designed to oper�te wtth an am�errt temperature af 120 degress Fahrenheit. • LCD disptay hour meser shal be provided. a Hz c Volt o Amps o Oil temperature • Shall be equ�ped with a fhres-patnt vi�n isoiadon mourrting system. 12aVOLT OUTLET • Two(2)12{?-vait o�tiet with we8d�erprooi�over shall be Instatled. • ShaN be instalNad in Iiquld tight condu�. COMIIIAND LIGHT • Shall be mounted b roof of apparatus. • Must be deployed vrid�fn 15 secands. • Must be capab�of operatron using a remote control vrith 15'cvrd. • Shatl have an"au�park"feature. • Shall have tread�late under unit when sttxed. • Must have at leasf six(6)lighis wlth tot�l output af 6K watts minknum. • Must produce at least 129,000(umens. LICFR SWITCH A remote switch shaN be provided on tt�r pump panel to ac�filvate the quartz lights. BREAKER BOX • t�llrcuit breaker box shefl be provlded with sbctean(16)spaces for breakers. • Shall be In9talled ln liquid tight conduit. CORD REEL • Shall be a Hanr�y AAodel ECR1616-17-18 eiectric rewlnd cable reel mour�d in a comparanent. • Shall have 15Q feet af 10/3 S�oprene Wate�-resistant(90UV)yellow jacketed cable. • Hannay Type"G"r�otter assembly and HS-3 cabls stop ball shall be provided. • Akron{GFE)four-way reGeptacle bax with Ifght shall be hard wlred to the erid of the cable. a ShaA b�e eecurely mouryte�cf In the inmediate area of the cord reel. o Mounting shall be a fabricated alum(num bradcet equipped with a Velcro str�p. AIR REEL 3�AOUNi'�IG � Shall install a Hannay(model F1500)elecb�ic rewind reel. • Shall have 1 tfD'of 300 P31 �i�z"air hose. • Location determi�d at pre-buitd. + Shall have a 6,000 PSI(509 cu.Ft}utllity�Ir botde. �RQUND LADDERS • Shall be equipped with a minimum vf 85'hea+►y duty�re serv�e ground ladders. 1/N�age Communlfy Dierefopment Dlstr�C�s Aaps�0 of 82 l�f+aslrtg D�p�r�ts�t ar,,,cnss•or e Rescr�e�r.mpsr�rns Er,�ee R��e i iP.rao� o One(1)A�CO-Lite F�—10(foldinp) o One{1)AICa-Llte Pl�L—14(r0o� o One(1)Aloo-Ute PEL—24(extensbn) • Shall meet the ret�uirements of NFPA. • Shall be stored insEde of the body in an enobsed cabinet. HOLMATRO BULK HEAD FI7TINGS • Sha11 hatre tl�ree(3)Holmairo Bulkhead Core fittings. • �.oca�on datermined at�e-bui�. SUCTICINI HOSE&STRpINER • 3ha11 provide two(2)10'lengths af B"tightweight hard suctlon(Kochek). • Shall be mounted vn top ot the body. • Shall provide a 6"�strainer(1.5 tlmes hose azea}. • Shall provide scuff pla�s under the lug and ptn areas. TRA�FlC CONE MOUNT • Shal!have a traffic cone mourrt an rear tallboard. + Shall match currer�t fleet PAINTINCi + Sf�a11 utilize industry"best practk:es"tc insure quaAty. • Manufactu�er�haii indicate in ptoposal how the painting process wlll be accompllsh�. • Interior of all eomparbments,inside hose bed,and surrounding areas adJacent ta compartmerite doors shall remain a#4 b�ushed stainless steel finish. • SF�II ba tw0 white over red. o Dupont Imron Red(#20726XMALTI) o Dupont Imron Whde(�3i7XALT2) STR�INti AND LETTER�IG • Proposal pr�;es shall ir�lude siriping and lettering albwance. Propoaer will enumerate ALL striping and letterin�t�sts ta be IrtstaNed by the V�lages PufiaNc 5afety Qepar�nent's current �rondor. All lettering and striping shall be performed by�third party. The PubltC Safety Departmer�t's sMping vendor shail�n�aice the successful ver+dor based vn the cost provided on his/her propt�sal. CHEVRONS • The veh�le shall be delh+ered with Chevrans applied to the back of vehide. + The�ear surface of the unit w111 be averlaid with a reflective materlal,installed In an adtemathg "Ghevron"pattern. The chevrons shall be floresc�t,diamand graded green end red.The coiors sl�atl be as foltovrs:Scotchlit�rsd(nean)and 3M-39�9t1 y�eNow/grean.The Chevron pattem shall be the"A"type. NOTE:Vendors shall supply a sample with proposal. MlSCELJ.ANEQUS EOUIPMENt�URNI3H�D � 1 pt,touch-up palnt. • Pike pale tubes shall be provided.three each side af ihe rear oompartrnent. Vlllage Commernity Development DlstrActs Ps�e 67 0!62 Pilr+chas'Nfg Depu�i�m�nt Purohs�of s l�acrn Pumpsr F!ro EngMe RFP*11P�UT WNEEL CHOCKS • Two(2)Zlamatia#SA6-44 fal�ng wheel chocke wtth SQCFi-44H holders shaH be Installed. • Wt�chocks shell be toc.at�dose to the rear a�tles easily accesslble. MOWPI'ORINOZZLE • Shall be an Akrart Apotlo High Rlse model 3433 mo�itor � Shail have an Akrama�c Style 5i80. 3TOKE5 RACIC • Jankln,M+ade!SAF-3000W PC,plast�coated ateel frams stokes basket. • Shall be mounted e�n base sectlon of boom. OPERAT�N AND SERVHCE MANUALS • Shall be twa(2)complete"Operation anci Senrioe"manuals supplied wiih t�e completted apparat�s In a paper copy and in electronic flle(s), • Shall include�rvic3e,mafrrtenance and troubleshooting far major and minor components of the iruck. • Ma�ufacturer shall supply part r�umk�ers for maJor companer�ts(i.e.Engine,Axles,Tran�misslon, Pump,etc.�. o Table of COnter�ts o Hydraulic o Alr brak8 o Overall app&ratuS wiring schem&tics shaA be includ�d. • A vldeo traintn�tape on the operation af the truck shall be supplfed with tha manuals. MANUFACTURNO 8�LOCATIONS • 5hall be manufactured in facilKi�s wt�ily own�l and operated by the company. • ShaN maiMain a c�omplete stock of senrice parts. • ShaN be prvvided on a 24 hours around the cbdc basis. • 5hall m�intain parts ar�Service for a minimum period of iwenty(2�)ysars on each ap�ratus model manufaetured. CORROSION REDUCTION POLICY The manutacturer�hall have in piace a formai corrosion reductian pragram and ass�'tbly procedures designed for reducMg and eNminstin�the pc�ssibility of corrvslon. It is understood that fire app�ara#us shal! cp�erate ln harsh environmen#s.At the time of the propcfsal the aqparatus manufacturar shsll show proof af a corrosian palicy. ff a formal�IiCy is nat in place expl�in In the proposal how nnanufacturer shall take the necessary steps for cvrro�lon reducfiion. There shail be na�xoep6on to thls requlrement. In acJdition to a fortnal program the manufacturer shaU show proof of tes[ing conrosion redueiian processes to ASTM�117.A copy of reoerrt t�t shalk be included In#he propoael. � PRE.CONSTRUCTIDN 8�tNSPEC'ftpN A provision shall be provided in the proposa�price for a�l travel,food,and lodging to accommvdate three (3)VPSQ personnel for the purpo�es af a pre-propo�al!design meet�+g and ffnat inspeclion trip. 17Nege Comnrunity L?svelo�t Dlafrlcta P�b�vf B2 i�crrchasrng vqparM�enr EXtFPT1UN5 AND CLARIFICATIONS FOR THE VILLAGES RFP 11P-Oi)7 FIRE RESCUE PUMPER 1.The EMS cab[net in the r�ar af the cab wiil be 18"deep,at 26"deep it would be to cbse ta the rear of the engine cover to be able to remove items from the cabinet. 2.The Air Compressa�will be an 18.7 CFM Wab�co 3.Tt�e Cummins Engines we are providi�,doea not need the DPF Filter 4.Wheelbase will be 231" 5.We are pro�+iding a 4" Hale dischairge on the right side tn lieu of the 3" fi.The 2.5'crosstay w(N hold 200ft of�.5"hos� 7.All eompartments will have{2)LED Light StripS 8.We are providin�LED�ump panet lighting 9.We ar�e mounttng the I�ght tower on the ftont of the body,it can be located on tP�e cab If you desine,if you Mcate It on the cab,you may Dedu+ct:$1,400.00 from our bid. 13.We are rnaunting the cord reel in the u�per hatch cornpartment,If you would rather have tl�e reel mounted in the top of a sick campartment,you may t?educt$600.t� 14.We are not prov�ding the pHce pole mounts in the rear cornpartments as stated an page 51. 15.We are providing a Z2,400 Ib front axle due to the tornpartment we�hts;this will Ilnait the cramp angie tn 42 degrees. 16.We are providing storage#or t2}backboards ai the rear of the truck,this will give you more use�bfe compartment space i�L-1 and L-2 compartments. 17.Page 11,Cantract pricing,we will use the PPI index 336120,H�avy Truck,Fire Apparatus,Suses,for aur standard price increase,however,we wilt take exception to any increase that is mandated through, the�PA,DOT,or NfPA,this increase,if mandated wil!be over and abaat the PPI index. 18.We are providtng a Gummins ISM 45p hp engine in lieu of the ISM 500 hp englne,torque specificatfons will rerr�aiA th�same. 19..The Vehitl�wmes with Electronit Stabilfty Contmi as�r NFPA,Sutpt�en Rescue Pumper5 meet NFPA without using ESC,ff you Delete E�C,P'I�a�Deduct$3,100.Q0 from our bid, 20.We ha�e bid a 5tainless Steel body, please review the compartment dimensions in our proposal for the stainless �teel body, they will be differe�t that what you had asked for. We are provf�ing an alternate proposal for an extruded alurninum bady with the f�allowing specification and tornpartmerrt dimensions,if you change tt�the extruded aluminum I�ody you may Deduct:$9,943.Otf from aut bid Not�: The drawing provided reflects tLe camQartmeat dimensian for t6e �lumiaum body. A.PPARATUS BODY 'The body shall be constructed af 3/16" #5052 alurninum sheet, #3Q03 bright aluminum diamand plate and structural alwnirjum extxvsicros. The �cady shall be of the modular design to allow for praper flexing of the iruck chassis. The body shall be custom built and enginees�ed for proper load di�tribution on the chassis. An insutator materia� shall be used where aluminum and steel are in contact to prevent carrvsian. The ceilings, sid�walls and floors c�f the body compartm�nts shall be constructed of 3/16" 5052�H32 smooth aluminum plate with a teusile stcength range of 32,004 to 44,000 psi. Cantinuous 5356 fill welding shall s�al comparlment paneis. The body framework shall be constructed of custom-designeci aluminum alloy 6063-T5 extrusions with a tensile strength of 35,040 psi. Tv eliminate "dcad space" and to maximize compartment interiar space, fiher� shall be no more than 1/4" betvveen outer and inner walls. The campazEment extrusions shall be slotted fixll-length c�n backside for uniform fitting of the aluminum plate work#hat forms the compart�.nent interiors. The aluminum extrusion profiles shall inetyrporat� 1" x 1-3/4" recessed continuous doar seal at the bottom of the eompartment. The extrusions shall be designed to allaw unobstructed, sweep-out floors in all compartments. The front, top, and rear surfaces of body shall be covered with .125" bright aluminum diamond trcadplate. T`he forward and reaz recessed surfaces sha.11 be flush with the carner extrusions. The compartment tops shs11 e�tend downward over the extrusions and form a dri.p molding. The material shall be .125 �.luminwn treadplate wrth appraved a,�rated service for wallcing. The campartment assemblies are to be fastened to the sub-frame with mechanica! Huck- type bolt�. The apparatus body shall be a separate inodule form the pump enclasur� and shall not be fasten�d together in any mariner. Fach compartment shall be properly ventai with louvers. REA.R STEP CQMPARTMENTATION A1- There sha�1 be a cvmpartment provided at the rear steg. The compartment shall be approximately 44"wide x 40" high x 29-112" deep inside. The comgeRment sball be provided with a roll-up door. COMPARTMEI�TTATIQN LEFT SIDE L1- There shall be a cv�partrnetrt, ahead of the rear wheels apgroximately 30-1/2" wide x 56"high x 27�1/4"d�ep. L2- There shall be a compartment, ehead of the rear whee�s approximately 56-1/2" wide x 6b" high x 27-1/4" deep. L3- There shall be a comparEment abave rear wheel approximately 61-1/2" wide x 36- 1/2"high x 2?-I I4"deep. L4- There shall be a campartment behind the rear wheels approximately 53-l/2" wide x 66"high x 27-1/4"deep, LEFT UPPER HATCH COMPARI'MENT There shall be a comRartmen# locatec� at the top left body side witla lif} up doors and pneumatic stays. The cornpar�ment shall be approximately �9" wide x 2U" high x 160" long. Three �3) lif�-up NFPA cvmpliant serr�ted aggr�ssive diamond plate doors shall be provided, each with chrome handles. The door agenit�gs shall be approxim�tely 48" long x 25" wide accessible from the top of the apparatus body. The tops of the compartments sha11 be cnnatructed of�TFPA compliant embossed aggressive diamond plate. COMPAR7''MENTATION RiGHT SIDE Rl� There shall be a ��mpartment, ahead of the rear wheels approximately 3Q-1/2" wide x 66" high x 27-1/4" deep. R2- There shall 6c a compartment, �hhe�+d vf#he rear� wheels approximately 56-1/2�� wide x 66"high x 27-114"deep. Tt3- There sh�li be a comgardment ab�v�re�r wheel approximately 61-1I2" wide x 3�- 1/2"high x 2?-1/4" deep. R4- There shal� be a comgartment behind the rear wl3eels approximateiy 5�-1f2" wide x 65" high x 2T-1/4" deep. RIG��ER HA�CH COMFAR�'1VIENT Therre shall be a compariment located at the top !eft body side with lift up doors and pneumatic stays. The campartment shall be approximately 29" wide x 20" higl� x 16a" long. Thres (3) lift-up NFPA cornpliant serrated aggressive diamond plate doacs shall be provided, each with chrome hat�dles. The door openings sha11 be apgroximately 4$" Iong x 2�" wide accessible from the Cop af the apparatus body. The tops of the compartments shall be constructed of NFPA carmpliant embossed ag,gressive diamond plate. BODY S[JB-FRAME The chassis shall be fitted with a sub-frame system cflnsisting of a series of stecl plate gussete.d legs, ext�nding down �nd aut from the chassis frame rails an each side. This system will ptovide addi�ional structural support to thc running bc�ards and side cc�mpartments. A he�avy-duty rear platfc�rm shall be constructed of tbe same material to support the rear comparbments and rear step. The emmtire �sssembly will be attached to the chassis frame by a series of heavy-duty U-bolts. Self-supporting bodies wili not be a�cceptable. Sutphen C�;�rparat��an l�rapos�.l TQ T�iE: DATE:December 1 S,2U10 The�illages Comate�mity Developrnent District Purchasing I3ep�ar�ent Eva M.Rcy Directvr 18}4 Lsurel Manor Dr T'he Villages,FL 321b2 Ladies anc�Gentlemen: We hereby pmpose and�gr�e to furnisb the foilowing fire fighting equipment upon your acceptance o€this proposal: One 11) 2011 Sutnhen StaiAless Steel Rescae Pumacr Comvl�ted snd Del�vered for the Total Sum of........,$ 524,554.43 � tFive Handred Twenty Four Thon�saad Five Hundred Fifty Fo�r 43/1�0 Dollars) Prep�Yment Discounts: 10t)'�o Ftepayment Aiscount within 3Q days of glacing thc order,l3eduet:$ 1$,233.25 Multiple Tnxck Discount Allowed,Deduct: $2,500.00 Delete Roll Stability Cantral,Deduat�3,104.00 Change Bc�dy ta Aluminum,Deduct$9,943.OQ xt�T�.� ��t�c� ���.rv��.n ��r�..s.:,��:,...,���.�s�.�s, Unit(s)�wili be manufactured campletely in accardance ta the follorving proposa.�and delivered appraximat�ly 9 to 11 rnonths from r�ceipt af order, subject to delays from a11 causes beyond our control. Ilnless accept�d wi#hin 30 days,we resen�e the righf t�withdra.w this proposal. Respectfe�l}y submitteri, Sntphen Corporation 700fl Colwnbus�-Marysville Road Amlin,Uhiv 43002 David Stonitsch South Florida Emergency'Vehicles LLC. Sales Represe�ative For The 3utphen Corpoxation EXCEPTIONS AND CLARIFICATIONS FOR THE VILLAGES RFP 11P-�7 FIRE RESCUE PUMPER 1.The EMS Cabinet in the rear of the cab will be 18"deep,at 26"deep it would be to close to the rear of the engine cover to be able to remove items firom the cabinet. 2.the Air Compressor will be an 18J CFM Wabco 3.The Cummins Engines we are providing does not need the DPF Filter 4.Wheelbase will be 231" 5.We are providing a 4" Hale discharge on the right side in lieu of the 3" 6.The 2.5'crosslay wilf hotd 2�ft of 2.5"hose 7.Atl compartments wilf have(2�LED Light Strips 8.We are providing LED pump panel lighting 9.We are mounting the light tower on the front of the body,it can be located on the cab if you desire,if you locate it on the cab,you may Deduct:$I,40U.E�from our bid. 13.11Ve are mounting the cord ree{in the upper hatch compartment,if you would rather have the reel mounted in the top of a side compartment,you may Deduct$600.00 14.We are not providing the pike poie mounts in the rear compartments as stated on page 61. 15.We are praviding a 22,000 lb front axfe due to the compartment weights;this wifl limit the cramp angle to 42 degrees. 16.We are providing storage for(2)backboards at the rear of the t�uck,this wiH give you more useable compartment space in L-1 and L-2 compartments. 17.Page 11,Contract pricing,we wifi use the PPI index 3361z0, Heavy Truck,Fire Apparatus, Buses,for our standard price increase, however,we will take exception to any increase that is mandated through, the EPA,DOT,or NFPA,this increase,if mandated will be over and about the PPI index. 18.We are providing a Cummins ISM 450 hp engine in lieu of the ISM 5�hp engine,torque specifications witl remain the same. 19..The Vehide cames with Elec#ronic Stability Contral as per NFPA,Sutphen Rescue Pumpers meet NFPA without using ESC, if you Delete ESC,Please Deduct$3,100.00 from our bid. 20.We have bid a Stainless Steel body, please review the compartment dimensions in our proposal for the stainless steel body, they wi11 �e difFerent that what you had asked fior. We are providing an alternate proposai for an extruded aluminum body with the following specification and compartment dimensions, if you change to the extruded aluminum body you may Deduct:$9,943.00 from our bid Note: The drawing provided reflec#s the compartment dimension for tbe aluminem body. APPARATUS BODY The body shall be constructed of 3/16" #5052 aluminum sheet, #3003 �righ# �.luminum diamond plate and $tructurai �luminum extrasions. The body shall be of the modular design to allow for proper fle�ng of the tnxck chassis. The body shall be custom buih and engineered for proper load distribution on the chassis. An insulator material shall be used where aluminum and steel are in conta.ct to prevent corrosi�n. The ceilings, sidewalls and floors of the body compartments sha11 be constructed of 3/16" 5052-H32 smooth aluminum plate with a tensile strength range of 32,0�0 to 44,QQ0 psi. Continuous 5356 fill welding sha�l seal compartme�nt pan�ls. The body framework shall be constructed of custom-designed alumminum a11oy 6063-TS extrusions vvith a tensile strength of 35,000 psi. To eliminate "dead space" and to maxinnize comparrtnment interior space, there sha11 be no more than ll4" between outer and inner walls. The compartment extrusions sha11 be slotted full-length on backside for uniform fitting of the aluminum plate work that fat�ns the compartment interiors. The aluminurn extrusion profiles shall incorporate 1" x 1-31�" recessed continuous d�r seal at the bottom of the compartment. The e�usions shall be �esigned t� allow unobstructed, sweep-out floors in all compartments. The front, top, and rear surfaces of body shall be covered with .125" bright aluminum diamond treadplate. The forward and rear recessed surfa�es sha11 be flush with the comer extrusions. The compartrnent tops sha11 extend downward over the extivsions and forrn a drip molding. The material shall be .125 aiuminum irea.dplate with apprt�ved aerated service for walki�ng. The comparlxnent assemblies are to be fastened to the sub-frame with mechanical Huck- type bolts. The apparatus body shall be a separate module form the pump enclosure and shall not be fastened together in any manner. Each compartment shall be properly vented with lauvers. REAR STEP COMPARTMENTATION A 1- There shall be a compariment provided at the rear step. T`he compartment shall be approximately 40" wide x 40" high x 23-1/2" deep inside. The compa.rtment shall be provided with a roli-up door. CQMPARTMENTATION LE� SIDE L1- There sha11 be a comparhnent, ahead of the rear vvheels appro�mately 3fl-112" wide x fifi" high x 27-1/4" deep. L2- There shall be a compartment, ahead of the rear wheels approxi�mately 56-1/2" wide x 66" high x 27-1f4" deep. L3- There shall be a compartment above rear whee� approximately bl-1/2" wide x 36- 1/2" high x 27-1 J4'" deep. L4- There shall be a compartment behind the rear wheels approximately 53-1/2" wide x 66" high x 27-1/4"' deep. LEFT UPPER HATCH CDiVIPARTMENT There shall be a compartment located at the top left body side with lift up doors and pneumatic stays. The compartment shall be apgroximately 21" wide x 20" high x 160" long. Three (3) li�t-up NFPA compliant serrated aggressive dia�nond piate doors sha11 be provided, each with chro�ne handles. The dc�or openings shall be approxirnately 48" lc�ng x 25"wide accessible from the top of the apparatus body. The tops af the compartments shall be canstructed of NF�'A compliant embossed aggressive diamond plate. COMPARTMENTATIOi�t RIGAT SIDE R1- There shall be a compartment, ahead of the rear wheels approximately 30-1/2" wic�e x 66" lugh x 27-1/4" deep. R2- There �hall be a compartment, ahead of the rear wheels approximately 56-ll2" wide x 66" high x 27-1/4" deep. R3- There shaii be a compartment above rear wheel approximately 61-1/2" wide x 36- U2" high x 27-l l4" deep. R4- There shall be a compartment behind the rear wheels approximately 53-1/2" wide x 66" high x�7-1/4" deep. RIGHT UFPER HATCH C'�MPARTNiENT There shall be a eompartment located at the top left body side with Iift up doors and pneumatic stays. The compartment sha11 be approximately 29" wide x 20" high x 160" long. Three (3) lif�-up NFPA comp�iant semated agg�essive diamond plate doors shall be provided, each with chrome handles. The door openings shail �e appro�m�tely 48" long x 25" wide accessible from the top of the appazatus body. The tops of the compartments sha11 be canstructed of NFPA compliant embossed aggressive diamond plate. BODY SUB-FRAME � The chassis shall be f�ted with a sub-frame system consisting of a series of steel plate gusseted legs, extending down and out from the chassis frame rails on each side. T'his sys#em �i11 provide additional structural support to the running boards ar�d side compartrnents. A h+eavy-duty re�r platform shall be �onstructed of the same material to support the rear compartments and rear step. The entire assembly wi11 be atta.ched to the chassis frarne by a series of heavy-duty U-bolts. Self-supporting bodies will not be acceptable. i �� S SUTPHEH� The Y11age Dept of Public Safiety TABLE OF CONTENTS INTENT OF SPECIFICATIONS � . . . . . . . . . . . . . . . . . . . . . . . . . . . .7 STATEMENT OF EXCEPTIONS TO NFPA 1901 . . . . . . . . . . . . . . . . .7 QUALITY AAI➢ WORKMANSHI� . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .7 PERFORMANCE TESTS ANb REQUIREMENTS . . . . . . . . . . . . . . . . . . .8 FAILURE TO MEET TESTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 EXCEPTIONS TO SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . 9 GENERAL CONSTRUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 DELIVERY REQUIREMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 PURCHASER RIGHTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 U.S.A. MANUFACTURER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 MANUFACTURER'S EXPERIENCE . . . . . . . . . . . . . . . . . . . . . . . . . . .10 ELIMINATION OF DIVIDED RESPONSIBILITY . . . . . . . . . . . . . . .10 FP,MA COMPLIANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .10 C�RROSI{)N REDIJCTION POLICY . . . . . . . . . . . . . . . . . . . . . . . . . .11 S.�I.�T SPAY TESTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 PRICING OF FUTUFtE PURCHASES AY3D `�TAG ON" ORDERS . . . . .14 FUTURE PURCHASES AND "TAG ON" ORDERS . . . . . . . . . . . . . . . . 14 CONFIGURATION 0�' TAG ON ORDERS . . . . . . . . . . . . . . . . . . . . . .14 PRE-CONSTRUCTION C�NFERENCE . . . . . . . . . . . . . . . . . . . . . . . . .15 INSPECTION TRIPS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .15 PERFORMANCE B(JND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .15 CHASSIS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .15 ALUMINUM CAH . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .15 CAB DESIGN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .15 CAB SUB-FRAME . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .16 CAB 'I'ILT SYSTEM . . . . . . . . . . . . . .'. . . . . . . . . . . . . . . . . . . . . . .16 CAB DIMENSIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .17 INTERIOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .17 FENDER CROWNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .17 GRILLE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .17 CAB INSULATT�N . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .17 R�OF DESIGN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .17 EXTERIOR GLASS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .18 SUN VISORS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .18 CAB STEPS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 STEP LIGHTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .18 CAB STRUCTURAL II�7TEGRITY . . . . . . . . . . . . . . . . . . . . . . . . . . . .19 S�AT BELT TESTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .19 NIANUAL CAB LIET . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .19 CAB DdORS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .19 MANUAL WINDOWS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .20 COMPUTER TRAY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .20 DELUXE C�NSOLE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .20 IN-CAB OVERHEAD STORAGE P,REA . . . . . . . . . . . . . . . . . . . . . . . .20 EMS CABINET . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .21 1 � �� � SUTPHEN' The�flage Dept of Pubiic Safety INTERIOR DOOR PANEI.,S . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .21 CAB REAR WALL COVERING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .21 DI�IMOND P�ATE, CAB ROOF . . . . . . . . . . . . . . . . . . . . . . . . . . . . .21 CAB ACCESSORY Fi3SE PANEL . . . . . . . . . . . . . . . . . . . . . . . . . . . .21 KNOX BOXES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .21 FUSE BLOCKS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 AIR HORNS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 ALTERNATOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 FRflNT AXLE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 REAR AXLE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 TOP SPEED . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 BATTERTES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 SATTERY CHARGING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23 SATTERY JUMPER TERMINAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23 AIR BR.AKE SYSTEM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 AIR BRA�KING ABS SYSTEM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .25 BUMPER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .25 DIAMOND PLATE BUMPER LID . . . . . . . . . . . . . . . . . . . . . . . . . . . .25 STORAGE WELL COMPARTMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . .25 PORTABLE WINCH . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 WINCH RECEIVER (Front) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 WINCH RECEIVER (Rearj . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 WINCH RECEIVER (Side) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 COOLING SYSTEM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 RADiATOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 CHARGE �IR C��LER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 COOLANT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 HOSES & CLAMPS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 FAN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 FAN CLUTCH . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 SURGE TANK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 DRIVELINE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 EIQGINE ENCLOSURE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 ENGINE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 ENGINE WARRANTY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 AIR COMPRESSOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 STARTER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 FUEL FIi,TERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 EXHAUST SYSTEM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 AIR CLEANER/INTAE�E . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 ENGINE BRAKE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - - . . .30 FRAME . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .3Q FLTEL TANK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .30 CAB HANDRAILS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .31 _ GAB DOOR HANDRAILS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .31 HEATER/DEFROSTER/AIR CONBITI�NING COI�TRC3�S . . . . . . . . . .32 LOAD MANAGER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .32 AUTQMATIC HIC�H IDLE ACTIVATIQN . . . . . . . . . . . . . . . . . . . . . .32 2 � l� S SUTPH E N' The Village Dept of Pubfic Safety INSTRUMENT PANEL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .32 MP,STER BATTERY & IGNITI�N SWITCH . . . . . . . . . . . . . . . . . . .33 INSTRUMENTATION & CONTR�LS . . . . . . . . . . . . . . . . . . . . . . . . . .33 ENGINE WARNIItIG SYSTEM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .35 WIRING . . . . . . . . . . . . . . . . . . . . � - - . . . . . . . . . . . . . . . . . . . . . . .35 DOOR AJAR INDICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .35 MASTER ELECTRICAI, PANEL . . . . . . . . . . . . . . . . . . . . . . . . . . . . .35 PUMP SHIFT M�DULE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .37 HTGHIDLE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .37 AUXILIARY POWER POINT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .37 VEHICLE DATA RECaRDER . . . . . . . . . . . . . . . . . . . . . . . . . . . . .37 INTERIOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .37 LIGHTING CAB EXTERiOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .37 H�I�OGEN HEADLIGHTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .37 ALTERNATING HEAD LAMP . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .38 HAND HELD SPOTLIGHT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .3$ LIGHTING CAB IN�ERIOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .3$ LIGHTING CREW CAB INTERIOR . . . . . . . . . . . . . . . . . . . . . . . . . .38 M3RRORS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .38 H�LMET STORAGE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .38 SEP;T BELT WARNING SYSTEM . . . . . . . . . . . . . . . . . . . . . . . . . . . .39 DRIVER` S SEAT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .39 OFFICER'S SEAT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .39 UNDER SEAT STORAGE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .39 CREW SEATS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .39 FI,IP UP SE�,T . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . .40 SCBl� BOTTLE BRACKET . . . . . � . . . . . . . . . . . . . . . . . . . . . . . . . . .40 CREW SEAT COMPARTMEI3T . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .40 STEERING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .40 SUSPENSION (FRONT) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .41 ENHANCED FR4NT StJSPENSTON SYSTEM . . . . . . . . . . . . . . . . . . . . 41 FRONT TIRES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .41 FR�NT HUB COVERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . y . . .42 REAR HUB COVERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 42 REAR TIKES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .42 MUDFLAFS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .42 k�THEELS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .42 TR�NSMISSI�N . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .42 �'RANSMISSION FLUTA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .43 TRANSMISSION SHIF'TER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .43 FRONT TURN SIGNALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .43 WHEELBASE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .43 WINDSHIELD I�IPERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .�43 MISCELLANEflUS CHASSIS EQUIPMENT . . . . . . . . . . . . . . . . . � . . .44 FIRE PUMP HALE QMP,X-150 . . . . . . . . . . . . . . . . . . . . . . . . . . . . .44 PUMP TRANSFER CASE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .45 PRIMSNG SYSTEM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .45 PUMP P,NODE . . . . . . . . . . . . . . . . . . . � . . . . . . . . . . . . . . . . . . . . . .45 3 � ►� S SUTPHEN� The Village Dept of Public Safety PUMP CERTIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .46 THREP,D TERMINATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .46 PRESSURE GOVERNOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .46 INTAKE RELIEF . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .46 AUXILIARY COOLER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .46 VALVES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .46 �IALVE WARRANTY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .47 PL7MP CONNECTIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .47 b" PUMP INLETS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .�47 2 .5" RIGH`T SIDE I1�TLET . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .47 2 .5" LEFT SIDE INLET . . . . . . . . . . . . . . . . . . . . . . . � . . . . . . . .47 TANK TO PUMP . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .48 OUTLETS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .48 2-1J2" i,EFT SiDE D3SCHARGES . . . . . . . . . . . . . . . . . . . . . . . . .48 2-1/2n RIGHT SIDE DISCHARGES . . . . . . . . . . . . . . . . . . . . . . . .48 ADAP'I`ER . . . . . . . . . . . . . . . • - - - . . . . . . . . . . . . . . . . . . . . . . . . . .48 4" oUTLET . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .48 FRONT BUMPER DISCHARGE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .49 DELUGE RISER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .49 M�NITOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .49 �ROSSI,AYS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .49 CRQSSLAIF . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .49 CROSSLAY COVER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .49 TANK FILL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .50 FO�,M TP,NK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .50 FUAM SYSTEM - E�TERNAI� EDUCTflR . . . . . . . . . . . . . . . . . . . . . .50 FOAM EDUCTOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .50 PUMP AhiD GAUGE PANELS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .5Q VALVE CdNTROLS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .51 ESCIITCHE�N PLATES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .51 C(3LOR CflDING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .�1 �UMP PANEL LIGHTS, LED . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .51 PUMP PANEL GAUGES APTD CONTROLS . . . . . . . . . . . . . . . . . . . . . .52 AIR HORN BUTTUN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .52 AIR OUTLET . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .52 4" MASTER GAUGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .52 2.5" PRESSURE GI�UGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .52 W�TER T�IK LEVEL GAUGE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .52 CLASS B FOAM TANK LEVEI, GAUGE . . . . . . . . . . . . . . . . . . . . . . .53 BODY S[IBE'RAME . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .53 APPARATUS B�DY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .54 RE�1Ft STEF CQMFARTMENTATTON . . . . . . . . . . . . . . . . . . . . . . . . . .54 COMPARTMENT�,TION LEFT SIDE . . . . . . . . . . . . . . . . . . . . . . . .55 �EFT UPPER I3�TCH �t�MPARTMENT . . . . . . . . . . . . . . . . . . . . . . . .55 COMPARTMEN�ATIUN RIGHT SIDE . . . . . . . . . . . . . . . . . . . . . . . . .55 RIGH`T UPPER HATCH COMPARTNiENT . . . . . . . . . . . . . . . . . . . . . . .55 BODY SUB-�'RAN1E . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .56 ROLL-UP CQMPARTMENT DQORS . . . . . . . . . . . . . . . . . . . . . . . . . . .56 4 1 �� S SUTPNEN� The Village Dept af Publie Safety SC$A CYLINDER COMPARTMENTS . . . . . . . . . . . . . . . . . . . . . . . . . .57 BACKBOARD STORAGE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .57 ADJUSTABLE SHEI�VES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .57 COMPARTMENT DIVIDER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .57 ADJI3STABLE VERTICAL SLIDE—OUT PANELS . . . . . . . . . . . . . . . .57 600# SLIDE—MASTER TRAYS . . . . . . . . . . . . . . . . . . . . . . . . . . . . .57 UNISTRUT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .58 RHINO LINING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .5$ H�SE BED . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .SB HOSE BED pIVIDER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .58 HOSE BED COVER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .58 BODY HANDI2PsILS . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . .58 STEPS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .59 REP�R ACCESS LADDER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .59 RUBRAILS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .59 ALUMINUM TREAIIFLATE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .59 RUNNING BOARD TRQUGH . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .60 RUNNING BOARD TR4UGH . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6Q Bt30STER TANK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .60 , ELECTRIC SYSTEM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .61 BACK—UP ALARM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 52 COMMUNTCATION SYSTEM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .62 COMPARTMENT LIGHTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .62 ELECTRTCAL PROVISI�N . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .63 P,NTENNi� MOUNTING . . . , . . . . . . . . . . . . . . . . . . � . . . . . . . . . . . 63 LICENSE PLATE BRACKET . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 63 TAII,/STOPJTURN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .63 LEII ICC/MARKER LIGHTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 63 STEP LIGHTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 63 GROUND LIGHTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .63 It�OREC LIGHTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 64 UPTICAL WA,�tNING SYSTEM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 64 IIPPER LEVEL 'WARNING DEVICES . . . . . . . . . . . . . . . . . . . . . . . . . 64 LOWER LEVEL WARNING DEVICES . . . . . . . . . . . . . . . . . . . . . . . . . 64 LED WARNING LIGHTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 65 SIREN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .65 FE➢ERAL Q2B SIREN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .b5 WHELEN HC3W�ER SI�tEN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 65 SIREN SPEAKER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . b6 GENERATOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .66 12(}—�70LT OUTLETS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 66 BREAKER BOX . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 66 C�i�ND LIGHT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 66 CDRDREEL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 67 F�UR �IAY RECEPTI�CLE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 67 FOUR—WAY RECEFTACLE I�IOUNTII�G . . . . . . . . . . . . . . . . . . . . . . . .67 REEL M�7UNTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .67 HOLMP,TRO BULK HEAD FITTINGS . . . . . . . . . . . . . . . . . . . . . . . . .67 5 � l� � SUTPNEH� The Village Dept of Public Safety HflLI�1TR0 CORE HOSE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 67 GROUND I,ADDERS . , . . . . . . . . . � . . . . . . . . . . . . . . . . . . . . . . . . . . 67 LADDER ST4RAGE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 68 PAINTING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .68 PAINT-TWO TONE CAB . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .69 LETTERING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 69 STRIPING, CH�'t7RON ST'i'LE, REAR BODY, QUTB�ARD . . . . . . . . 69 AIRFtEEL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 69 R�EL MOUNTTNG . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .70 UTILITY AIR BQTTLE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .�(1 MISCELLAI3EC}US EQLIIPMENT F`URNISHEI� . . . . . . . . . . . . . . . . . . .70 WHEEL CHOCKS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .70 TRAFFIC C�A1E MOUNT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .70 OPE�tATI�N �ND SERVICE MANUALS . . . . . . . . . . . . . . . . . . . . . . .70 DELIVERY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .71 WARRANTIES . . . � . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .71 DELI�ERY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .71 MANf3FACTURING & Lf}CI�TIE}NS . . . . . . . . . . . . . . . . . . . . . . . . . . .71 6 � l� S SUTPHEN° The Village Dept of Public Safety INTENT�C,F SPE�CIFI�A'fiOfVS It is the intent of these speafic�a�ons to cover �e furnishing and delivery to �e purchaser a complete apparatus equipped as hereinafter specified. With a view of obtaining �e best resu�ts and the most acceptable apparatus for sen�ice in the fire departrnent, these speaficafions cover oniy the general requirements as to the type of constructian and tests to which the apparatus must conform, together with certain details as to finish, equipment and appliances with which the successful bidder must con#orm. Minor detai�s ofi consiru�on and materials where not otherwise specifieci are left to the discretion of the aon�actor, who wiil be solely responsible �For the d�sign and constru�tion of aff features. The apparatus wili conform to the requirements of the current (at the time of bid) National Fire Protection Association Pamphlet #1901 for IUlc�tor Fire Apparatus unless otherwise specified in these specifications. Bicis will onty be considered from companies which have an established reputation in the fietd of fire apparatus canstruction and have been in business for a minirnum of fen (10� years. Each bid wi{I be accompanied by a set of "Contracto�'s Specifications" eonsis�ng of a detailed description of the apparatus and equipment proposed and to which the apparatus furnished under c�ntract m�st confarm. Computer run-off sheef� are n�t acceptable as desaipfive litera#ure. Th� specifications will indicate size, type, modef and make of a[t component parts and equipment. STATE�AENT OF EXCEPTi0�1S 70 N�PA'1901 If, at the time of dekvery, the apparatus manufaGturer is not in comptiance, a statement of exceptions must be provided as follows: • The spe 'rafic standard affected. • A st�#ement describing vvhy the manufiacturer is not i� t�mpliance. • F1 description of the remedy, and who the respansible party is. The document must be signed by a� officer of the company, and an authorized age�t of the purchaser. NO EXCEPTI�IS QUALITY AND WORKMANSHIP The design of the apparaius mus# embody tfie latest approved automotive enginee�ing practices. 7he workmanship must be the highest quality in its respective field. Special 7 1 f� S SUTPHEH� The�iiage Dept of Public Safety cansideration will be given to the fo�owing points: Accessibility #o various areas requiring periodic maintenance, ease ofi operation {induding both pumping and d�iving) and symme#rical proportions. Construction must be rugged and ampie safety factars must be provided to carry loads as specified and to meet both on and off road requirements and speed as set forth under"Performance Test and Requirements." PERF�RMANCE tESTS AND REQUIRElii�NfS A road test will be documented with the apparatus fully ioaded and a continuous run of ten (10j miles or more wiN be made under a� driving cxmditions, during v�ich �me the apparatus wi11 show no �oss of power or overhea�ng. The transmission drive shaft or shafts, �nd rear axles wilf run quie�y and free from abnormal vibration or noise throughout the operating range of the apparatus. The apparatus, when toaded, wil[ be appro�mately 66°� on the rear axte. The successfiul bidder vin�l #umish a weight certification shov�ng weigh# on the front and rear a�cle, and i�e total v+reight c�fi the completed apparatus at the time of deiivery. a. The apparatus must be capable of accelerating to 3D 11AAPH #r+�m a standing start w�thin 25 seconds on a level concrete highv+ray �thout exceeding the ma�amum govemed engine RPM. b. The service brakes will be capable ofi stapping the fuily loadet� vehic�e within 35#eet from a speed of 25 MPH on a level concrete highway. c. The apparatus, futly Ioaded, wilt be capable of obtaining a speed of 50 MPH on a level highway with the engine not exceeding 95% of its govemed RPlU! ��u1i load). d. The apparatus wili bg tested and appraved by a quafified festing agency in accordance with tF�eir standard pra�tices for pumping engines. e. The coniracto�wifl fiumish copies ofi the Pump AAanuufaacturer"s Certifica#it�n of Hydro$tatic Test (rF applicab�e), #�e Engine Manufa�turer's curr�nt Certified Brake Horsepower Curve and the Manufacturer`s Record of �onstruction Detaifs. F�1ILURF,TO MEET TESTS In the ev��t the apparatus faits to meet the test requirements of these specificafions on the first tr��1, a second trial may be ►�ade at #he option of the bidder within thirty (30) days of ih� date o#the f�rst�ia�. Such tnais wi1# be final and condusive and failur� #o comply v�th ihese requiremerrts will be cause for rejection. Permission to keep and/or 8 .. 1 r� S SUTPHEN� The Village Dept of Public Safety store �e apparatus in any building owned or occupied by the purchaser wiil not consti�ute acceptance ofi same. EXCEPTiBNS T,Q SPEGIFICA"TIONS The foilowing specifications wi11 be stric�y adher� to. Exceptions wi11 be cansidered ifi they are deem�d equai �o or superior to the specifica#ions, provided they are #ully explained on a separate page en��ed `"EXCEPTiONS TO SPECfFICATI4NS." Exceptions wiil be listed by page and paragraph. Failure to denote excep�ons in the above manner wil! resu�t in immediate reje+�on of the proposat. In addition a ger�eral statement taking "TOTAt EXC�PTlC�1V" #o #he specifieatians wiff resuft in immediate rejection of I�id. GEWERAL GONSTRUCTION The apparatus will be designed and tfie equipment mounted with due cons�dera�or� to distribution of lo�d between the front and rear aades so that alt specified equipmen#, including filled water tank, a full complement of personnef and fire hose will be carried without injury to the apparatus. Weight balanoe and distribution will be in ac�rordance with #he recommendations ofi the lnternational Association of Fire Chiefs and Na#ional Fire Association (or American Insurance Association). Certified Laborataries certificate wiA be submitted by the manufacturer. Weight of apparatus will meet a41 federal axle load laws. DEL11/ERY REQUIREMEl�1TS The apparatus will be completety equ'rpped as per these specifications upoR arrival and on completion of the required tests wilf be ready for immediate service in the fire department of the purchaser. Any and ail aiteraticx�s required at the scene o#d�ivery to comply with these specification�must b�done a#the contractors e�ense. PURCHASER RIGHTS The Purchaser reserves the right to accept or reject any bid. The purch�ser also reserves the right to awa�cl in �reir best interest and reseroes the righ# tQ vwaiv� a�ny forma6ties. U.S.A. MANUFACTURER The entire apparatus wili be assembled within the borders of tt�e Continental United States to insure more readily avaifable parts (without added costs and delays caused by tarifFs and customs) ar�d senrice, as w�ef1 as protecti�g the purchaser shauld lega�ac�on ever be required. 9 1 l� � SUTPHEN' The�flage Dept of Public Safety NlANUFAGTWRER'S EXP�RI��1GE � Each manufacturer will have been in business making similar apparatus for a minimum of finrenty (20) years and must have had single ownership for more than twenty-five (25) years. EL1MiNA71DN OF DIVIDED RESPONSIBIUTY It is required that each bidder produce both the chassis and comptete apparatus. To eliminate divided responsibiiity and service, the chassis and body must be manufiactured by it�e same �ompany. Manu#aacturer wiN s#ate the number o#years the Company has been producing their own chassi� and body. Manufiacharer will state compliance with the paragraph. N� EXCEPTIONS. FAMA COMPLIANCE Manufacturer must !� a c�rrent member Qf the Fir� Apparatus lularn,�fact�re�'s Association. 1p 1 ►� S SUTPNEN� The Vitlage Dept of Pubfic Safety CORRl�SIDN REDUCfi1�N P4LlCY � It is understood that fire apparatus wil! c�perate in harsh environments. The Sutphen Corporation has in ptace a formal corrosion redu�tion program and detailed assembly procedures, designed for reducing and eliminating the possibi#ity of corrosion. �#ormal program following the processes as set forth in AS'fMB11?, and is described beiow. Frame Rails The chassis frame rails will be coated with a high performance, two component, reinforced '+norganic zinc r+ch primer with a prover� cathodic pro#ection mak�up preferably C;athacoat 302HB. The surtace wiil be dean and ii�ee o�f atl sal�s, chalk and oifs prior to apptication. Vliere the primer has been broken during the frame assembly process the area will be touch up to reestablish the seal. Pr�or to finish paint a second primer Devrafn 20'I wiN �appiied. Once the assemb�►of th�frame is comp�ete and the second pnmer is appiied the entire assembly wii! b� cc�vered with high quaii#y top ct�at paint preferably Imron 500(}or equal. Electrv Plating Steel and Iron brackets such as the pump module bracke# will be Zinc or cadmium plated ta pcotect against corrosion. Ptating will be in accardance with ASTM B6G3. Fasteners In any area that a staiMess s#eel scxew or bolt head �s to come in cc�r�tac# with aluminum or st�el, painted or non-painted, the fastener wi11 have the �underside of the head pre-coated wifih nylon. The nylon coafing will act as a barrier between the fastener head and the metaf ar painted surface. Screw or bo!# taped into the metal will be pre-coated with � Threadlocker#ype mater+af pre-applied on the threads. When bo{�ng tagether stainfess stee{ the pan-head batts w�th nylort eoating under the head, a stainfess washer with a rubber backing, and a Stover flange nut ta secure the bolt, will be utilized. When mour�ting aluminum components such as a step #o the app�ratus body, stairttess steel washers with ►ubber badcing wiH be used. AN mounted tx3mponents �nnii u�lize barrier material betvveen the two surtaces. Atl rivet or huck type fasteners will be of the same materiaf being secured. Whenever possible, holes wiil be pr�-driited and taped when mounti� compon�ents such as lights, steps, and harid rails prior to the pairrt process t� reduce the corrosic�n opportunity. If a hole must be drilled into a previousfy painteci surface, the paint bamer 11 � �� S SUTPHEH� The Village Dept of Public Saf�ty around #he �►�e wif� be re-es#abiished and � flange-type nu#sert with a gasicet under i�e �ange wi11 b used. When possible, the use of staintess trim screws wif! be minimized. Stru�turaf tape and or adhesive will be used were possibie for mounting trim to the body or cab. Ifi a pre-�eated screw or bolt is not available, hand applied Dyna#ex So1�ocicer or Theadlocker wi11 be placed an �he th�eads of the screw, bol�t or nu#sert. This will help seaf #hreads from moisture and help prevent the fasteners from foosening. If lubricant is used when tapping the hole, the hole will be cteaned of lubricant and the shavings befor�applying. Barrier Tape Barrier tape will be used on the backsides of ali iights, trim pieces, or other components vuheri bo�ing them to �te apparatus; also when a�tachi�g stainiess stee! over an aluminum surFace or when attaching aluminum treadpla#e to the �tainless s#et3t. All instances of dis-similar metals contacting each other require the addi�on of barrier tape befinreen the metals where contact is made. Before applying the#ape, aH metaf surtaces will be dean from oit or dirt with a �015l�rrtix of alcahc�! ar�d water or a similar sohrenL Gaskets Gaskets will be used under all snaps, loops and fasteners for such items as for hose bed covers. The paint seal witl be re-estabtished around the moun�ng hWe edges after driliing. Rollup Daors 1 3/4" X 'li16� barrier tape wilf be used an the frame opening to act as barrier between the aluminum door rail and the painted door opening surface. Hinged Doors Barrier tape will be applied to the painted surtace of the bady and on tfie painted hinge side of the dovr. Painting St�et �teei wi11 be wiped of any oi! residue, rust, and weld slag or smoke witl be removed. All surtaces wiit be cfeaned with so[vent, primed, and then sprayed rnrith a topcoat. After bolts are tightened to the proper torque, bnits will be touched up with primer or cold gaNanizing coa�ng. Mounting Emergency Lights and Options Att emerg�ncy lights, accessory mountings, Kussmaul covers, and 110 outlet boxes mount�d to the body shouid be mounted wi�h pr+e-coated Threadlocicer and nylot� unrier 12 ,�1 S SUTPNEN' The�Hage Dept of Publfc Safety the head scre►n�or bc�ts#o minimi�e corro�ior� be#ween dissimiiar m�ta#s. Electricat Groundiny Grounding straps wilf be instafled consisting of a minimum Z-guage strap bolted to the chassis frame. A graund cable fi om#+e cab�o�he right side frame raif From the attemator to#he�ight side frame rail From the pump mvdule frame to the right side trudc ftame. Aerials: from the hydrautic and pump module framework. From the pump mo�nt to ths trudc frame rail. From the baiy module to the right side truck frame. Proper grounding witi hefp efiminate grounding probtems, and wif! reduce the possibitity for electrotysis and corrosion to occur, as a result of impress�d current be presented to the chassis. A11 etec�rica� cvnnectian points wiil be sprayeci with electricai sealer as necessary. SALT$PAY TESTING Afl fasteners and coatings have been chosen after extensive saft spray testing. Sa� spray test are used to confirm the re�ative resist�nce to corrosion of coated and uncoated metallic speamens, v�en exposed to a salt spray climate at an elevated tem{�ra#ure, Test specimens are plaoed in an endosed chamber and expased tfl a continuous indirect spray of neutral (pH 6.5 to 72) salt water sofution, vvhich fatts-aut vr� ta the specimens at a rate of 1.Q to 2.0 mU80cmz/liour, in a chamber temperature of +35�,, s#eady state condition. 1Aethod Sait fc�g testing is pertormed by placing sampfes in a test cabinet that has been designed 'm accordance with Paragraph 4 (Apparatus) of ASThA B117 and operated in accordar�ce v�th Paragraph 10 (Conditions)of ASTIIAA 8117. A 5% satt sa{utian, prepared by dissotving sodium chloride into water that meets the requirements of ASTM D1193 Specificatian for Reagent Water, Type IV is supplied to the chamber. At the time the samples are placed into test, the cabinet is pre-conditior�ed to the operatirig tem�ra�re c�f 35°� and fogging a 5°� sal#solutior� at the specified rate. Orientation The samptes are ptaced at a 15-30 degree angfe from verticat or tested in the"insta�fied° position. 7his orientation al{ows the condensation to run down the specimens and minimizes conde�sation pooiing. An important aspect af the test is the utiiization of a free-falling mist, which uniformly settles on the test samples. This simulates � "real 13 � �� S SUTPHEN� The�Ifage Dept of Public Safety wor�d° cc�ndition. Tes#durations Test durations are 500 hours, and the test c�binet wiiM remain das�d far the duration of the test. PRiC1N�G i)f FUTURE PURGHAS�S AN�"'1'AG�N�'�RDERS Apparatus purchased in future y�ars beyond the bid award date are subject to cost increases for material and labor. Sutphen will extend the proposed price for future years tfirough the use of the U.S. Bureau of Labor S#ati��cs, Prod�cer P►ice lndex (PPI) #o calculate the selling price incxease. A composite of 5 indexes weighted for conten#wiN t�e used #o calculate escalations. Compensation for Manufac#uring Workers-CMU2U13000QOOOOaD Weight 20% Meta! & metal Products, Aluminum Plate-WPU1025Q129 Weight 30% Primary Metais-WPU102201 Weight 30% Health Insurance-PCU�2�4114524114 Weight 10°�6 General Freight Trucking- PCU4841-4841 Weight 10°� The price adjustment will not exceed the percentage adjustment of the PP1 at the time of#�e bid opening da#e to the mas# curren# monfih for which the sta�stic is available. The ariginal quoted price wiff be the base price. Note: 2010 model year engine and cooling package changes wi11 be an exception to #�e above s#a#ement Any new apparatus purchas�i requiriny the n+evNer engines will be subject to the cost assoeiated with engine and c�aling package and all other related chassis components. www.bls.gov FUTURE PURCl�1SES AND`�"AG t"1N� C3�tD�R,� Sutphen Corporation witl accept "tag onR arders to this bid proposat for a period not to exceed three (3) years from the bid opening date. Sutphen wiff hanor the"tag on" order from any municipatity w��in the Uni#ed States or Ca�ada. CiDNFIGURAT�OM OF TAG ON ORDERS In many cases tfie entit� wishing to "tag on° to an existing order may require their apparatus to be configured di�Ferer�ly from the original proposed apparatus. Su#phen wili a11ow changes to the con�uration within gnod eng�r�eering guidelines. �`he changes will be subject to current pricing in effect at the time of ord�r. Fo�exampte, a different engine may be required. This will be cansidered a "change order" and the 74 � �� S SUTPNEH� The Vilfage Dept of Public Safety purchase pric.e will be ad�usted up Qr dow� depending on the cuRen#flp�on price. PRE-001+1STRUCTI4N CaNFERENCE After award of the contract, and prior to construction of the apparatus, a pre-conshuction con#erence wi'� be held at the fiac�ity of the manufacturer. A provision wil! be provided in�e bid price#or ail travel, food ar�d �udging to accommodat8#hree ��) Fir� aeparhnent personnel. INSPECTION TRIPS An inspection trip at the manufacturers facility prior to delivery af the completed apparatus wiil be prc�vided. A�ccommc�ations.#ar three (3) Fire �epar�ment personnel to inciude al!transportation, food and lodging wili be induded it�the bid price. PERFORMANCE BOND WPthin fiwenty (20} days of notifrcation to the sucxessfut bidder by the pur�haser, prior to any wark commencing on the proposed apparatus� the successfu! bidder wiN, at their owra e�qoense, obtain and submit to the purchasing entity a pertormance bond in #h� amflun#of �00°� equat ta the total r:ontrac#price. Adcfitionafly, each bidder must disc�ose the prieefamaunt it pays far bonding, per $1,000. This is ta demonstrate the economic stability and credit worthiness Qf the bidder. NC7 EXCEPTIONS. CI-iA�� The chassis rnriit be manufactured in the factory of the b'rdder. The chassis rwilt be designed and manufactured for heavy duty senrice with adequate strength and capacity of a11 components for the intended load to be sustained and #he type o# servit:e required. There�nri� be no divided responsibiliN in the production of the app�rat�s. ALUMINUM CAB The cab v�11 be a full ti1t 6-person cab vvi� a 15" rear raised roof designed spe�ifically for�e fire servir.e and manufa�red by the chassis build�r. Cab wifl b�buitt entirely by the apparatus mancrfactu�-er�rithin the same facilities. �AB DESIGN The c�ab wi11 be designed specificaAy for th� �ire servic� arxi manufactured by #he chassis builder. 15 1 r� � SUTPH E N� The V'iUage Dept of Public Safety The apparatus chassis wi� be of an engine forward, fu�ly endased �i�t cab design. There wi11 be four�4) side entry doors. The cab wifl be of a fully open design with no divider wail or window separa�ng the front and eear cab sections. Construction of the cab wifl consist of i�igh s�rengifi 5��2fi32 aluminum welded to extruded a�uminum framing of 6t�"I-76 material. The cab roof wiil utilize extreided, radiused outer comer rails wiih integraf drip channel and box tubing type cross brace supports. The cab sides will be con�tru�ted from extruded door piliars and posts that provide a finished door opening, e�ttruded and formed wheel we� openings suppt�rts, fc�rmed aluminum wheef weq liners and box tubing type support braces. 7he cab flaor and rear cab vwaN wiit ub�ize box tubing type framing and s+uppart br�cing. The framework wiil be of a welded canstruction that fufly unitizes the structuraf frame of the cab. The structu�al e�cbrusion firameworic wiil be overlaid with irrte�tocked aluminum alby sheet metal panels to form the e�eriar skin af the cab. The structural extrusion framework wifi support and distribute the forces and stresses imposed by the chassis and cab loads and will not rely on the �heet metal skin for any structurai integrity. CAB SUB-FRAME The cab will be mounted to a steel box tube sub-frame, and will be isoiated firam the cfiassis, through the use of no iess th�n eight {8) elastomeric bushir�gs. The sub #rame will be painted to match#�e primary chassis coior. The sub frame witf be mounted to the chassis through the �se of tubricated Kaiser bushing for the front pivot point, and finro (2) hydrauficatly activated cab la�ches, ta secure the rear. GAB TILT 51f5TEM An eleetricatfy powered hydraulic cab titt system witl be provided, and witl lift the cab to an angle af 45 degrees, exposing the engine and accessories for service. The system will be in�erlodced to only aperate when�e parking brake is set 16 ��1 �c-r SUTPHEN� The Vilfage Dept of Public Safety The iift system will be comprised of two (2) hydrauiic lif# cylinders, an eiecirically driven hydraulic pump, and a cor�t�o� switch. A mechanicat locking system wil! be provided to ensure the cab remains in the raised position in the event of a hydraulic failure. The hydfaulic li� cylinders wiN be conn+�cted to a stee! cab sub-frame, and-not direc�y to the cab. N4 EXCEPTfONS CAB DIMEN51(3NS 7he cab will 1�designed to satisfy tfie fo��ving minimum width and length dimensions: Cab Width (excEuding mirrors) 98" Cab Length (from C/L of front axle) To front of cab (exduding bumper) 68" To rear of cab fi2" Totat Cab Ler�c,�ttr (exduding bum�r) 430" INTERIOR The cab interior will have Zola#one graylblack rubberized, mar resistant, te�ttured fir�ish. FENDER CROWNS Polished staiMess steei front a�de fenderettes with fu11 depth radiused wfieel v�reeli liners wilt be provided. GR E The frant of the cab wi{i be equipped with a stainless steel grille writh sufficient area to alfow proper airflow into the cooling system and engine compartment. CAB 1N�UL.�►fi1l�N The exterior wafls, daors, and ceifing of the cab will be insulated from the heat and cold, and to further reduce naise levets inside the cab. The cab interior svund fevels will not exceed 9D decibels at 45 rr�pt� in a�cab sea#positivns. ROdF DESIGN The cab wifl be of a one-half 15" raised roof design witf� side drip rails and wili satisfy the folic�wing minimum heigh#dime�tsions: Cab �imen�cc�ns ln#er�or 17 i l� -�',J► SUTPNEN° The Village Dept of Public Safety Front 59�� Rear 70" Cab �imensions Exteric�r Front 65" Rear 80" EXTERI� G�A.fiS The cab windshieid wilt be of a two piece curved design utitizing tinted, laminated, automotive approved safety glass. The window will be held in place by an extruded rubber molding. The cab will be finist�ed painte� prior to the window installa�on. Two (2) fixed positian side v�ndows wift be provided between the fo�ward cab area and the crew ca6 area, one (9 j each side and wilt ut�[ize tinted, tempered automotive approved safeiy glass. The widows v+n`� be approximately 2D.5" high x 16.��" wid� to provide maximum wisi5iiity. The side windov�ss wi� be held i� place by an e�ruded rubber molding. The cab door and canopy windows wi� utilize finted, automative approved safety glass. SUN YISQRS The sun visors w+ll � made of d�ric smoke cotored transparaent polycarbona#e. Ther� will be a visor bcated at both the driver and officer positions, recessed in a molded form for a flush finish. CA,,,�STEPS The lower cab steps wiif be no more than 22" from the ground. An ir�termediate step wifl be provided, mid way between the lower cab step, and �e cab floor. The intermediate step will be �igh�y inse�#o provide for sa#er ingress and egress. AN steps will be covered with material that meets or exceeds the IdFPA rer�uirerr�errt.s fc�r stepping surFaces. STEP LIGHTS A white LED stfiip light witt ittuminate each interior cab step. These lighfis will i�lumin�#e whenever the battery switch is on and the cab door is opened. 18 1 !� S SUTPHEN' The Village Dept of Public Safety CAB STRUCTURAt INTEGRII'Y The cab of the apparatvs witt be designed and so attached to the vehicfe as to eliminate, #o the gre�test possb{e extent, the risk af injury to the occupants in the event af an accident. The apparatus cab wi11 be #ested to specific load and impact tests with regard to #h� protecfion o#occupants ofi a commercial wehide. A test wilt be conducted to evaivate the frontaf impact strength of the apparatus cab to conform to the test J2420 and the "United Nations Regufation 29, Annex 3, paragraph 4, {Test A). A sec�nd test wili be conducted to evaivate the raof s#renr,�th of #he apparatus cab to conform �o �e �ociety Of Au#omofiv� Engineers �$AE) SAE J2422fSAE J242(3 and °United Natinns Regulation 29, Annex 3, paragraph 5, (Test 6) and SAE J2420. The evaluation wii[ consist of the requirements imposed by ECE Regulation 29, Paragraph 5. The test wi�l be conducted by a certified independent third party testing institu�ion. A letter statin� sucx�ssful cx�mptetion of the above test on the brand of cab being supplied will be induded in the bid. There witt be"no exceptian"to#his requirement. SEAT BELT TESTING The seat belt anchorage system wii� be tested to meet FMVSS 207 Section 4.2a and FMVSS 210 section 4.2. Testing wi{I be canducted by an independent third party produc#eva#uation�ompanY- A copy af the eertifieation fetter wifl be suppfied witFr the bid doeuments. MANUAL CAB LIFT There �i� be a manuapy operated hydrat�ic pump #or �Iting fhe cab in case th� main pump shoutd fiail. Access to the pump witt be tocated under the teft comer of the front bumper. CAB DOaRS The cab doorframes wil� be constructed ftom aluminum �X�R1SiOliS �1#�d 1A�1 an aluminum she�t metal skin and wi� be equipped with dual weather seals. The cab doors will be equipped with heavy-duty door I�tching hardware, which compfies with FMVS� 206. The mechanics of the door opera�on wi� utilize rod 1ink�ge #or po�itive operation. A nabber coated nylon web doorstop will be provided. 19 ��1 S SUTPHEH� The�flage Dept of F'ublic Safety The doors wrill b� 1ap type vvi#� a futl�ength stainless steel 3f8" diameter hinge and will be fu11y adjustable. All openPngs in the cab will be grommeted vr equipped with rubber boots to seal the cab from extraneous noise and moisture. The cab doors will be designed to satisiy�e foilowing minimum opening and step area dimen�ions, Doar C3pening: Front 36.5"x 73" Rear 36.5" x 73" MANUAI WlND�iA�S Alf four cab errt►y doors wifl have manuat windows. Each door wiff be individuatfy operated and the driver's position wilf have master control over al{ windows. The front windows will rol�down completely. �OlWPUTER TRAY There will be a slide-out tray in front of fhe officer's seat for a laptop computer or other use. DELUKE CONS�LE � There wili be a detuxe console mounted on the engine hood between the driver and officer. The console wifl be covered in black vinyt material to match the engine hood. The consoie wiil �ome comple#e with iwo drink holders and recessed wetls for stor�ge of misceflaneous items. The cen#er porr�on wiN contain a notebook rack with d9v�ders for the storage of up to four notebooks. A heavy duty velcro strap wi{f be provided to secure the notebooks. The outboard sec�ons will contain duct work to dinec�t air flaw from the heaterlAC #owards#he driver and o#ficer. IN-CAB 01/EiiHEAD STORAGE AREA An ove�hhe�d storage area wi� be provided at the firo�t of the rais�d roof porhon inside of the cab above the rear-facing cxew seats. The �ul!-width storage area will be appro�amatefy 84" wide x 15.5" high x 17" deep and wil[ have a Zolatone gray/btack rubberized, textured finish to match the cab interior. The storage area wrill be equipped vvi� aluminum lift up doors. zo � �� S SUTPHEH� The Viflage dept of Public Safety EMS CA►��IET There will be a cabinet canstructed af .125 alumin�tm ptate and painted to match the interior of the cab. The cabinet dimensions will be approximately 46"wide x 26" deep x TO CElL1NG t�lt. The cabinet vu�� come complete wi�a a locking rotl up door and two adjus�able shelves. Strip fighting wiq be provided in the cabinet The c�binet wiil be provided an the back wali of the eab, ir� ptace of the two forward faeing erew seats. INTERI�R DODR PANELS The in#erior of the cab errlry doors wiN have a 304 b�ushed stainiess steel scufF plate, contoured to the door, from the door sill down. The lower portion of the doors wi� atso have a 304 brush�d stainless steel scuff ptate and wil{ indude a total o# 245 sqttare ir�ches of reflective materia! on e�ch door, exceeding the NFPA requirement of 96 square inches. The layout will be opposing ruby red diamond grade "chevron" stripes on each side. The red striping will be laid over lime green diamondgrade 3M reifective materials. The reflective deca! wi11 be ptainty visible to oncoming traff�c when the doflrs are in the op�n position. CAB REAR 1NALL COV�RING The rear outside wa11 of tt�e cab will be cx�vered with 118' aluminum dismond plate. DIAMOND PLATE.CAB ROOF The roof of the cab will have a diamond ptate overfay. The overlay wiil be constructed of.125" aluminum serrated diamond pfate and measure 30� x 60". CAB ACCES�ORY FUSE PAHEL A fuse pane{ wifl be located undemeath �e rear tacing seat on the officer's side. The fuse panel will consist of six (6) battery hot and six (6) ignitian switch circuits. Each circuit will be capable o# �t�ampere '12 vot# pov�r and total outpu# of 50-amps, The fuse panel ra�ll be capabie of pov�ring ac�essories suc�t as hand held spo�ights, radio chargers, hand lantem chargers and other miscellaneous 12-voft e�;ctricaf compo►terrts. KNQX BQXES There wi� be a Knox Model �14{� and a Secure 3 box provided and mo�n#ed as determined by the�ire department. 21 ��1 S SUTPHEN� � The Village Dept of Public Safety FUSE BLOCKS There wi{[be two (2) fuse bfocks provided (1) in the overhead storage and (1) in the top of the EMS cabinet, with (3) battery and (3) iginition hot circuits each. AIR H�3RNS Two (2) Grover 204a Stuttertone rectangufar, chrome ptated, air homs wilt be recess mounted, one (1) each side behind �e perforated grille of the bumper. The air homs wi11 be controTled by a toggle switch wired through the hom butt�n. A#oot switct� f�r the air homs rnriN atso be prov�ded on#�e ofificer's side. AL7ERNATOR A 32Q ampere Prestotite/Leece Nevilie Mcrde! 4962PA, altematar with serpentine belt wiN be provided The altemator will generate 260 amperes at idfe. A!ow vottage alarm, aud�ble and visual, wil� be provided. FRONT AXLE The front a�e will be a MeritarTM MFS-20-133A 3.74" drop beam with a capacity of 23,�00 pounds. The a�de wiN be hub p�a#ed, 10 s#ud, fumished wi#h oi1 seals and come complete with �ssist cytinder, hoses, and moun�ng brackets. REAR AXLE The rear axle will be a MeritorT"" RS-26-'!60 Single reduction drivs a�de with a capaaty of 27,Q00 Ibs. The a�cles wiN be hub piloted, 10 studs, fumished with oil seals. T4P SPEED Rear a�de speed approximateiy 65 MPH. BATTERIES 'The battery system will be a single system consisting o�four negativ� ground, 12 volt Interst�te Gro[�p 31 MFfQ batteries, cranking perfarmance of 95Q CCA each with totaf af 3800 amps, 185 minute reserve capacity with 25 ampere draw at 80 degrees Fahrenhei� Each battery wi!!fiave 114 plates. Wamanty wi� be accepted nafic�nvvide. The batteries wiff be installed in a vented 304 staintess steel 6attery bax with a removable afuminum cover to protect the batteries fram road dirt and moisture. The batteries are #o be piac�d on dri-c3ecic and secured with a fiberg�ass ho�d down. Tl�e 22 � +� S SUTPNEN� The�Ilage Dept of Public Safeiy ba�te�ies will be wired direc�y#o starter motor and a�#ema�tor. The battery c�bles will be 3ff� gauge. Battery cabte termina[s will be soidering c�ipped, cotor-coded and fabefed on heat shrink tubing with a cofor-coded rubber boot protecting the terminals from corrosion. There wiH b� a 35U-ampere fuse prot�cting the pump pr�mer and a 2�0-ampere fuse protecfing the elec�ric cab tilt pump and o�ther options as required. BATTERY CHARGING A Kussmaul Auto Charge 12f�� battery system charger witi be provided. The Auto Charge 1200 is a fully automatic battery charger with a very high output for vehicles with a single battery sys#em. A remote singie bar graph display is provided to indit�#e the state of charge of the battery system. The rated output wi11 be 40 amps ft�r the battery system. A Kussmaui ManuaE p{ug in with weatherproof cover and power in#errupt rn�ll be provided. An 12U volt Auta Pump air r.dmpressor wi11 also be provided to maintain air wi�in the air brak�system. A miniature air filter, that rnounts in the output pressure fine of the air pump to trap moisture, will be provided. The micron filter element removes contaminants from the air line. A transparen#bowl permi�,easy monitoring o#water collected and a manua! purge valve allows the operator ta conv�nierrtly drain the bow1. A $endix �V2 fi�atc�d automatic drain va{ve will be provided. BATTERY JUIl�PER TERMrNAL There witl be one set (two studs) of battery jumper terminais located by the Battery box under the cab. The terminals will have plastic color-coded covers. Each terminal wifl be#agged to indicate positivelnegative. BaAK�S (Front) The front brakes wi11 be Meritor S-cam style. They will be 1fi.5" x fi" with heavy-duty retum springs, and a double anchor pin design. 7hey wi� also have qu�ck-ch�nge shoes for fast easy brake relining. BRAKE� (Rear) 23 � l� � SUTPNEN� 7he Village Dept of Public Safety The rear brakes will be Meri#or S-cam style. They will b� 9fi.5" x 7" v�th h�avy-duty retum springs, snd a double anchor pin design. They wi� also have quit�-ch�nge shoes for fast easy brake rehning. AIR BRAKE SYSTEM The vehicfe will be equipped with air-operated brakes. Th� systerri will meet or exceed the design and pertormance requiremen#s of current FMVSS-121 and test requirements of current NFPA 1901 standards. Each wheel wiii have a separate brake chamber. A du�l treadle valve will split the braking power between the front and rear systems. .. Ail main brake lines will be color-cmded nylnn type protected in high temperatur� rat+�d split plastic ioom. The brake hoses from frame ta axle w� ttave sprir�g gt�ards bn bt�th ends to prevent wear and crimping as they move with the suspension. All fittings for brake system piumbing will be brass. A Wleritor Wabco System Saver'12t)D air dryer wi�1 be provided. The air system witt be prouided with a rapid build-up feature, designed to meet current NF'PA 1901 requirements. The system will be designed so the vehicfe can be moved within 6U seconds of startup. The quick buld up system will protide su#ficien# air pressure so ihat the apparatus has no brake drag and is abte to stop under the intended operating conditions foftowing the 60-second buildup time. The vehicle will not be required to have a separate on-board electrical air compressor or shoretine haokup to meet this requi�ement Four (4) supply tanks wi{f be provided. Clne air reservoir wiR serve as a v�et tank and a minimum of one tank wiil be supptied for each the front and rear axles. A Schrader fill vaive wiil be mounted in the front of i�e d�ve�s siep wetl. A sprir�g actuated air release emergency/parking brake will be prov�ded on the rear axle. One (1) parking brake control will be provided and located on the engine hood next ta the �ransmissian shifter wi�in �asy reac� of the driver. The parking brake will autamatically apply at 35 t10 PS! reservoir p�ssure. A Meritor V1�'ABC� IR-2lnver�ion Relay Valve, supplied by both the Primary and Secondary air systems, witl be used to activate the parking brake and fio provide parking brake modulation in the event of a primary air system faiiure. Accessories ptumbed frorn the air system wilf go through a pressure protection vaive and to a manifold so that if accessories fail they will not interfere with the air brake system. 24 � l� S SUTPNEN' The Village Dept of Pubfic 5afety AIR BRAKIhiG ABS SYSTEAA A Wabco ABS system wifl be provided to improve vehicte stabifity and controf by reducing wheel lock-up during braking. This braking system will be�itted to axies and �II electrical connectians witl be environmen#atly sealed from water and w�ather anti be v�bration resis#ant The system wilf canstantly monitor wheet behavior during braking. Sensors on each wheel transmit wheel speed data to an electronic processor, which will sense approaching wheel lock and instaniiy modulate brake pr•essUr� up to 5 �mes per second to prevent wheel iock-up. Each wheel v�� be individual�y controtle�i, �'a improve fiefd performance, the system wiil be equipped with a dual circuit design. The system circuits will be con�igured in a diagonal pattem. Should a malfunction occur, that circuit wili revert to norma! braking action. A waming iight at the driver's 9ns�ument panel will indicate matfunction to the operator. The system wiU consist of a sensor dip, sensor, electrontc controt unit and sofenoid control valve. The sensor clip wilf hold the sensor in clase proximity to the tooth vHheel. An inductive sensor cansisting of a permanent magnet with a round pole pin and �oil will pfoduce an altemating current wi#� a frequency propor�onal tt� wheel spe+�d. �he unit wil{ be sealed, corrosion-resistant and protected from etectra-magnetic interterence. The electronic control unit will monitor the speed of each wheel sensor and a microcomputer w;#I evaluate wheel slip in milliseconds. MP There will be a 12"" high double rib polished stainfess steel wrap-around bumper pmvided at the front ofi the apparatus. l.aser cut pertorated grilles will be incorpora#ed into the bumper and focated at the outboard of the frame raiis for the air homs and at the center for the siren speaker. The bumper witt be maunted to a reinforcement plat�; constructed of 1 f4" x 10" x 70" carbon steeL A gra�vef shield will be provided, constructed of .188" aiuminum diamond plate. The bumper extension wili be appro�ma#ely 24"'. DIAMOND PLATE BUMPER Llb There wi11 be a 1/8° diamond plate c�ver rn�itr� latches provided for the #ron# bump�r trough. The cover wili have a 2° rise to accommodate the storage wel! requiremen#s. STORAG,E WELL COMPARTMENT There will be a hose wefl compartment located in the c�nter of the front bumper. The compartment will run the full width of the bumper and measure approxima#e1y ?5" rwide x 16" long x 6" deep at the ends and 15" deep in �e center. The compartment will be �5 � �� S SUTPHENm The Village Dept of Pubfic Safety constructed o#,125"smooth alum�num piate. PORTABLE WIMCH A Ramsey modet QM-5040, 12-volt, 1.3 HP, portabie winch wip be provided. The winch wi11 have a capacity of 'I6 FPM a� 1 i?00 Ibs, 10 FPM � 3fl00 ibs., tfl a ma�murn of 4 FPM � 500U ibs. The winch will come compete with 80' of 'l.� galvanized aircrafit cabte, 12' tethered remote, Cacking pin with attac�red safety and battery cabte. The mount will be a Reese type hitch. WINCH REC�IV�'ER�Front) A receiver for the attachment of a portable vv�nch wif! be provided and mounted directfy to the apparatus �hassis. The receiver witl be 2" x 2" heavy wall tube and solidly re-enforced. The receiver wifi be rated for a winch with a ma�murra capacity o#500�bs. The receiver v�i� be designed for a 2-1 straight pull capacity (10,O+DOibs). Wiring vvill be provided to power the winch. WiNCH R��CEiVER iRearl A receiver f�r the attachment of a portable winch wift be provided and mounted directiy to the apparatus chassis, under the body sub frame. Receivers that mount to the bady subframe wiA not be �c�eptable. The r�ceiver will be 2" x 2"heavy wa� t�ube and soiidly re-enforaed. 1'he rec�iver wi�f be rated for a winch wwi#hh a maximum capacity of 5,Oa01bs. The receiver witf be designed for a 2-1 straight pufl capacity (10,QOOtbs�. Wiring will be provided to power the winch. WINGH RECEtVE�t�Side) Twa (2) receivers for the attachment of a portab{e rnrinch wifi be pravided and mounted directly to the apparatus cMassis, extending out of the rear fender well area. Receivers that mour�t to the body subframe wii! not be acxeptable. The rece'rver will be �" x 2" heavy wall tube and solidiy re-enforced. The receiver will be rated for a winch wri� a maximum capacity of 5000fbs. The receiver will be designed for a 2-1 straight pult capacity (10,OOOibs). Wiring will be provided to power the winch. COt)LiNG SYSTEM The cooling system wi�l be designed to keep the engine properly cooted under afl conditions of road and pumping operations. The cooling system will be designed and tested to meet ar exc�ed the engine and transmission manuFactur�r's requirements, and EPA rfegula�ons. The complete coaling system will be mounted in a manner to isolate the system from �S � �� S SUTPHEH� The�llage Dept of Public Safety vibrat�on and stress. The individual cores wi11 t3e moim°#ed in a manner to al�ow e�ansion and contraction at various rates without inducinc� s�ress to the adjoining cor�(s). RADIATQR The radiator will be a cross-flow design constructed completely of aluminum with welded �ide tanks. The radiatt3r will be bolted #o #he bottt�m ofi th� charge air cooler to allow a single depth core, �tlius allowing a mtire effi�ient and serviceable �ooling system. The radia#or wifE be ec�uippecf with a drain cock ta drairr the cooiant far serviceabiliiy. CHARGE AIR C0�?LER The charge air coot�r wi11 be of a cross-flow design and �onstructed cc�m�i�tely of aluminum with welded side tanks. The charge air coofer wifl be bolted to the top af the radiator to affaw a singfe depth core. C�L.�►NT The cooling system will be flffed wii�h a 50/50 mix The caofant makeup virill contain ethylene glycol and de-ionized water to prevent the coolant from freezing ta a temperature of—34 degrees F. MOSES� CLAl1APS Sificone hoses wit! be provided for all engine coolant lines. All radiator hose damps wiN be spring loaded stainless steel constant torque i�ose damps fior all main hose conr�ecbons ta prevent leaks. FAN The engine cooling system wifl incarporate a heavy-duty composite 11-blade fan. A shroud and rearculation shield system wiff be used #o ensure air that #�as pass�d through the radiator is no#drawn through again. The fan tip to radiator care dearance wiff be kept at a min�mal distance to increase the efficiency af the fan anci reduce fan blast noise. 27 1 l� S SUTPNEN� The Village 17ept of Publ�c Safety FAh�CLU'�CH A fan ctutch wilf be provided that witt alfow the coafing fan to operate onfy when needed. The fan wiN remain continuously activated when the when the truck is p{aced in pump gear. SU�t��TANK The coofing system will be �quipped wiii� a surge tank. The surge tank vv�tt house a tow coolant probe and sight glass to monitor the coolant level. The surge tank will be equipped with a +�ap that meets the engme manufacturer's pressure requirements, and system design requirements. pRIVELINE The driveline will consist of Spicer 171 Q series, br equa[, duat grease fitting universaf joints with "Half-Round" end yokes. The drive shaft will be built with a �eavy-dufy steel tube 4.095" outside di�meter x .9 80 wa8 #hicicness. �he shafts �nriH be dynami�atiy baianc�i prior to instaltation into �e chassis. A splined slip joir�t will be pro�ded in eaeh shaft assembfy. Universal jo�nts vr�(I be e�ended life. There will be fwo (2) Zerk flttings in each universaf joint assembly so the joint can be greased without tuming the shaft. ENGINE ENCLOSURE An integrat, formed a�uminum ar�i compo�ite engine enc�osure wili be provid�+d. 7he engine enclosure wifl be contoured and btended in an aestheticafly pleasing manner with the interior dash and flaoring of the cab. The enclosure wiq be kept as low as possible, to maximize space and increase crew comfort. The enclosure wiN be constructe� from 5U52 HZ aluminum plate and GRP composite materials, providing high strength, !ow weight, and superior heat and sound deadening qua�ibies. The e�cterior wiil be covered in heavy duty, mo1ded biack vinyl, fiurther reducing noise and hea�t in��cab. The underside of the engine endosure wilf be covered with a sound deadening, heat refiective insulation system, and will further minimize noise (DB levels), and efim�nate engine heat irom the front and rear of it�e cab. The insutation mater�a! witl be bonded with adhesive and mechanicaHy fastened to the underside of t�e cab. A11 seams vrri� be sealed to prevent water absorption. NO EXCEPTIONS A work light wiN be instaUed in tt�e engine endosure with an individual switch loca#ed on the base of the light 28 i l� S SUTPHEN� The Viflage Dept of Pubfic Safeiy NE GINE The apparatus will be powered by a Cummins Diesel fSM EGR 450 H.P. c(�D 2100 R.P.M., 155Q ft. tb. torque @ 12Q0 R.P.M. ENGINE WARRANTY The engirre will have a five year or 100,000 mi[e warranty and appraval by Cummir�s for instaltation in the chassis. A1R COMPRESSqR The air campressor witf be an 18.7 CFM engine driven Wabc;a. ST TER The s#arter wil� be a i 2 vott Delco Remy model�L2MT controlled by a switch Qn #he !eft lower cab dash. FUEL FI RTERS The engine fuet �ilters wi� be mounted in a manner that is easily accessib{e #or service or replacement. A primary and secondary filter wilt be provided and wi� be approved for use by the engine manufacturer. EKHAUST SYSTEM The engine exhaust system witl be horizontat design constructed from heavy-duty truek components. A{t exhaust tubing vwll be atuminized, A 3b" length of stainless steel flex tube wi11 be used to isolate the exhaust system from the e�gine. The ou�et wil! be direc#ed to #he fonnr�ard side of the rear wheets, e�ting the righ# side, with a chrome straight fip. The muffler wifl be an afuminized type, m�nted under the right side firame rail, and meeting the engine manufacturers specifrcations and current noise tevel tests, An orange fiberglass heat absorbing sleeve will be used on the exhaust pipe in the engine compartrnent area to reduce the heat, to protect the a{ternator, and also to protect hands when checking or adding vit in the engine compartment. AIFt C�,,�,,EANERANTA� The engine air intake and filter wiN be designed in a�cordance vaith �e engine manufacturer's recommenda�ions. The air fi�er will be loeated at the front of the apparatus and witt be at least 48� abov� the ground, to allow fording deep water in an emerger�cy situa�on. 29 1 l� S SUTPHEN� The�ilage Dept of Pubiic Safet� At� ember separator wifl be provided in #he engine air intake meeting, the requirements of NFPA't 901. An Air Restriction waming light will be provided arrd focated on the cab dash. ENGINE BRAKE The engine wi11 be equipped with a Jacobs compression engine brake. M "C)nlOfP' switch and a controf for"Low/High° will be pravided on the instrument panet within easy reach of the driver. The engine brake wi� interface with the Wabco ABS brake controller to prevent engine brake operatior�s during adverse braking cc�ndifions. A pump shift inter�ock arcuit wil! be provided to prevent the engine brake from ac�va�ng during pumping operations. The brake light wi11 ac�vate when the engine brake is engaged. FRAME The chassis frame will be of a ladder type design utilizing �ndustry accepted engineering best practices, The frame will be spea�ica�y designed far fire apparatus use. Each frame rail will be constructed of two 318" thick#ormed channels. Th�e outer chanr�ei wil! be 10A6" x 3.50° x .375" and the inner channel ({ir�er)wil) be 9.31° x 3.13� x .375°. The section modulus witl be 31.28 in.3. The resistanee to bending moment (RBM) will be 1,569,1C0 in.�bs. The cross-member� �nn'�I be constructed ofi minimum 318" fomned channeis and have formed gusseted�nds at th�frame rait attachment. .625 inch, grade 8 �ange, Huck bvlt fasteners witl be used on al{ permanenfily attached brackets to the frame to eliminate the need for bolt re-tightening. The firame will be painted giossy biack prior to instatling v�ring hamess and afiher componen#s. A lifetime warranty wil!be provided, per manufac#urer`s written statem�nt. FUEL TANK The chassis wiii be equipped with a 65-gaNun stainless steel rect�r�ular#uei tank. "the fuel tank will be cerGified to meet FMVSS 393.67 tests. The tank will be removabie by means of six (6� bo�ted connections and dropped. One (1�tank baffte will be used. Dual pidc-up ar�i ret�m ports w�h a single�I4" tank drawtube wil!be prdvided for diesel 30 1 �� ��'-r SUTPHEH� The Vilfage Dept of Public Safety generators if required. The fuel tank will be equipped with a 2 1/4" filfer nedc assembly with a 3/4" vent located an the left hand side of the tank. A fuel�II cap attached with a lanyard wilf be provided. 7he bottom of the fue!tank will contain a il�"drain piug. The fuel lines wif! be nylan braid reinforeed fue( hose with brass fittings. The lir�es will be carefuily routed a{ong the inside of the frame rails. All fuel lines are covered in high temperature rated split plasfic 1oom. Single suction and return fuei lines wiU b� provided. The fuef tank wilt be mounted in a saddle with a barrier between the tank and the saddle. CAB HANDRAML� There wift be four (4) 24" long, handraiis provided and installed, ane (1) at each cab entrance. The handrails wilt be constructed of 1-1/4° diameter, knurled and anodized, 3/8' heavy wa11 extruded aluminum and mounted utilizing chrome stanchians, v�hich will provide su#ficient space to altow for a gtoved hand to grip the rait. There wilf be two (2) rubber coated grab handtes prav�ded and mounted on the interior of the cab, one each side, near the windshieid post for ingress assistance. The handrail on �e driver's side wili be approximately 11p long and the handrail on the otfiaer's side wilt be approximatety 98"long. GAB D04R HANDRAILS Two (2� 1-1/4" diameter knurted alummum handrails raifs will be provided on the inside of the rear erew doors just above the windowsiil. HEAVY DUTY HEATERlDEFROSTER/AIR Ct)NC?�TIQNER There wilf be a minimum 60,000 coof BTU and 80,000-heat BTU single unit, heater/air conditioner mounted over the engine caver. The unit will be mounted in center ofi the cab on the engine hoodlenclosure. Unit will have a shutoff valve at the right side of th� frame, next to the engine. Airflow of the heater/air condifioner wil! be a minimum 1200 CFM. 7o achieve maximum cao{ing, a TM-31 Compressor (19.1 cu. in.j witi be used. There will be ductwork to the floor of the cab, facing forward to provide heat for the front of cab flaor area. The defrosterfieater v�A be a minimum of 39,000 BTU and rnrili be a separate unit mounted over the windshield. There witl be eight ($) iouvers/de#users to direc# to windshield and door glass. Airflow of the defroster/heater wifl be a minimum 350 CFM. �1 1 l� S SUTPHEN� The Village Dept of Public Safeiy The unit will be painted Zola#one greys#one to match the cab c:ei�in�. The candenser wiff be raof mounted and have 60,OaU BTU rating. The unit will indude two fan motors. Airflow of the candenser will be a minimum 2250 CFM. (This roof-mounted condenser wii� work at fiall rated capacity at an idle with no engine he�t problems.) HEATER/DEFROSTERIAiR �ONDITIONING CONTROLS The heaterldefrosteNair conditioning will be iocated in the overt�ead console in the center of the apparatus cab vvithin reach of the driver and officer. The controls wi� be itfuminated for easy locating in dark conditians. The controis will be located in such a way that the driver will not be forced to �m away from the road to make cfimate control adjustments. Control of a11 heateNdefroster/air canditioning func�or�s for the entire apparatus cab wifl be achieved through these controls. LOAD MANAGER Load manager wiN have the ability to sequence loads on and off. It wilt afso be able to shed 8 loads when �e vehicle is stationary, starting at 12.7 votts lowest priority load to be shed, then respectively at 12.6, 12.4, 12.2, 12.0, 11.8, 11.4 and 11.0 volts DG. Any load that has been shed wi11 be off for a minimum of five minutes, �nd then ifi voitage has rebounded above shed voltage, the shed laad wi8 automaticalty come on. There witl alsa be an indicator panel along side the rocker switches, which indicate power is on, battery waming and fast idle. Battery waming i�dicator wi� flash �t a rate proportionai to the voitage discharge rate. AUTOMATIC HIGM IDLE AGTIVATION The ioad management system wi11 be c�pabie of acti►ra�ing the apparatus high idle system when the system voltage draps below 12.3 vot#s [�C. The system vv�li raise engine speed for a minimum of five minutes until voltage exceeds 13A volt �C. The load management system wil! activate the high idle feature before any devices are automa�cally shed �Ff. The high idle fur�ction request f►►�m the load manag�mer�t device will funcction only if the appropriate in#eriocks are present; that is, contro) of th� high idle system is manitored and wifl be superseded by the s#ate of the interiock control modute. The automatiG high idle system will be deactivated whenever the brake pedal is pressed, and wil! remain inactive for two minutes thereafter to allow an o�ra#or to override the high idte func�on and retum the engine#o idle before PTO engagemerrt. INSTRUMFNT pANEL The main dash shroud, which covers the area direetty in front of the driver ftom the dQOrpost to the engine hood, will be custom molded and covered with a non-glare black 32 1 �� S SUTPHEN� The Village Dept of Public Safety vinyl. The dash wil! be a one-piece hinged p�nei that tiits outward fnr easy access to service the intemai comporzents. The gauge panel wiil be constructed of durable aestheticalty pteasing light gray potymer materiaf, placed aver a heavy duty steel backing plate, for added strengtM and durability. The gauges wil! be Beede Instruments, NexSys L'mk gauges with buiit in self-diagnostics and red vNamir�g ligh#s to alert the driver o#any problems. AIf gauges and cantrols wifi be backiit for night vision and identified for function. All main gauges and waming lights will be visible to the driver through the steering wheel. INASTER BATTERY i� IiGNR10N SVI�TCH The vehic�e wili be equipped with a keyfess ignition, with a two (2}-posi�on Master Battery rocker switch, "Ignition Off/On" and a two (2)-position Engine Start rocker switch, "OfflStart". INSTRUAAENTATIOl�1�CONTROLS Insfiumenta�on on dash panef: • Tachometer/hourmeter witt� built in tum signal, high beam, high exhaust system regeneration temperatl►re, and instrument malfunction indicators • Speedometer/odometer with built in re-settable irip odometer • Ammeter • Vo�meter • Fuelgauge � Engine oil pressure • Transmissior�#emperature • Engine temperature • Primary air pressure • Secondary�ir pressure tndicators and waming lights visible to driver: • Battery on • Parking bra�c�engaget! � Low air with buzzer • Tum sigrrals • Hi-beam • Transmissiat�#emperat�re • Do not shift transmission • Cl�ck transmission � Stop engine with buuer • Check engine • R@gen@r'dtiOn • High exl�aust temperature 33 � �� S SUTPNEH' The Village Dept of Public Safety • /qil'fl�@f TL'S"�IC�l011�I�ht • Back pressure • Cab daor open (flashing) • Compartment door open (flashing) • Antilock bt�ke waming + Low vo�tage Other indicator and waming lights • DifferentiaC locked • PT� {s)engaged • Auto-stip res�onse • Retarder engaged • Ret�rder temperature Controls located�n main�ash panel: • Master power disconnect wifih ign�ir�n svvi#ch • Engine start switch • Headlight switch • Windshield wiperlwrasher swi#ch • DifFerentia�lodc sv�tch (if appticable) • Uimmer switch for backlighfing • Parking brake controf • Eng�ne Re�eneration • Engine Regenera�ion Inhibit. Controls inctuded in steering column: • Ham button • Tum signal sv�ri#�h • Hi-beam loav-�am switch • 4-way flasher switchr • Tilt-tefescopic steering wheei controls Controls, gauge�ar�d indicator tights located to#�e right of drn�er's pos�tic�n: • Transr�ission shi#ter • Pump shift contr�l vaith 4K TO PUMP and PUMP ENGAGE� lights • Heat�r/defroster cantrols • Eighteen (�I 8} illuminated ro�lcer svvitches Driving compartment waming labets wifl include: • HEIGHT OF VEHICLE • OCGUPANTS MUST BE SEATED ANCI BELTED WHEN APPARATUS IS lN MflTI�N • d0 NUT USE AUXILIARY BRAKING SYSTEMS ON WEfi t3R SLIPF�E�Y ROADS 34 +� . 1 s SUTPNEN� The Village Dept of Pubfic Safety • EXIT WA#2N1tdGS Ariditi+onai i�b�is in�luded: � • COMPUTER COC}E SWITCH • ABS CODE SWlTCH • FLUID DATA TAG • CHASSIS fl�#TA TAG � EN�IWE WARN�NG SYSTEM An engine waming system will be provided to monitor engine conditions such as low oit pressure, high engine temQerature and lowr coolarrt level. Warr�ing indi+ca#ian will inciude a STOP ENGINE (red) iight with audibte buzzer ac�va�on and a CHECK ENGINE (amber) fight Note: (Some engine configurations may also include a fluid waming light.} Th+�re wii! be a master infvrmation iig�t bar vv� �4 lights located across the center of the dash panel �at covers up to 2� functiflns, These are defined under indica#ors and Waming Lights above. WlRING Ali wiring will have X!, high temperature crosslink insulation and will be 10 gauge, 12 gauge, 74 gauge and 18 gauge dependir� on foad. Ai1 wiring will be colc�r-�oded, and the function and number stamped at 3"intervals on each vvire. Alt winng vv�11 be covered with high temperature rated split foom for easy aecess to wires uvhen troubfe shoofing. Ali efectrical connectors and main connectors throughout the chassis will be treated to pneven#corrosion. DOOR A.lAR#NDIGATtON Four (4) red LED lights are provided in the forward cab overhead console area, visible to both driver and officer. Upon releasing �e apparatus parking brake one or more of these lights wiil automaticatiy iiluminate �ltash) if any cab door is open, compartment door is open, any ladder or equipment rack is not in stowed position, stabilizer system deployed or any other device has not been properiy stowed that may cause damage if the appara#us is moved. MASTER ELECTRIGAL PANEL The chassis main breaker panel wiil be wired through the master discpnnect solenoid and controlled vv�th a three-position igni�c�n rocker switch. �ircuit breakers and fla��hers will be located at otficer's righ# side {ower interior firewail with removab� �r�er �nd 35 �� S SUTPHEH� The Village Dept of Public Safety schematic provided wit� notebook holder on ou#side cover. A defuxe bre�ker panet with up to 22 ground switched refays with circuit breaker pratection will be provided. An integrated elec�rical sulrpanel wi11 be provided and ir�tertaced to �e body �nd chassis through an engineer�ed wire hamess system. Twelve (12) 2b-ampere and one (1) 70-ampere relay for cab lightbar and assemblies wifl be provided. if the option for a mechanical siren has been selected two (2a additional relays wi� be provided. Additionaf four re[ay boards with circuit breaker protection for additional loads. Maximum two boards (8 relays) per breaker panel. All relay boards set up to trip with input from switcfi of positive-nega�ve or load manager by mo�ing connector on board (no#ools r�eded to do this). All relay boards wiil be equipped with a power-on indicator light (red), irtput indicator light(green) and pawer output indicator ligf�t(red). Up #0 23 additional automatic reset circuit breakers for non-switched lo�ds #ha# are remo#eiy sw�itched (ie: heat+er fans, hood lig�ts, etc,). Alt retays and circuit breakers on the relay boards will be pull-ouUpush-in reptaceable. All circuit breakers on tMe reiay boards wiN be 2a ampere automa�c reset rnfiich can be doub�ed or tripfed for 40 or Gfl-ampere capacity. The system wi{I u�lize DeutcM DRC weather resistant connectors at the breaker panel, toe baard and main dash connections. All intemal wire end terminals, induding lockir�g connectors, v�fil be m�chanica�y a#fixed to the wire ends by matching terminal crimping presses to assure the highes# quaiity termina6ons. AN intemal sptices will be ultrasonically welded conn�ections and afl intemal wiring will be high temperafiure GXL type wire that is protected by wiring duct wherever possible. Ati swi#ches will be ground controlled; no power going throt�h any rocker switch. Any switch controlting a refay in the breaker panef will be capable of being set to funcction onfy when the parking brake is set. All relays will be tagged with the function tha#the relay is contrnl)ing. 36 � 1� S SUTPHEN° The�Ilage Dept of Public Safety PU„�,IP�HIFT MODUI.E A pump shift modufe with indicating lights witf be Ivcated within easy reach of the driver. A gear tockup wiil be provided to hold the transmission in direct drive for pump operation. HIGN IDLE The engine will have a "high idle" switch on the dash that will maintain an engine RPM of 1,fl00. Th� switch will be insta�eri at the c�b ir�s�ument pan�1 for activafiontdeactivation. Tt�e "high idle" mode wi� become opera'donai only when the parking brake is on and �e tnr+ck transmission is in neutral. �4UXILIARY PQWER POINT 7hree �3) 12-volt 1�-ampere auxiliary lighter socket type plug-in, wiN be provided in the cab near the ofificer. VEHICLE DAT�REC�,�fR An Akron /Wetdon vehicEe data recorder as required by the 2009 edition of NFPA 1901 will be installed. Vehide data will be samp{ed at#he rate of 1 second per 48 hours, and 1 minu#e�r 1 a0 engine hou►°s. Software wifl be prvvided to altvw tf�e fire department ta cottecf tk�e data as needed. IN�ERI�R The cab interior wili be �rnished in gray Durav�rear on the fuil #ront and rear headliners and rear firewafl. LIGHTiNG CAB EXTERIOR Exterior lighting and reflectors will meet or exceed Federal Motor Vehicle Safeiy Standards ar�d Na4onal Fire Protec�on Associa#io� requirements in effect at this#ime. HAL+(JGEN HE�DLIGHTS There will be dual sealed beam halogen rectangular headlights in custom housings on each side ofi ttfs front of#t�cab. 37 i l� S SUTPNEH� The Village Dept of Public Safety ALTERNATiNG HEA�L�MP The headlights wii�have an a�temating flash f�ature for emergency response use. NAFtD HELD SPOTLIGHT One Optronics 81ue Eye Model KB-40�33, 4t?O,OOi)-�andle povver ha�d-held spo�tlig#�t will be provided, installed at officer's side of cab. I.IGHTING CAB INTERIOR In#erior tigh#ing rMll be provided ins'rde the cab for passenger safety. Two �2) ceiling mounted combination redlcfear LED dome lights with a push button oNoff switch in the light lens. One iight will be located over each the officer and driver's position. The lights witl also activate frorr�#he open daor switch located in each cab doorjamb. LIGHT�MG CREW GAB#NTERIQR Interior lighting will be provided inside the crew cab for passenger safety. Two (2) �iling moun#�d cambination red/cl�:ar LED dome lights with a push �uttnn onlo#f�tch in fihe light lens wi!! be pravided. The lights wifl atso acfivate #rom #he open door switch focated in each cab doorjamb. IR RS Two (2) Lang Mekra 300 Series chrome plated Aero style main and convex mirrors will be instaiied on each side of tt�e vehide. The main mirror will be 4 way remote ad�ustable 7" x 76" 2nd surFace chromed fla# gias�. The convex wi11 be, 8" x �" �r�d surfar.e chromed 400 mm radius gtass. Each mirror housing assembly will be constructed of lightweight textured chrome A�S with on truck glass and housing back ccaver replacement ln #�e event �e mirror breaks the glass wiA t� repla+ceabl� in (�) minutes or 1ess. The giass wi8 indude a safety adhesive backing to keep braken glass in pface. The mirror assembly rn�lf be supported by a "G" Ioop bracket constructed of palished stainless steel tube utilizing finro point mounting reducing vibrafion of mirror glass during normal vehide operation. The lov�er sec�on ofi the holder will indude a spring toaded single detent pasition 20 degrees forward with easy retum to operat�ng posi�on without refocusing. HELMET STORAGE A universal style helmet bradcet will be provid� for each riding positi�n. A placard will be provided for each riding pasition waming that injury may occur if helmets are wom while seated. 38 �1 S SUTPH E N� The Village Dept of Public Safety SEAT SELT WARNING SYSTEM An Akron f Wekion seat belt waming system witi be prov�ded, and wili monitor each seating position. Each seat will be supplied with a sensor that, in conjunction with the disptay module located on the dash, wrill determine when the seat belt was �astened and if#he seat is occup+�d. An icon will repr�esen# that the seat is properly ocxupied. An audibfe and visuaf alarm wilf be activated if the seat is occupied andfor the belt is not fastened in the proper sequence. DRNER'S SEAT The driver's seat will be an H.O. Bostrom 8-way power e�ectric seat The seat will have the following features: • lntegrated 3-poin#seat be�ts • Power 8°fot� laf�adjustment • Pawer 2a height adjustrnent � • Pawer ftont seat tift • Pawer rear seat tilt • Power Badc redine • Built in lumbar support • 100°fo �urawear"�" gray finreed seat material OFFICER'S SEAT The officer's seat rai�l be a Bos#rom Fire�ighterT"" Tanker 450 ABTS SCBA seat. The seat will have the following features: • In#egrated 3-point seat belt • °Au#o-P�vc>t� Retum� head rest • Built in lumbar support • 100% burawearT"' gray tweed seat material UNpER SEAT ST�R�►�E There will be a storage comparanent under the officer's seat approximately 15" wide x 10.5"talt x 15.5" deep. � CREW SEATS The crew cab are� wifl t�ave TWO (2) Bostrom FirefighterT"" seats. The seating arrangement will be: finro (2) rear facing Bostrom Tanker 450 AB7S SCBA seats.TMe seats wiN be uphols#ered with Durawear gray fiaeed ma#erial. fntggrated 3-p�int se�t 39 � r� S SUTPHEN� The Village Dept of Public Safety bel#s will be provided for all seats. FLIP UP SEAT There will be finro (2) spring loaded flip-up seats on the body header at the jump seat area, one each side. Each seat will be supplied with a seat beit. SCSA S�TTLE BRACKE7` The officer and crew seats will come equipped with an H.O. �ostrom SecureAllT"" SCBA Locking System capabl�e se+curing aN U.S. and intemational SCSA brands and siaes while in transit or for storage on fire tru�lcs. Locking will be achieved by pushing the SCBA unit (bottle) against the pivot arm to engage the automatic lock system. p top clamp will surround the top of the SCBA tank fior a secure fi# in atl directior�s. The bracket wil! be equippetf with � cerrter guide#ork to keep the tank in-place for a safe and t�mfortab�e fit in seat cavity. Alt adjustment points will utilize one tool and be easily adjustable. The bracket system witi be free ofi straps and clamps that may �nterFere with au�ciiiary equipmeri#on SCB�4 units. The release handfe will be integrated into the seat cushipn for quick and easy retease and wilf efiminate the need for straps or pull cords to interfiere with other SCBA equipment The bracket system wil! meet NFPA 19Q1 stand�rds and requiremerrts of EN 1846-2. CREIIV SEAT COMPARTMENT A compartment will be provided under the forvvard fiacing crew sEats on t.�e back wa� of the cab. 7he compartment wilf be fult through, wi� an access door on each side, accessible from the side of the crew cab doors. TE RING Ross heavy duty Model 7AS-85 power steering witl be provided. The steering gear witf be bolted to the frame at the cross-member for steering linkage rigidity. Four (4) turns from lock to lock with an 18" diameter slip resistan# rubber c�vered steering vvh�eel. Steering column will have six-posi�on ti!t and 2" telescopic adjustment The r.rramp angle will be 45 degrees with 315mm tires or 43 degrees witfi 425mm tires providing very tight tuming ability. 40 � �� S SUTPN E N° The Village Dept of Public Safety SUSPENSI4N (FR�NT1 The front suspension witf be a variable rate taper-feaf design, 54" long and 4" wide. Long fife, maintenance free, urethane bushed spring shackles will be u�lized. All spring and suspension moun�ng wi�! be attached direc�y to frame with high strength Huck bolts and seff-locking round colfars. Spring shackles and pins that require grease will not be acceptabfe. NO EXCEPTIONS. ENHANCED FR4NT SUSPENSION SYSTEM The ftont suspension will have the handling, stability, and ride qualii�r enhanced by the use of a Ride Tech auxiliary spring system and Koni high pertormance shock absorbers. This system wi� u�lize three stage, ure#han� auxiliary springs, and high pertorman�e gas fiiled shock absorb�rs to control the deflection of the ieaf springs, and dampen vibrafion normally transmitted to the chassis. 7his maintenance free system will be custom tuned to the apparatus gross weight rating for maximum performance, while maintamin� a soft complia�t ride. A(3) three year 36,0000 mile warranty will be provided by the manufacturer. SUSPEAISION (REAR1�7,000 LB A1R RIDE A Hendr�ckson FfREMAAX madel FMX27Q air ride rear suspension wilt be provided. The suspension will be a dual air spring design equipped with dual height control valves to maintain proper �de t�eigh#. To reduce axle stress and main#ain a�de p4si��n ar�d pinion angle the suspension design wili incorporate three torque rods� The ground rating of the suspension wiil be 27,000 pounds. TIRE PRESSURE M4NITOR A Real Wheels �.ED tire pressure sensor will be provided for each v►�eel. The pre�sure sensor will indicate if a particular tire is not prope�iy inflated. A totaf of six (6} indicators wili be provided. F�ONT TiRES � Front tires will be Goodyear 425/65R22.5, load range L, G286 highway tread, single tubeless iype with a GAWR of 22,000 pounds. Wheels will be disc type, hub piloted, 22.5 x 12.251 Q stu+d 11.25 bott cirde. Chrome ptated !ug nu#caps wi11 be provid�d. 41 � r� $ SUTPHEH� The Village Dept of Public Safety F120NT HUB COVERS Rotished sta'rnless steel hub covers wil� be provided for the ftont axle. REAR HUB�OVERS Polished stainless steel hub covers will be �rovided for the rear a�de. REAR TIRES Rear tires wili be Goodyear 12R22.5, load range N, G149 highway tread, dual tubeless type with a GAWR up to 27,000 pounds. Wheels will be disc type, hub piloted, 22.5 x 8,25 90 stud with 11.25"bolt circie. Chrome plated lug nut caps wi11 be provided. �IIU�FLAP� Hard rubber mud flaps will be provided for front and rear tires. 1iVHEELS Alumirrum wheefs will be provided for the front and for the ir�side and outside of the rear wheels. The aluminum wheets will match the tire and axle capacities of fhe apparatus. TOW EYES (Front) There wiN be two front tow eyes with 3" diameter holes attached direc�y to the chassis frame. TOW EYE�{Rear) There wift be two tow eyes attached direc�y to the chassis frame rail and will [�e chramate acid etched for superior corrosion resistance and painted to match the chassis. TRANSMISSft)N The chassis wili be equipped with a Generation IV Aflison EVS4000 six (6) speed automatic transmission. It witM be programmed five (5� speed, sbcth gear locked out, for fire apparat�s vocation, in concert with the speciified e�gine. An elect�•onic oil level indicator wiH be provided as wetf as a diagnostic reader port cannection. The fifth gear will be an overdrive ratio, permitting the vehi�le to reach its top speed at the engine's govemed speed. The dips�ck is dipped in a rvbber co��ng 42 � l� S SUTPHEH� The Village Dept of Public Safiety for ease in checking oi�level when hot. The chassis to transmission wiring hamess will utiiize Metri-Pack 280 connectors with triple lip silicone seals and clip-type positive seal connections to protect electrical connections from contamina�an wi�out tF►e use of coafings. Ratings: Max Input(HP) 600 Max Input(T'orque) 1$5a (Ib ft) Ma�t Turbine (Torque) 2�6�� {�b ft) Mechanical Rat�os: 1 St- 3.5'i:1 2nd _ 1.91:1 3� - 1.�3:1 4�- 1,D0:1 5�- 0.74:1 Reverse- -5.00 TRANSi1IHSS10N Fi.U1D The transmission will come filied with Castrot TranSyndTM' Synthetic Transmission Fluid or approved equal meeting the Altison TES-295 specification. NO EXCEPTION. TRANSMlSSION S�11F7'E�tt An Aflisan "Touch Pad" shift selector will be maunted to the right af the driver on the engine cover accessibte to the driver. The shift position indicator will be indirectly lit for nighttime operation. �RONT TURN S1GN�S There wiil be two Whelen 400 Series LED rectangular amber tum signal lights mounted one each side in the fra�nt of#he headlight housing and one mounted on each sid� of #he waming Hght housing. WHEELBASE The appro�amate wheelbase vvill be 231". WINDSHIELD�AIIPERS Two (2) btack anodized finish two spe�d synchronized electric windshiefd wiper system. Duat motors with pasifive parking. Sys#em indudes iarge dual ann wipers with buitt in washer system. One (1) master control works the wiper, washer and intemnittent wipe 43 � i� �-�r SUTPNEN� The Village Dept af Public Safety features. Wash�r bot�� is a remote �il! wit#� a 4 quart capaaty. Washer fi1� is lo�ated just inside ofi ofFcer cab dat�r. MISCELLANEbUS CHA331S EQUIPMENT Fluid capacity p�ate a�xed befovv driver's seat Chassis filter part number plate affixed below driver"s seat. Maximum rated tire spee�i plaque near driver. Tire pressure labet near each wheel locatian. Cab oc�cupancy capacity label affixed nex#to transmission shifter. bo not wear h�lmet while riding plaque for each seating positio�. NFPA comp1iant seat belt and standing waming ptates provided. FIRE PUMP HAL�E QMAX-150 Fire pump wiil be midship mcxinted. The �ire purnp wnil be of the dr�uble suctic�n single st�ge centrifuga! typ�, carefulty designed in accordance with good modem pra�tice. The pump will be of fine grain alloy cast iron, writh a minimum tensiie strength of 30,000 PSI. The pump body witl be horizontaliy split, on a single plane, casing type wi#h removable lower casing for easy removai of the entire irnpeller assembly induding wear rings and bearings from beneath the pump without disturbing piping or the mounting of the pump in the chassis. All moving parts in contact with water wi� #� of high quali#y bronze c�r stainless steel. Easily replaceable bronze labyrinth wear rings wiH b+e �rovitied. Discharg� passsage will be designed to accomplish uni€arm pressure readings as the actua! pump pressure. The rated capacity af the fire pump auili be 1500 gallons per minute in accordance with NFPA# 1901. The pump shaft wi� be rigidty supported by three bearings for a minimum defle��n. One high lead bronze sleeve bearing will be located immed�ately adjacen# to the impelter (an side opposite the drive unit). The sleeve bearing will be lubricated by a force fed, automa�c lubricativn system, pressure balanced to excfude foreign matenal. The remaining bearings wi11 be heavy-du#y type, deep groove ba11 bearings and wi� be splash �ubricated. 4�4 i l� S SUTPHEN� The�Ilage Dept of Public Safety The pump shaft wiil have on�y one packing gland located on#he inlet s�de o�the purnp. It will be of split design for ease of repacking. �`he packing gland must be a full circie threaded design to exert uniform pressure on the packing to prevent "cocking" and uneven packing load when it is tightened. It wil! be easily adjustable by hand with a rod or screwdriver and requirit� na specia! #ools or vvrenches. The padcing �ings will be �f a unique combinafion of braided graphite fiiamen# and braided syni�►etic packing and have sacrificiat zinc foil separatars to proteet the pump shaft from galvanic corcosion. PUMP TRANSFER CASE The drive unit will be designed of ampie capacity for lubricating reserve and to maintain the proper pperating temperature. Pump drive unit will be of sufficient size to withstand up to 16,000 Ibs. ft, torque of the engine in both road and pump operating conditions. 7he gearbox dmre shafts will be heat treated chrome nickel steel. t�put and ou�ut shafts will be at least 2-314" in diameter. They wi[l w�thstand the full torque of the engine in both road and pump operating condifions. The engagement of tt�e pump tra�sm�ssion will be of st�ch design so as tn permit trans#er of power from road to pump operation only aft�r vehir�e is campletely stopped. The pump shift wili be air actuated from the cab and have both a green "Pump Engaged" light, and a green "O.K.-TaPump" light. A third green light will be provided on the pump operator's p+anei�for"Throttle Ready". The pump drive unit wiil be cast and compfetefy manufactured and tested at the pump manufacturer's factory. PRIMING SYSTEM The pnming pump will be a Trident Emergency Products compressed air pawered, high efficiency, multi-stage, venturi based AirPrime System. All wetted metallic parts o#the priming system are to be of brass and stait�less steel construction. �1 singie pan�l mour�ted control wi1! activate the priming Qump and open tMe priming Walve to the pump. The priming system will have a five year wamanty. PUMP ANODE A Hale pump anode ki�assembly# 529-0050-fl0-i� wilf be provided and instalied iri the pump bc�dy. A minimum of two (2) anodes wiN be installed one (1) in the suction side and on� �1} in the discharge side of the pump. 45 � r� S SUTPN E N� The Village Dept of Public Safety � PUM1� CERTiF1�AT10N 7he pump, when dry, wifl be capable of faking suetion and discharging water in compfiance with NFPA#1901 chapter 14. The pump witl be tested by National Testing and witi deliver�e percentages of rated capacities at pressures indicated below: 10Qa/o of rated capacity aLD 150 PSI net pump pressure. ?0% of rated capacity (a� 200 PSI net pump pressure. 50� of rated capacity� 250 PSI net pump press�re. 7WFtEl4J�7'ERMINATION Natianaf Standard Thread wift terminate the infets and ou�ets of�e apparatus. PRESSURE GOVERNOR Apparatus will be equipped with a C1ass1 Pressure Govemor that is connected to the Efe�tronic Con#rof Modufe (ECM) maunted on the engine. The Govemor witt operate as a pressure sensor (r�gulating) govemor (PSG) utilizing the engine's data for optimal resolution and response. Programmable presets for RPM and Pressure settings will be easify cvnfigurabEe using the menu structure. Engine RP�II, system voltage, engine oi� pr�essure and engine #empera�ure wi#� audif�e alarm output for a!I wilt be provided. INTAKE RELIEF There will be a Hale stainless steel intake relief valve instafled on the intake side ot th� pump. The surplus water wiil be discharged away from #he pump operatcor and #erminate with Ma�NST hose thread. System is�ietd adjustable. AUXlLIARY CQOLER An auadliary cooler witl be iumished to provide additianai cooling to the engine Under extreme pumping conditions. Water ftom the pump is #o b�: piped to the coils of the heat exchanger aliowing the engine fluid to be cooled as required. VALVES A11 vatves wi!!be Akron Heavy-Duty swing out 880UI8600 series unless o#��nn�se noted. The valve will have an all cast brass body with flow op�mizing stain{ess steel ball, and �6 1 �� S SUTPHEN' The Viflage Dept of Public Safety dual polymer seats. 7he valve wil� be capable of dual directiona� fl�w whife incorpora#ing a seif�odcing ball feature using an au#omatic friction lock design and specially designed flow ap�miaing stainless steel batt. The valve will not require the lubrication of seats or any other intemal watennray parts, and be capable of swinging out of the waterway for maintenance by the removal of six bol�, The vafve wriN be compa�bie with a slow dose device. This vahre wil� be acfivated using manua! handtes, a Rack & Sectvr, manual gear, or electric act�ratar. The manuaf handles will � quidciy adjustabfe ta one of eight handle positions, and require anly 90 degrees travel. VALVE WARRANTY The vatves wiN cany a 10-y�ac waRanfy. PUMP GONNECTIONS A�!suGtion and discharge iines (except pump manifokls) 9"and larger wi� t�e heavy-duty staintess steel pipe. Where vibration or chassis flexing may damage or loosen piping or where a caupling is necessary for servicing, a flexible connection will be fumished. All lines wi�1 be drained by a master drain valve or a separate drain provided �# the connection. All individual drain lines#or discharges wil! be extended w� a �vbben c��se in arder to drain below the chassis frame. Afl water carrying gauge fines wiN utilize nylon tubing. 6� PUMP INLETS Tv+ro 6" diameter suction ports artth 6° PtST male threads wifl be provided, one on each side of vehicle. The inlets will extend through the side pump panels and came compiete with removabie strainer and long handle chrome-plated cap. 2,5"RIGHT SlDE�NLET One 2.5" gated inlet valve wil! be provided on the right side pump panel. Th� valve wilf be supplied uvith chrome piat�#�male swi�i, p1uc�, chain, and removab�e s#rainer, The va�ve wifi attach direc�y to the suction side of the pump wi� the valve body behind the pump panel. 2.5"LEFT S1DE INLET One 2.5" gated inlet vatve wifl be provided on the feft side pump panel. The valve will be supplied wi� chrome plate female swivel, p{ug, chain, and removabte strainer. Trie valve will attach directly ta the sucti�n side of�e pump with the valve body behi�d the pump panel. 47 � �� S SUTPHEN� The�flage Dept of Public Safety TANK TO PUMP The baoster tank will be connected to the intake side of the pump with a 1/4 tum 3"ivlf flow valve with check valve, with the remote controf located at the operator's panel. The 3" tank to pump line wiN run from a bottom sump irrto the 3" valve. To preven#d�m�ge due #o chassis flexing or vibra�on, a short 3" flexible nabber h�se coupiing wi� be used tc�connec#the#ank to the intake valve. OU� The discharge valves witt be an inline Tork-Lock constructed of brass and be of the quarter turn type af fixed pivot design to allow for eas� of operation at all pressures. The vatves wiD be controiled from the operator's panel and will be equipped with swing type lacking handles. Each valve wiil be supptied with 2-1/2° Na�or��1 Standard Threads and come with chrome plated female caps and chains. 2-1/2" or larger dis�harge outle#wil! be supptied with a 3/4" quarter tum drain valve located a#the ouUet. All 2-112" and larger discharges will be supplied with a 30 degree angte dov�elbow. 2-1/2�LEFT SI�E DISCHARGES Two (2) 2-1/2" gated discharges will be located on the teft side pump panel. The valves will be ofi the quarter tum tark-lok ball type ofi fixed pirrot design to �ilow for ease of operation at all pressures. The vabe will be cannected to the discharge side o# #he pump vvi� the valve bodies behind the pump paneL A chrome swing type handle lar,�ted on the pump operator's panel will control the side discharges. 2-112� RIGHT SiDE D1S�HARGES On� (1) 2-1/2° gated discharge wiii be tocated on the right side pump panel. The valve wikl be of the quarter tum tork-[ok ball type of fixed pivot design to allow far ease of operafion at all pressures. The valve wi11 be connected to �e discharge side ofi the pump with the vatve bodies t�ehind tt�e pump �anel. A chrome swing type handle located an the pump ape�ato�'s panef wilt control the right side discharges. ADAPTER There wiH be a 4" NST swvivel female x 4"5t�rz adapter v+�h cap and chain on th� �ght side 4"discharge. 4" OUTLET A Hate Maxflow d" electric valve wiq be provided an the rig�t side pump panel, The 48 � �� S SUTPHEN� The Village Dept of PubGc Safety vafve witl be controlled at the pump opera#or's panel. F�tONT BUMPER DISCH/#�RGE A 1.5" discharge with 2" plumbing wiil be provided at the front bumper. The vafve will be remote contrvlled at the pump panel. DELU�E RISER A 3'" delu�e riser will be instaAed above the pump in such a manner that a monitor can be mounted and used effecfively. Piping wifl be rigidly braced. The riser wili be gated a�d controiled fram�e pump operators panel. MONITOR There will be an Akron Apafta Model 3433 High 12ise removable monitar provided and maunted an the deluge riser. The monitor wili be capable af elevating 24" abave the base. Quad stacked tips; stream shaper, 5160 Akromafic Nozzle, and dual 2.5" inlet por#able base will also be provided. CROSSLAYS Two (2) crosstay hase beds will be supptied. The pfping and valves wil� be 2", the swiveE will be 1.5". The valv�s will be the "drop-out" style, push/putl controlled from the pump panel. Each compartment wif! hold 200 ft. of 1.75"double jacket hose. Both beds wiU be of the same dimension. CROSSLAY One (1) crasslay hose bed wi[t be supptied. The piping and valve witl be 2.5", the swivel wil{ be 2.5". The valve wifi be the "drop-out" style, contralled from the pump panel. 7he bed will hold 2QOft of 2.5" hose. CRQSSLAY COdER The crosslays witl be fitter! with an .125° afuminum r,aver. The cover will have a stainless steef hinge and flaps on the sides capabte of beirtg securely fastened. 49 1 i� � SUTPNEN� The Village Dept of Public Safety . TANK FILL A 2"tank flii tine wiH be prov�ded, using a quarter tum full flow balt valve coritrofled from the pump operator's panel. FOA�AA TANK . There witl be a 30-gatlon foam tank. The tar�k witt be part of the main booster tank. There wilf be a 3" PVC fill tower and cap and a tank vent. There vuill be a 1-1/2"flanged out{e#and drain valve at ttte 1c�Hnest poirrt in the tank. Ft?AIVA SYSTEM—EXTERNAL EDUCTOR There wilt be an extemai foam connection provided on the side pump aperator's panel. It wrill b� connected to the c�n boand #oam raetl by a 9" plastic line and piumbed to a Elkhart faam supply kit with a quick disconnect on the pump panel. There wifl be an air operated valve connected near �e foam cell, with a switch located an the pump panel to tum off the flow of faam to the concentrate outlet. A check valve wili be installed directlyy after the vaNe, to prevent uninten�onaf pressurizing of #he �oam ceN. A 3f4"quarter tum valve wi� be provided on #he pump panel, plumbed from the discharge side of the pump to the foam line just behind the check vafve. This wilt serve as a foam flush from the air operated valve #o the faam concentrate outlet eonne�tion at the pump panel. Pravided with system wii[ be a male quidc connect on the supply iine that witi mate to the pump panel disconnect. A pick up tube wiCl also be provided to ailow the eductor to be used wifih off boar� foam as well. FOAM EDUCTOR There wi�i be an Akron 3125, 125 gpm foam eductor shipped toose with the apparatus. PUMP AND GAUGE �'ANELS The panels wiit be constructed o#biack vinyl +cover�d aluminum for ma�mum pro#ection against abrasion caused during r�ormal use. The pump and gauge panels will be flush mounted on the afuminum extruded purnp module framework. Pump panels an both sides will be easily removable. The gauge and control panels will be two separate panels for ease of mainien�nt�e. Th� up�r g�u�e p�ne! �ri� be hinge� with � full-length staintess steef hinge hetd closed with a 1/4-tum latch. There wifl be one (1) hinged access door as large as possible tocated over the right side pump panel. This door v�ll have a full-length stainless steel hinge and a 1/4 tum latching mechar�ism. 5Q 1 f� S SUTPHEH° The�Ilage Dept of Public Safety V�►LY�GONTROLS The pump controfs and gauges wift be focated �t the teft side of the apparatus and prape�y marked. The control panel will be laid out in a user-friendty manner. Ali valve controls witl have �e corresponding discharge gauge located immediately adjacent to con#ro1 handle to allow operator to view tr►e discharge presst�re without searching the panel. ESCUTCHEQN PLATES The pump panel wifl be equipped with color-coded removabie escutcheon plates around the suctian ar�d discharge vaives. COLOR COL�lNG Each discharge valve control, outlet, and corresponding line gauge wilk be color-caded. The c:crol�r-coding wi11 be: #1 Discharge-Yellow #2 Discharge—White #3 Dis�harge—Navy Bl�e ##��is�arge-Black #5 Discharge-Green #1 Pre-Connect-Orange #2 Pre-Connecfi- Red #3 Pre-Connect-Brown #4 Pre-+Cvnnec#-Magenta �'ront Bumper Line-7urquoise Large Diameter Discharge—Yettow With White Border Left Hose Bed Pre-Connect-Tan Righ#Hose Bed Pre-Conn+�ct-Lavender Left Rear�ischarge- Right Rear Discharge— Light Biue Deck Gun—Sifver Inlets—8urgundy Tank fii! Lime Green Tank to Pump- Burgundy PUMP PAN��LI�NN`�`S, 1�D The driver's �#� pump panel controls and gauges wif! kre if[uminated by a minimum of three (3) 1fVetqt�rt 2631 LED lights. 51 1 �� S SUTPNEH� The Village Dept of public Safety PUMP PANEL GAUGES A(�D Ct�NTROLS The following gauges and controls wiil be provided at t�e pump panel: • Two (2)certified laboratory test gauge o��ets. . Pump primer controf. • Master drain control ar�d add�tional drair�s as ne�ed. • Tarrk-�ilf and pump coaler valve controls. • Tank to pump valve control. • Pump capacity r�afint� p�ate. � • All discharge con�ois. • Two (2} master pump gauges. • Gauges on all 1-1/2" and larger discharge lines. A!R FiC3RN BUTTON A push button switch wil! be provided vn pump operators panet to activat�the air homs. AlR QUTLET Two �2) air chucks wi� be provided adjacent to� pump operator's panel, or� t��a each side. 7he system will �e into the wet tank af the brake system and include an 85-psi pressure protection valve in the ou�et (ine to prevent the brake system from losing all air. A 25 ft. air hose wili t�provided. Note: Purchaser ta specify type of hose f�th'ng. 4" MASTER GAUGES NoShok iiquid fiNed pump pressur� and vacuum gauges vuill be provid�. The ga�es witl be 4" in diameter with white faces and btadc lettering. The gauges wilf have a pressure range of 30"-d-400 psi. 2.�� P�tES�URE GAUGfS NoShak fiquid filted individual line pressure gauges witi be provided. The gauges will be 2.5° in diameter with white faces and black lettering. The gauges will have a pressure range ofi[1-400 psi. WAT�R T�A,,,�K LEVEL GAUGE Fire Ftesearch 7�nkVision� model WL2000 water tank volume indicator kit will be installed. The kit uvili indude an electronic indicator m�dule, a p�essure sensor, �r� 52 � r� S SUTPHEN� The Village Dept of Public Safety sensar cabie. The indicator vv�ll show the ao�ume o#water in the tank on nine (9) easy to see super bright LEDs. A wide view lens over the LEDs wi11 provide for a viewing angte of 180 degrees. The indicator case witt be waterproof and manufactured of aluminum. The program features wiN be accessed trom the firont ofi the indic�#or mc��u�e. The program wilf support se�#-diagnosdcs capabili�es, self-calibration, and a datalink to connect remote indicators. Low water wamings wil! indude �ashing LEds at 25%, down chasing L�E�s when �e t2�nk is almost empty. The indicator wi11 receive an input sig�al from an electronic pressure sensor. 7he sensor will be mounted on the outside of the water#ank near the bottom; nfl prob� will be ptace an the interior of the tank. Wir�ng wilf be weati�er resistant and have automotive type plug-in connectors. The gauge will i�e lacated on ifie pump operatc�r's panei. CLASS B FOAM TANK LEYEL+GAUGE A Fire Research TankVision� modef WL2700 foam tank �olume indicator kit will be ins#alled. The kit will indude an electronic indicator rnodule, a pressure sensor, and ser�sor cable. The indicator wi11 show the volume r�#C1ass 8 foam in #he #an� on nine (9) easy to see super bright LEDs. A wide view lens over the LEUs wift provide for a viewing angle of 180 degrees. The indicator case wilf be waterproof and manufac;tured of aluminum. The program fieatures wiil be ac�essed from the firorrt ofi' the indi�tc�r modui�. 'The program will support seff-diagnostic� capabili�es, set�-�alibra�on, and a dafialink to cannect remote indicators. Low water wamings wiff include flashir�g LEDs at 25%, down chasing LEDs when the tank is almost empty. The ir�dicator wil� rer.eive an input signai fironn an electronic pressune sensor, The sensor will be mounted on the ou#side of#he water tank near ttie bottom; no pro�r�rill be place on the interior of the tank. VVinng wifl be weather resistant and have autamotive type plug-in cannectors. The gauge will be loca#ed c�� the pump opera#c>r's panel. � BODY SUBFRAME A stainless steei subframe/undercarriage witl be provided for the body compartments. 53 ��� S SUTPHEN� The Village Dept of Pubiic Safety APQ�►RATUS BODY The body will be con�tructed of 3/16" #5a52 aluminum sheet, #3003 bright aluminum diamand piate and structurat aluminum extrusians. The body wiH be of the modular design to allow for proper�ex�ng af the trudc cMassis. The bady wiil be cust+�m bui�t and engineered fnr proper load distrit�ufion or� the chassis. An insulator rnatenal wi�l be used where aluminum and steel are in contact to prevent corrosion. The �ilings, sidewalls and floors of the body compartments will be constructed r�f 3116' 5052-H32 smooth aiuminum plate with a tensile strength rar�e of 32,Ot�t3��4,O�t3 psi. Continuous 5356�ill welding witt seal compartment panels. The �ody framevirororlc will be constructed of custom-designed aluminum ailt�y �Q63-Tb e�rusions wi'I� a#ensile sb`ength nf 35,000 psi. To efiminate "dead space" and to maximize compartment interior space, there wiil be no more than 1/4" befinreen outer and inner walfs. The compartment e�ctrusions wi� be slotted futl-length on backside for unifomn fitting of the aluminum plate worlc that fiorms the compatiment in#enors. The aluminum e�etrusion profifes will incarporate 1" x 1-3/4" r�cessed continuous doar seai at the bottom of the compartment. The extrusions will be designed to ailow unobstruc#ed, swee�out#�oors in a� compar6ments. The front, topi and rear surFaces of body will be covered �nrii� .'i 25" bright aluminum diamond treadplate. The farward and rear recessed surtaces wiU be flush with the camer e�ctrusions. The c�mpartmerrt tops wiN ex#�nd downward over the extrusions and form a d�ip molding. The ma#erial witl be .125 aiuminum treadplate wi�f+ approved aerat�d s�rvice for walking. The compartment assemblies are to I� #astened to tfie sub-#rame wit� mech�nicai 1�ur.k-#ype bo�ts. � The apparatus body wip be a separate moduf� form the pump enclosure and wili not be fastened toge�er in any manner. Each compa�hne�t wiil be properly vented w�th�ouvers. RF�4R STEP CO1I�PARTl11ENTATION A1- There will be a campartment pravided at the rear step. The compartment wifl be 54 ,�� S SUTPNEN� The Viilage Dept of pubfic Safety approxirnately 40" v�nde x 4�" high x 29-7�2" deep inside. The �mpartmerrt wi11 be provided with a rnH-up door. COII�PARTMEN7ATION IEFT SIDE L1- There wi11 be a comparb�nent, ahead o� � rear wheeis appro�mately 30-'1/2" wide x fi6" high x 27-'!14"deep. L2- Ther� wifl be a compartment, ahead of the rear whe�ts approximatefy 56-1/2° wide x�6`" high x 27-1/4"' deep. �3- There wiil be a cc�mpartment above rear whee� approx�mateiy 61-if2" wi� x �6-'112"high x 27-11+�"deep. L4- There wilt be a campartment behind the rear wheels approximateiy 53-1/2" wide x 66" high x 27-1/4" deep. LEFT UPPER HATCH CO�AAPARTMENT There will be a compartment focated at the top !eft body side v�th lift up doors and pneumatic stays. The compartment will be approximately 29" wide x 20" high x 160" long. Three (3)tift-up NFPA+compliant semated aggr+�ssi�e diamond p�a� doors v�t! be provided, each with chrome har�dles. Th�e door openings wiA be approximately 48"l�ng x 25" w'rde accessible from the top of the apparatus body. The tops afi the compartments will be construCted of NFPA compliant embossed aggressive diamond plate. COMPARTMENTATION RIGHT SiDE . R1- Th�re wilt be a compartment, ahead of the rear wheels approximately 3U-1/2" wide x 66"high x 27-1/4"cieep. R2- There wilf be a compartment, ahead di the rear wheels approximately 56-1/2" wide x 66" high x 27-1/4"deep. R3- 7here will be a campa�nt above rear wheel appro�imately 69-'�12" wide x 3Fi-1/2" high x 2�'-'!14"deep. R4- There wi�l be a compartment behind the rear wheels appra�mate� 53-1/2" �nride x�" high x 27-1/4" deep. k RIGHT UP,,,�ER HATCH CO�APNRTMENT Ther� will be a compartment located at the top {eft body side with lift up doors and 55 � ►� S SUTPNEN� The Village Dept of P�blic Safety pneumatic stays. The compartment will k� appro�amately 29" wide x 2Q" high x 160" long. Three (3) {ift-up NFPA compliant serrated aggressive diamond p�ate doors will be provided, each with chrome handles. The door openings will be approximately 48" long x 25" wide accessible from the top ofi the apparatus body. The tops of the compartments will be constructed of NFPA campliant embossed aggressive diamond plate. BODY 5UB-FRAME The chassis will be fitted with a sub-frame system consisting of a series of steel plate gusseted legs, extending down and out from the chassis frame rails on each side. This system wip provide additional structural sup�rt to the running boards and side compartrr�ents. A heavy-duty rear plat#orm wi11 be constructed of the same material to support the rear compartments and rear step. The entire assembly wifl be attached to the chassis frame by a series of heavy-duty U-bolts. Self-supporting bodies will no# be accep�bfe. ROLL-UP COMPARTMEN7 DOQRS The apparatus body wiil be equipped with R.O.M Robinson Shutter doors. The door slats will be double wall box frame, manufa�tured from anodized aluminum with a satin finish. The doors will have#he following features: • Manufactured v�olly in the United States. • Concave individual slat design to preven# loose equipment from hindenng door operation. • Co-Eactruded stretch resistant inner sea! between slats to prevent metal-to-metal contact and inhibit moisture and dust penetration. • Interlocking swaggedldimpled end shoes wi� be u�tiaed to provide a tight fitting assembly and affow for easy removal in the event of damage. • EffeGtive counter balancing for ease of lifting and lowering the daors. • 4ne-piece side rail and track to provide an unobstructed slide area and reduce the risk of binding. • Non-abrasive replaceabfe water and dust barrier to keep compartment equipmer�t clean and dry. • A magnetic type switc� integrai to �e door wiil be supplied for door ajar indication and compartment iigh#activation. • A fu!! width positive latch bar will be operable with one hand, even with heavy gloves. 56 - ��. , S SUTPHEN� The�Ilage Dept of Pubiic Safety A door open indicator light wilt b� provided in the cab. A 3M clear protective materiai witl be provided a�ang tf�e outer edge af the campartment floor to protect this area from scrafiches that eould occur when installing or removing equipment from #he c�mpartments. SCBA CYL.INDER COII�PARTMfNTS There will be faur (4) spare breathing air cylinder compartments recessed in the rear fender wefils, iwo (2) le�t and �vvo (2} right The compat�nents wili have briashe�d s#ainless doors equip�d wi�h a weather resistant flush f�iting thumb latch. The interior of the door wifl incorporate a rubber seal to keep ifie compartment free of road debns and moisture. The interior compartment wiA be constructed of a high-density polye�yle�� plastic. BACKBQARD STORAGE There will be storage for (2) backboards provided at the rear of the truck next to the ladders. ADJUS7ABLE SHELVES There will be eleven (11) adjustable shelves provided and installsd in the compartments. Tfie shehres wiN be fabricated uf.'t 88" aiuminum plate. COMPARTMENT DIVIDER There wifl be a vertical divider/partition provided in a compartment as specified. The divider wi11 be constructed of.'188" thick smoath atuminum piat�. The top and bottom of the divider will have a fornned�flange bolt�ed to the in�erior ofi the campartment. ADJUSTABLE VERTICAL SLIDE-OUT PANELS There wi�l be �ree (3y adjus#able vertical slide-out tc�o! boards with a 25U !�. capacitY supplied and mounted on ur�istru#tradcs. E�ctra compartment tights will bre provid�d �and located as needed to properly ifluminate the compartment 60Q#SLIDE-111�4STER TRAYS There wriq be three (3) Stitle-Master pullou# drawers provided anti ir�stalied. The drawers wiil h�ve a distributed load capacity of 600 Ibs. and be capable of e�ending 70% of its depth. The tray wil! be fabricated of.188" aluminum plate and have a formed lip#ha#measures 2". 57 ��1 S SUTPHEH� The Viflage Dept of PubGc Safety UNIS'T�tU'f Each compartment will come equipped with 1.625" x .875" x .i25° aluminum Unistrut channel. The Unistrut will be securely f�stened to the interior walls of the compartment. RHINC) LINiNG The compartment floors and shelves, and trays wiN be sprayed with Rhino tining materiaL The compartment floors under the roll out trays will not be Rhina lined. HOSE 8ED The hose bed witt be provided with aiuminum slatted flooring radiused at the edges to prevent hose damage from sharp edges. Each hose bed floor section will be removable fior easy acxess to the water tank. Capaciiy 100Qft of 4'" LDH Hose 500ft of 3" aouble Jacket H+�se HQSE�E�DIVlDER The hase bed wiif be divided by a 3/16" aluminum partition that is fully adjustable by sliding in tracks locate�i at the fiont and resr of the hose bed. The div�der �vili be located as nee�ied, Hd3E BED C4VER An aluminum finrapiece, hinged hose bed caver construc#ed of .125° aluminum diamond plate and square aluminum extrusion will be provided for the main hose bed. BODY HANDRAILS Handraifs will.be constructed of 1-1/4" diameter knurted anodized aluminum 3/8° heavy wall extrusion. The handrail will be mounted utilizing chrome stanchions, which will provide sufficient space #o allow for a gioved hand #o grip #he rail, Th� rai� will be locateti in the following areas: (Note: These are in addition to those previousfy mentioned in the chassis section}: There wili be one (1) 30" vertical handrai! at rear o#the bt�dy or�e each side of the rear 58 � l� � S SUTPNEN� The Village Dept of Public Safety compartment. There will be finro (2) handrails mounted horizontally, above the pump panet, one (1) on each side as large as possible. STEPS There will be fold-dawn steps mounted on each side of the front face of body to provide access to the top af�e pump module and dunnage area. The rear of ti�e body witl be equipped with fixed steps. The bottom step will measure 11" x 14" to provide a stable foo�ng position. Each additional s#ep above will measure 11" x 8" for clearance while c{imbing. Thinly fabricated aluminum steps will not be utilized. The quantity and iocation of steps and handrails wili meet the Current NFPA 1901 pamphlet in effecE at the time the apparatus is vrdered. �EAR ACCESS LADDER There wiit be a fadder located at the rear o# the apparatus ta access the top of the vehicle body. The ladder will be a Ziamatic model RL-2-6 "Quick-Lift" swing out and fold down type. The ladder wiB be constructed ofi 1.25'heavy wal� aluminum tubing and cast afuminum rungs with a non-skid footing surf�ce. Each step wiU be 3.00" deep x 9 5.5"wride. RUB RAILS The body will be equipped with anodized aluminum channei styie rub rails at the sides. Rub rails wilf be spaced away from the body by 1/2" polymer spacers. The rub rails will be polished to a bright finish. ALUMINUM TREADPLATE AH foad bearing atuminum treadplate running boards wili be .155 thick bright-annealed finish. Running boardS and rear step edges will be flanged down for added strengtti. Running boards witl also i� �anged up to form kick plates. Afl non�load bearing a{uminum wili be .125" thidc bright annealed finish. In areas where aluminum treadplate will function as a load-bearing surface, there will be a heavy steel sub-struc�re. This stivcture wifl consist of 3" channel and 1-112" angle welded suppart. This will assure that there will be no flexing or cracking of running boards. The atuminum will be insulated from the steel by closed ceU foam body barrier material. Treadpla#e locations: 59 1 r� S SUTPHEH� The VAage Dept of F'ublic Safety �. Skirting around#�ont bumper. 2. The s#ep at the cab en�ance. 3. 7he jump sest steps. 4. The body header. 5. The nanning boards. 6. The rear s#ep. 7. The top of the cornpartments. 8. The rear of the apparatus. 9. The rear fenders. RUNNI�IG Bt�ARD TROU�GH . A �awgh wiN be provided in the left side running board to hotd a 15-foot tength of 5" hose. Vetcro straps will be provided to secure the hose. RUNNING B4ARD TR(7UGH A trough wifl be provided in the right side running board to hold a 15-#oot fengt� of 5" hose. Velcro straps will be provided to secure the hose. SOt35TER TANlC 1`he tank will have a capacity of 500 U.S. galtons. The tank wip be oonstruc#ed of 112N thir�c polypropylene sheet stock. This mat+�rial wiil be a non-corrosive stress reiieved copolymer thermo-plastic and U.V. st�bilized for maximum protection. The booster tank witl be af a specifrc configuration and is so designed to be compfetefy independent of the body and compartments. All joints and seams wi11 be welded andlor formed and testecl for maximum strenc„�t artd integrity. The top of the booster tank is �itted with removab�e {if�ing eyes desi�ned wi#h a 3 #0 9 safety factor to facilitate easy removabifity. The transverse swash partitions wilt be manufactured of 3/8" palypropylene and extend from approximately 4" off the floor to just under �e cover. The longitudinal swash partitions wiil be constructed c�# 3l8" polypropylene and extend from the floor of the tank #hrough the co�r to allow for positive welding and maximum integrity. AI! pardtions will be equipped with vent and air hofes to permit movement of air and water between compartments. The partitions uvill be designed to provide ma�amum water flow. Alf swash partitions interlock with ane another and are welded to each other as we�as to tt�e walls of the tank. , The tank wift have a combination vent and manual frll tower. The fiil tower wii! be constructed of 1/2" polypropytene and will be a minimum dimension of 8" x 8" outer perimeter. The tower wiit �e iocated in the left front camer o#the tan�c. The #ovwer will have 1!4" thick removable poiypropyler�e screen and a poiypropylene hinged type 60 � i� S SUTPNEN' 7he Village bept of Public Safety cover. The #ank cover witl b� constructed of 1I2" thick polypropylene to incorpor�#e a multi #hree-piece locking design which allows #or individual remova! �nd insp�e�ot� if necessary. The sump will be consiructed of 1/2" pofypropylene and be tocated in the feft front quarter of the tank. The sump will have a minimum vf 3� na�onal pip� threaded ou�et on the bottom far a drain plug. T13is will be used as a combinafion clean-ou#and drain. Alt tanks wilt have a anti-swirl plate focated approximately 2" above the sump. All tanlc fi11 couplings wiH be backed witti flor+v deflectors to break up the stre�m af r�ter entering the tank. The tank v�riil rest on the body cross members in conjunction with such additional cross members, spaced at a distance that would not allow for more than 530 square inches of unsup�rted area under�e tank floor. The tank will be completeCy removable without disturbing or dismanding the apparatus structu re. ELEC'�RtC SYSTEM AI{ etectricat wiring in the chassis will be XLP cxoss Eink-insuiated type. Wiring is to be color-coded and include func�on codes every three (3) inches. Wiring hamesses will be routed in protectivve, heat resistant loom, secureiy and neatly instalied. Two p�rer distribwtion centers will be provided in centra! locations fnr greater accessibili#y. The power distribution centers cor�tain automatic thermal self-resetting breakers, pawer control relays, flashers, diode modules, daytime driving light module, and engine and trar�smission data links. All breakers and relays are utilized in circuits which amp�o�ds are subs#antially lower than the respecctive componen# rating thus ensuring long component life. Pvv�r distribution centers will be composed of a system of intertocking plast�c modules for ease in custom construction. The power distribution centers are function orien#ed. The first is to control major fi�ck fun�tion and the second con#rols overhead switching and interior opet�ations. Each module is single tvnc#ion cvd�cl artd labeled to �id in troublesF�oo�ng. The centers also have accessory breakers and relays for future instaflations. All hamesses and power distribution centers wiU be electrically tes#ed p�ior to installation#o e�sure the highest syst+am reiiab�lity. Alf extemal hamess intertaces will be of a�iple seal type cortnection to ensure a praper conne�tion. The cab/chassis and the chassis/body connection points will be moun�ed in acvessible loca�ons. Compiete chassis wiring schema�ics witl be supplied wit� the apparatus. The wiring hamess contained on the chassis will be designed to uGtize wires of stranded copper or copper alloy of a gauge rated to carry 125% of maximum current for fi1 i l� S SUTPNEH� The�Ilage Dept of Public Safefy which the cir�cuit is protected vvrthou# exceeding 1t�'� vnitage dmp acrass the circuit. The wiring will be uniqueiy identified by color code or circuit�unction code, label8d at a minimum of every three (3) inches. 7he iden�frcatian of the wiring wilf be referenced on a wiring diagram. All wires conform to SAEJ1127 (Battery Cable�, SAEJ1128 (Low fiensian Primary Cable), SAEJ15� (Low Tension Thin Watl Primary Cable). All hamesses wiN be covered with moisture resistant foom with a minimum rating of 300 Degrees �'ahrenheit and a flammability rating of VW-1 as de�ined in UL62. The covering of jadceted cable has a minimum rating o#�89 tlegree Fahrenheit All hamesses are securely instalted in areas protected against heat, liquid contaminants and damage. The hamess connecctaons and terminations use a method that provides a positive mechanical and electrical connection and are in accordance #o the device manufacturers instructions. No connect+ons within itie hame$s utilize wire nut, insul�tion displacement, or insula�on piercing. A11 circuits conform to SAE9292. Ail circuits are provided w7th low volt�age over current �rotective devices. These device� are readily accessible and protected agains#he�t in excess of component rafing, mechanical damage, and water spray. Star washers are nat used for graund connections. BAGK�IP�.ARM An Ecca model SA917 automatic self-adjusting etectronic back-up alarm producing 87-112 db witf be installed at the rear between the frame rails. It wilf aperate whenever the transmission's reverse gear is selected. CQMMUNICA"I�ON SYSTEM A five position David Clark intercom system will b� provided in the cab. The five positions include: driver, officer, iwo crew seats and pump panel. The driver, of�ir�er and pump panel positions will be interfaced with radio. A total of (5} headsets w�N be pravided.(NaTE: THE CABLES WILL BE PROVIDED FOR THE RADlO INTERFACE, BUT THE CONNECTION Ta 7HE RADIO MUST BE DONE BY A RADIO SHOP) C�ARTMENT L.IGHTIt�G Each compartment witf be equipped with two (2) LED light strips which will provide a consistent pattem to illuminate to entire compartment. 62 � r� S SUTPHEN� The Village Dept of Public Safety ELEC'�R1CAL.PROVISION Wir�ng wilf be provided in the cab and carropy for the future instaHa�on of electrical chargers. The location wil! be determined during the pre-construcfion conference. ANTEN�►IA MOUN'�7NG � Three (3) ct�stomer supplied radio antennas will be instaWed in the cab roof with the coax cable run to the radio mounting area. The radio locatian will be determined at#he pre-construction meeting. 1.lCEWSE PLATE SRACKET A license plate bracket will be provided at the rear of the apparatus, A Weldon Technalagies light par# # 9186-23882-30 will be mounted direc�y ahove #he lic�r�se �late area for proper iilumination. TAIUSTOPRURN LIGHTS The tailtights are to be Whelen 600 LED style. The brake/tail lights to be four (4) ced and exceed SAE requirements. ?he tum signal will be populated in an arrow pattem, amber in color. The backup lights are #o be halogen. A backup afarm, a�tuat�d by backup light arcuit, wiil be provided. LED ICC/MARKER LIGHTS LED#ype ICClmarker lights wiH be provided to meet D.4.T� requirements. STEP LIGHTS . The pump maduie running board area will be illuminated by Whelen 2G 4" diameter LED lights mounted one each side on #he front of the body in chrome�anges. One Weldon 2631 LED wiil be mounted under each step on the rear of the body to iltuminate the fiailboard and the steps. GROUW�UGHTING The �rpp�ratus w'rlf be equipped with lighting capable of ilfuminafion to meefi NFPA requirements. Lighting will be provided at areas under the driver and crew riding area ex'�is and wiA be automat�cally activated wfien the exit daors are opened. The �round lights wili be Truck-lite� LED mode�#44042C. Lighting required ir� other areas su�h as work �reas, steps and wafkways wilt be activated when the parking brake is applied, provided the ICC lights are on. 63 ,�1 S SUTPNENm The Viliage Dept of Public Safety W�RK�.I�HTS Th�re will be two (2) Unity brand AG 6" chrame piated seaied beam flood lights provided. The lights will be securely mounted at the upper rear of the apparatus body. Each light will be supplied with ir�dividuaf switc�es. OPTICAL WARNING SYSTEM The optical warning system witl be capabte of finro separate signaiing modes during emergency operati+ans. C?ne mode wiil signal to drivers and pedestrians that the apparatus is responding to an emergency and is calling for the right�f-way a�ci the other mode will signat that tfie apparatus is stopped and is biocking the right-of-way. Switching wif4 be provided that senses the posi�on of the parking brake. A master optical waming device �witch v�� be pravided ta energize all of the t�ptical waming devices provided. AA iights wiq operate at not less than the minimum flast� rate per minute as specified by NFPA. UPPER LEVEL WARNING QEVICES The u�per levei is diwded into zones A, B, C and � and #he approved lighting p�cicage to be pravided will be as follows: Zone A (front) will have one (1) Whelen Freedom 72° Model FN72QLED NFPA 1901 compfiant light bar, with FOURTEEN (14) LED modules. The light bar will have ten (10) red LED ar�d two(2� dear LED heads and wili be mountetl on the c�ab roof. Zone B (right side) will be covered by the module from the tight bar and the right rear stanchian beacon. Zone G (rear) wil! have two (2) Whelen I�c�de1 RBfiT fights, {1) red arad (1) amber, mounted nn rear stanchions. Zone D (left side) arifl be covered by the modufe from the light bar and the left rear stanchion beacon. The rear beacons will be upgraded to Whelen BGTL ro�a#ing beacons, (1) Red, {1) Amber. LOVIIE�t L,EVEL WARNING DEVICES The lower I+ev+el is divided int� zo�es A, 8, C and D ar�d �e approved 1igh�ng pa+dcage to be provided wili be as#ollows: 64 � i� . S SUTPHEN° The�Ilage Dept of Public Safety Zone A (firont) wiil have a stainiess s�eei warning iight hflusing each side with iwo (2) Whelen fi00 Super LED red lights mounted in the front ofi each #�ousing. The inboard pair of lights is in addition to the minimum I�FPA waming system and wi{I be wired through a load-shedding device. Zone B (right side)witl have two (2)Whelen 600 Series Super LED red lights moun#ed one on the side of the headGght housing and one on th�bc�dy side at r1ear of apparatus. Zane C (rear) wilt have two (2) Whelen 600 Series Super LED, red iights moun#ed one each side of the rear of the apparatus. Zone D (left side) will have two (2) VVhelen 600 Series �uper LED red ligh#s mounted one on the side of the headlight hr�using and one on the body side at rear o#apparatus. LED WARNING LIGHTING There wiif be TWrJ (2) additic�nal pair of Whelen Model 600 Series Super LED red lights maunted on the apparatus. The placement of the lights is to be determined by the fire department. SIREN One (1� Whelen AAodel 295 SLSA1 electronic siren wifl be installed at the cab instrument panel complete with �oise eancefing micxophone. The hom button in the steering wheel, a s�nritch on right hand side of cab floor and the controi on the siren head wilf actuate the siren. A selector switch wil{ be provided on the instrument panet for cantro{of hom or siren by steering vvheel button. A foot switch wi� be provided on the officefs side of the cab floor. FEDERAL Q2B StREN There wi�be a Federai Q2&NN siren instailed in the center of the cab griile. The si�en wiA be securely mounted and ac#ivated by means o#a so�enoid ar�d witl include a brake. The siren wifi be wired to tl�e hom button. A roctcer switch on the dash will toggle between air homs and Q2B. WHEt�EN HOVVLER SIREN A Whelen Howler Siren will be provided with Whelen Speaker. 65 � �� S SUTPHEN� The�Ilage Dept of Public Safety SIREN SPEAKER One Cast Products SA42U1-5-A weatMerproof siren speaker will be provided, mounted behind the bumper. GENERATOR _ The apparatus will be equipped with a compfete eiectrical power generation system. A Smart Power hydraulic 15A KW generator wili be provided and instalfed. The generator and wiring will conform to present National ElecVic Codes as outlined in the Nationai Fire Protection Association Standards. The output of the gener2�tor wilt be controiled by an intemai hydraufic system. An electrical instrument gauge panel wifl be provided for the operator to monitor and co�trol all ele�trical operations and ou�ut The generator will be powe�ed by a transmission power take off uni#, through a hydraul�c pump and motor. The gener�tor will be aperable anytime that the apparatus engine is nrnning and meeting the minimum range of 950 RPM's. A hot shift PTO switch located in tFte cab dash wifi activate the generator. ��o vo4r ou-r��rs Two (2) 120-voEt outfet with weatherproof cover will 6e provided. Ail 120 vott wiring wiil be instailed in iiquid tight conduit. BREAKER BOX A circuit breaker box wi{t be provided with sixteen (16) spaces for breakers which wiil be provided as needed. All wiring will be installed in liquid tight conduit. COMMAND LIGHT There will be a Command Light light tower mounted an the front of the body of the apparatus. The light tower will have the capability of full deptoyment from a stowed position wi#hin 15 seconds. The light wili have an auto park #eature that retums the light tower to the proper travel posifion after use. The tight tower will be operated through the use of a remote control with 15' of cord that will be mounted in a bracket Iveated in an easily accessible area. Totai light output of the tower witl be accomplished through the use of six (6) 1000-watt fight heads for a totaf output af 6000 watts. The light tower wili be capable of producing at least'129,00�lumens. 66 � �� � SUTPNEN� The Village Dept of Pubfic Safety There will be a green strobe light mounted on the top of the light tower. CORD REEL There will be a Hannay Modef ECR1616-17-18 efe�tric rewind cable reei fumished and mounted in a comparbnent. The reel wrill come complete with 200 feet of '10/3 Seoprene Water-resistan# (SflV1� yeflow jacketed cable. A Hannay Type "C" roller assembiy and HS-3 cab{e stop baN will be provided. F�UR WAY RECEPTACLE An Akran (GFE} four-w�y recep#ade box writM tight wi� be provided ar�d hard wired to the end af the cable. The box wiff be securefy mountect in �e immediate area of the cord reeL The moun�ng wifi be a fabricated aiuminum bracket equipped with a Velcro strap to secure the box. �OUR-WAY RECEPTACLE MOUNTING The four-way receptacle box will be mounted on a comparlment wall or shelf. REEL MdUNTING The reel wiit be mounted in the upper hatch body compartments. The cord witi be accessible througf� the floor af the compar�nent. The access hole wifl be outfitted with roller assembly to prevent abrasion to the cor�d v�th additionai rollers to permit acr.�ess to tr�e outside of the trudc. HOLMATRQ BULK HEAD FfTTINGS There will be three (3) Hofmatro Bulkhead Core fitting with cover provided on the apparatus. They will be located one on the right side, one on the 1eft side and one�t the fi ont vf the truck. HOLMATRQ C4RE HOSE There will be three (3) 32ft $ections of Holmatro Core hose provided with one end connect�d to the Bulkhead fitting. GROUND LADDERS The appara#us will be equipped with heavy duty, box#ype"�"' beam rail, ground �adders. TMe ladders ru�'� meet the r�quirements of NFPA 99�1 to ensure proper design and that sufficient strength is available for the senrice intended. The ground ladders wiH be constructed of aluminum with non-weided, field replaceable rung to raif connections ta 67 1 l� S SUTPHEH° The Viliage Dept of Public Safety simpl'ify �eid repairs and removable plated steel butt spurs for added strength. A full 112", non-rotting, poly rope will be provided fior easy ladder operation. One (1)Atco-Lite PEL-24 24 ft. two-section afuminum e�ension ladder. One (1)AlcaLite PRL-94 '!4 ft. aluminum roof ladder, One (1) Alco-Lite FL-10' 10 ft. fofding fadder. The ladders wiii have lifs�me Warranty against manufactunng defects. LADDER STORAGE The fadders will be mounted inside a through type compartment an top of the water tar�k with access Trom the rear o# the truck. The rear o# the compartmer�t wii� have a drop dowm tread plate hinged door. The top of the compartment wiA be flush with �the floor of the hose bed. The compartment witl have metal stops attached to the front of the compartment ta prevent afl of the tadder equipment from extending into piping in the pump compar�nen� PAINTiNG , Alt exposed metal surfaces not chrame plated, po{ished stainless steel or bright aluminum tread plate wi11 be t#�oroughly deaned and prepared #or paintir�g. All irregularities in pain#ed surfa+ces wilt be rubbed dowr� and at! seams wiN be caulked before the application of the finish coat. All removable items such as brackets, cc�mpartment dotNS, dflor hinges, tr�m, etc. will be removed and painted separately to �nsure finish paint behind alt mounted items. Body assemblies that cannat be finish painted after assembty wifl be finish painted before assembty. Both aluminum and steel surfaces to be painted will be primed with a finro (2}-component primer which is compa�bfe with the finish coat. The app�ratus r�iil #�finisi� painted with a polyur�thane base%lear system. 'No Exaeption° A barrier gasket/washer of "High Density Ctosed Cefl Urethane Foam" will be �sed behind all iights, handrai{s, door hardware and any miscellaneous items such as s#ai�less steel snaps, hc�oks, washers and acom nuts. The gaskets/washers will be coated with pressure sensifive acryiic adhesive. Atl screv� used to penetrate painted surfaces will be pre-treated/coated under the head with ny[on and the threads will hat�e pre-coat #80. This procedure will be strictly adhered to for corrosion prevention and damage to the fnish painted surfaces. The following paint process wil! be utilized: 68 i �� s SOTPNEN' The Village Dept of Public Safety Surtace Preparation: 1. 1lVash surface thoroughty wi#h mi1d de#ergent 2. Clean and de-grease witt� Prep-So13812S. 3. Sand and feather edge using 400 grit or�iner on a duaf action sander. 4. Remove sanding dus# with a cteaner compafib�e with polyure�ane base tt�a#Idear coat final�nish. Substrate treatment: 1. Use a Metal Conditioner followed with a Conversion Coating product. Priming: '!. Use a priming 61�S pretrea#ment 2. Use a seff etching primer applied to achieve a 1.5 mil dft minimum. 3. Use Prime N Sea1 sealer compatibie with polyurethane base coat. Color Coat; 1. Appty polyurethane base coat 1-2 mil dft mir�imum. Clear coat: 1. Apply polyurethane clear coat 2 mil dft minimum. PAINT-TW�O TONE CAB The cab exterior surtaces wilt be two (2) colors. The paint break line wilf be at the bottom of the windshietd. LETTERING There will be a lettering package provided with the apparatus that matches the rest of the Villages fleet. A$4,000.00 lettering allowance wifl be provided. STRIPING, CHEVRbN STYi.E, REAR B�fi)Y. QUTBOARD The apparatus wiff have 6" red and yeflow reffecfive �iamondGrade Chevron styfe striping affixed to the outboard right and left portion of the rear body. The striping wil! be set in a manner to have#he effect ofi an inverted"Va shape, The stripe wili trave� tow to high lrom tF+e outside to the inside. AIR REEL A Hannay mac�el F'i 500 electric rewind utility air hose reel wiff be provided. 7he reei will be equipped wi#fi 900 fiee# of 3Q0 PSI '�" air hase. The location of #he ree! wili be 6S � r� � SUTPNEN� The�Ilage Dept of Public Safety determined during the pfe-construction canference. EEL OUIVTING The reei wift be mounted in the upper hatch body compartments. The cord wifl b� accessible through �e floor of the compartmen#. The access hole will be ou#Fitted with rofler assembly tv prevent abrasion to the cord with additional rollers to permi#access to #he outside of tMe truck. UTILITY AIR BOTTLE There will be a 6000 psi, 509 cu ft, air cylinder mounted in the upper hatch compartm�nts that is connected to the utilit�air reel. MISCELLANEOUS FQUIPUAENT FURNiSHED 1 pt touch-up paint WHEEL HOCK Two (2) 2i�matic #SAC-�44 folding wheel chocks with SQCH-44H holders wil( be provided. The wheel chocks wiN be located in a area ctose to the rear axles easily accessible frorn the side of the apparatus, TRAF�IC CONE MOUNT There witt be a tra€frc cone mount provided on the rear of 1�e apparatus tailboard, it wiff be installed on a hinge to flip aut of the way. OPERATION ANQ SERVI�E AAANUAL� Complete "Operation and Service" manuals wili be supplied with the completed apparatus, one (1) printed copy and one (1) CD. Service manual instructions will indude service, maintenance and troubleshooting for major and minor components ofi the truck. The apparatu� manufacturer wi11 supply part numbers for major cot�pvnen#s (i.e. Engine, Axles, Transmission, Pump, etc.). A table of conterrts, hydrautic, air brake and overalf apparatus wiring schematics will be included. A video demonstration DVD on the operation of the #ruck wiil i�e supplied with #he manuals. Additianal aperator and maintenance manual(s�will be provided. 70 � �� S SUTPNEN� The Village Dept of Public Safety DELMERY The compfeted apparatus will be driven under it`s own power to the fire department. An operational demonstration will also be provided at the time of delivery. WARRANTIES The following warranties will be supplied: 1. The apparatus wili be warrante�l to be free fram mechanical defec�.s in workmanship tor a period of two (2) years or 30,000 mi{es, vvhi�hever comes first. The apparatus wilf be covered for parts and labor casts associated with repairs fdr a period two (2)years or 30,OOQ miles, whichever comes first 2. Life-fim�warranty on the firarr�e. 3. Seven �7)year rnrarrar�ty on paint 4. Ten (10j body sfiacturaf warranty 5. Ten (10) year cab structurai warranty 6. 11Aanufacturers 1Narranties for all major components. DEUVERY The custom built fire`apparatus will be driven from the manufacturing facility to the community by a factory trained delivety engineer who wi11 thoroughly demonstrate the camplete apparakus operation and maintenance tb the �re department designated personnel. MANUFACTURING � LOCATIONS The apparatus witl be manufac#ured in fa�iiities who�y owned ar�d operated �y the company. A complete stock of service parts, and service will be provided on a 24 hours araund the ciock basis. The company will maintain parts and service far a minimum period o#twen�{�0)years on e�ch apparatus model rnanufactured. 71 ��r��J/�i�T� . . . ; PALM BEACH C4UNTY FIRE RESCUE "C" INSPECTION � PUMPERS/TANKERS/BRUSH DATE IN — — DATE OUT � I� f.� " I Z ASSET# O Z.� TECHNICIAN TIME OUT Mileage 3€�d UNIT ' e. �S � ' HOUR METER . ROAD TEST ENGINE � OK NC STEREO OK NC AlR CONDITIONER OK NC En ine Alarms AM FM Radio Works Operate 5 Min.&Record Starter 0 eration STEERING A/G Temp Front 0 Eri ine Sound Bind A/C Temg Rear�Q Exhaust Smoke Free Pla Defroster Qperation 4i1 Press +-LD pSl idie Wander TRANS/AUX/TRANS/ Oii Press PSI max Shimm TRANSFERCASE Fuel Gau e Power Steering Operation Shiftin Noise Volts���,Volt max - BRAKES Check Trans Codes �NG T�MP_ 1"'��7 F ` Unusual Noise Vibration Tachameter Pull DR[VE SHAFT Gau es Dra Noise Turbo 0 eration Anti-Wheel Lock Li ht Vibration En ine Shutdown Retarder Decals Cleanliness ' A!R COMPRESSOR Ck/lnstal!Camp Signs 0 pera ti on PARKiNG BRAKE Cleanliness OF CAB/COMP. AND OUT5IDE BODY . + Gov. Cut!n��,PSI Hold Abili License fate � Gov. CUt OUt �� PSI - Release Asset Tag.Windshield Low Air Press. IndiCator Truck height sticker in cab on driver's side � CHASSIS INSPECTION AFTER RQAD TEST CAB OK NC CAB Cont'd OK NC TILT CAB OK NC � Emer enc li hts ' Extend-a-Gun Warning Reservoir Fluid Level , Back-u Alarm&Camera Mud Fla s 0 eration Mirrors Glass Ma Li ht ENGINE Siren S eakers Horns • • Pum Pane� Li hts Checic for Leaks Check Treadie Valve Seats/Seat Delts/�ump Seat � Change Oi4/f'tlter/Sample ;� Windshield Wi er S otli hts, Roof, Cab Check Engine Codes " Windshield Washer tnspect/lube Latches/Hold Change Fuel �ilter � 0 ens Back-U Li hts Com artment Li hts Grease Truck =� Tail Li hts Rear Arrow Li ht Bar r Brake Li hts Hose Bed Cover BELTS ; Turn Si nals Preconnect Nets Conditio�i �. Hazard Si nals Paint Fue] Ca s Tension �� Marlcer Li hts Ali nment �� HeacEli hts Hi LO Alternator Mounting # Instrument Panel Lights PROPELLER SHAFTS Check Alt Cables � I, Door 0 en Alarm Universal oints Lube Level r ' Yoke Flan e Bolts :� ; 11 1 11-Reviewed CenCer Bearin =�;: :�. . *NOTE: DATE ALL BATTERYS, DRYER, FILTERS, ETC. � *NOTE: PAINT FUEL CAPS: DIE$EL YELLOW; GAS BLUE � "C" �NSPECTION PUMPERS/TANKERS/BRUSH Page 2 of 4 BATTERYS OK NC STEER(NG GEAR K NC F1RE PUMP MA1N OK NC Load Test water Level lvlountin Pum Shaft Clean&Tighten Terminals Ll'nka e ' Fum Packin Se�l Clean&'Pighten Pos. Transfer Valve Cieatt&Tighten Grounds FOWER STEERING Working Valves oisc.�ntake AIR SYSTEM Check for Leaks Leak Wate Air � Leaks • �luid Level Service Gaskets Drain Reservoirs Slow! FRUNT AXLE& Shift Spring Brake Application SUSPENSIUN Gau es,water, Form Hose Condition ' Wheel Bearing Looseness Relief valve Governor Air Com ressor Filter • Broken S rin Leaves Pi in Check Dr er Service Center Balts Priming Pump/Reservoir Overnight air leak down Whee1 Bearing;LubeJLeaks Booster ReeliBrake/Gland RADIATOR Check Ad'ust Brakes Vac: StarC_�HG Clean Radiator Vents Brake Wear Vac: End HG CheckiLeaks/Fress.Test Shocks Pressure Test Radiator Ca Steerin Sto Check Auto Lub�e Coo[ant Level ' REAR AXLE& Replace intake Screens Antifreeze —7�' F SUSPENSION Replace Anodes - Hose Condition SpringjTrunnion Insulators T-Case Service/Sample Ti hten Hose Clam s Broken S rin Leaves ' Grease Hale Vaives Chan e water Filter Wheel Seal Leaks RPM Counter AUX GENERATOR Sound u-holts/Center Bolts �. FOAM SYSTEM Chan e Oil Ad'ust Brake Flow Test Chan e Fuel Filter Brake Wear Foam Fill Pum Chan e Air Filter Shocks Clean Strainer Change 5park Plug Fluid level/Service/5ample Check Out ut Volta e Frames Rail Cracks HURST TOOL REAR AIR PTO Use Form for Tools& CONDITIONER Check for Leaks Separate WORK ORDER ' A C Fan 4 erates .0 eration Condenser 0 erates TIRES FLOAT-A-PUMP Condenser Mountin Condit'ron Change:Oil Fuel Filter Check A C Dr er Match Air Filter&Spark Plug Air Filter Pressure Test Run DRY AIR CLEANER Tread De th AUX PUMP Ins ect Re lace Wear Pattern Chan e Oil ENGINE AIR WHEELS RIM Fuel FilCer I1ITDUCTION Condition Air Filter Hose &Pi e Condition Stud Nut Tor ue Tune U Ti hten Clam s Axle Flange Nut Torque Test Run EXHAUST SYST�M Wheel Covers TRANSMiSSIUN Che�k For Leaks ChecCc Lube Level,Leaks Muffler GROUND LADDERS Service Oil Sam le ; Pi es& Flex Tube Heat Sensors � PARKING BRAKE ; Visual lns ection Check Ad'ustment 2/7/12-Reviewed � PBCFR — "C" INSPECTION PUMPERS/TANKERS�RUSH ( Pag� 3 of 4 THREAD DEPTH REAR— 2" axie Rear— ist axle Front axle LEFT RIGHT LEFT RIGHT LEFT RIGHT f O t O I O I O 3 5 jl 1 � � � �`� b� �� �PS1 ��P51 �PSI �Q _% ���o % BRAKE LINE REMAINING �p+� 9'0 % �P51 //D PSI '•"�kY�:r..., `'�}i, . ;��:...�i`� '.`��;>, . . •;, , � �� P51 ,'° � . , .t� r.i` `i��i�.�f '� , •f.� i ���;._ � . ,.: 2/7/12-Reviewed � �.� ;,� PBCFR- "C" INSPECTIUN PUMPERS/TANKERSiBRUSH TECHNICIAN COMMENTS Page4of4 DATE: I I �' S" �� TECH ID: -�'Vl C� � . 25 , � . 1.D 1 ' � - l• D - ' � � , , ? �,v � ,� , o � � , � r-� , i , S r' . .�j+ � . � F � . � �� � .. � r+ �' � �s , � , . , , 25 � � r (...�rS 23 , , , � l� u �r • 4a�:�� �s¢, � t�t'`�- �.._ Q��- /,D ... .,..�- ,S , 1,o �.,�.�- ,� • 5 M f�. , (�., � � �r/� —�c ' ' � .L✓ � " ' ra'c�' ? 3.� �r. /,D { �� � . , �S � �- . � u �� t� +� � , s c��� �� --� 2 J7/12-Reviewed ; ; I i � � � v 1 � ♦ 1 � . � �+.�� _,�,.s r�.� .�► �.�� ' f J " ����� r� ��a � ��. - � .� � � • �.�� �. ." �.� \a � _ � � �J � _� �'. __t� � �_•Gil� � � � �,f� ' ���- _' � .�� � *`_ wL ��1: � . � �� + �1 _�__t+ �_l ..1�� �iT��ltsr.N►� .r�. �� �r.i. _ � • ,.s� . IL_l�!,w � ��\►�� �� ►r�+i . J,I l`f� � r. �a • i�:� �� e� �■ L+�.1�i�[ . u.' � ,._�r _�r:r A.it r3 !. .„ •_ � - � , � �.• a f� � �.._� _ :A� � �� i S. �JS�i r * -_lr+ � � .t * � • � _ - • _�l!�t.=7� �- � � �.'<_ � i"t�"'^i�ti__3 r_'���� I�C��t'�l1� _� •.s � .l�V � �I'3S►rL. � •1. .f if.�� �i� +r ..w,� a �- -t,a. -il ` _ f_ .� � Li.��r � � f \ • �L i,� `�.._� � � � __. ,_�,._* L + �1� ".■ !� , � � '� � _��!w 9 :� �L� �� � 1� `� . ��jl.la.tUY������ -� '� � � - ~- _ / !__ i - �� ��[� i �� r � � -� — r�._ - � _ _.�r � ` •1����_ -"� 1t�'.1�t't:���'� + ��� ,r��- s•. . s -•.. � �l _ t _a r i�:� � u .l�! _._�,..�'i����!5.�. �t9 (, , • � ,R� -_ ___" :a��I�7�� _u � [!Y�.'.:af� _1��"s5t��ss__ l • ..� �� ��. ^. r 7 � � , ,.a �.• _ ..s. . ,l + .1. � y, !� v !� I = � !._'C�.' �� � � — i+�+i+�+' � � � . . � TECHNICIAN COMMENTS Page 4 of 4 DATE: I�� S+ �� TECH ID: �\ �=�____ . �5 I.D , ► � � - t l. o - ` �' ? �[, v � ' � ^ � . � � p , , , � , � �� �S � , .� ` � � .� � � ,5 �' ts " ,. ,r- � �s ' } , � � , z5 � � < < �.,..er� .Z� � � , �. J. u I r • Qx�d� ps¢. � � �,.�d.� �� �� . � �r d +. 1 0 � �-�,�� . � , N,D. ` 1 �f� � . , .�s � �� � r�rar- 7 3.� -,r� �r. 1•0 i �� , . . �, - �- � , � _ � K �< <� �� , $ � ��{ �� � 2 J7/12-Reviewed ; ; ; I ' ' i � � � � � � � . �� � r'�_�_. s.ti �f iI \!s 1 L� ' � 1 � ��� - �� . rr R� � ��. J .I ' � �. w �_�� - � �e ►� �-_ ' 1[ 1 ■ A, __L_ ` �.ai� - - � ` �.t. \�i�w ! ,t� � �� R v �`1_ iM . � ►�.� r ►�� _.�__� �s J�'� 's _ ..�� ...��� �� �r..�. _ a � .!- . �i"�,._a:-L � !�ias_r �• ►T-��� - �t.I X�� � . ,�.,� ._-. �_.. � .�.. �. . ��. _� r- �■ L���. u. - [3i, r_ .u � � ` � - / � . �i .'�. � _.• a `� � ,�.�+, _ :A ���� ' -�- �� .��i _. � - - . � - a �_ _•�G�� ��► � ��r�� � '���j - r.���'.��.1iTT=—'!'�iTT �� 's ' ..._.� � �.-� . .- .� - � s. . r - -f.._ -� • � L.�. _ .s 4 - ;�.�_ ��. �- � ► , �, « �' ��.�� a - � f � � •s i_� �i._� � �� a � • � `� _ � � ~ � �l_ • .��.�w 9 _ :� ' 1 ��` -�_ ��l.tasLr���� '+� l"1' � � � �1 �. �!� �� • .��.. i _ �i � y�� � _..,. � - ~ �..�11.� _ �--____1 . .� sti . a _� \�� ���.f � _ �a ij � 11[I _� ..1�i����fe� ic9 [- ,; � s .1��.-_ �' �.4T!r1� _�, . C!iTt:�i� _�� -�- l • �� � 4 � .�l �wYl .l � -`�_ - r ,' �� � `� I ' � '�i '1 � it �� �1 V � ■ ' . , . TECHNIC�AN COMMENTS Page 4 of 4 DATE: � �-$- I`I.. TECH ID. �C�'r�nc� C� � - , ����d� � � �s�- es• ���� � p * �. ��5 en n �► e i � � � � i � �- �W� ��' �� . �'�Cx. * �� . � �`' . . �'� � i � 2/7/12-Reviewed �