city of peoria fire department


[PDF]city of peoria fire department - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

15 downloads 171 Views 883KB Size

REQUEST FOR BIDS Fire Ladder Truck #12-14

Mandatory Pre-Bid Meeting Wednesday, March 19, 2014 2:00 pm City of Peoria City Hall 419 Fulton, Room 112 Peoria, IL 61602 Bid Bond and Performance Bond Required

ISSUED BY

DIVISION OF PURCHASING CITY OF

Sealed Requests for Bids will be received at the office of The PURCHASING MANAGER Room 108, City Hall, 419 Fulton Street, Peoria, Illinois until 2:00 P.M. Wednesday, April 16, 2014

for furnishing the materials, or services described herein. PLEASE RETURN ENTIRE DOCUMENT AS YOUR RESPONSE.

SUBMITTED BY:

1

THIS PAGE INTENTIONALLY LEFT BLANK

2

FOREWORD i.

INSTRUCTIONS TO BIDDERS March 5, 2014 ACCEPTANCE OF BIDS - The right is reserved, as the interest of the City may require, to reject any or all bids and to waive any nonmaterial informality or irregularity in the bids received. All bids will be in English. The City will award the bid as described below or reject all proposals within sixty (60) calendar days from the bid opening date. ADDITIONAL COPIES OF SPECIFICATIONS - Bidders may secure additional copies of the bid specifications from the City Purchasing office. BID ENVELOPE IDENTIFICATION - Bidders shall submit their proposal in a sealed envelope (sealed bid) which shall be clearly labeled with the company name and address. Bidders are requested to indicate in the lower left hand corner of their envelope the item being bid, bid number, date and time the bid is due. MAILING OF BIDS – For all bidders’ proposals, two paper copies and one electronic copy, described below, are to be mailed or delivered to the City Purchasing Manager, Room 108, City Hall, 419 Fulton Street, Peoria, Illinois, 61602-1276. Proposals will not be accepted by FAX, e-mail, internet, telephone or telegraphic means. The City Purchasing Manager can be contacted at (309) 494-8582. CLOSING TIME - The Bid closing time will be based upon Central Standard Time or Central Daylight Time, whichever is in effect on the date the bid is due. AWARD - An award will be made to the lowest qualified (responsive and responsible) proposal that complies with the terms and conditions of the specifications provided that it is in the best interest of the City to accept the proposal. Awards will be made on per item basis unless otherwise stated. The quality of the articles to be supplied, their conformity with specifications, their suitability to the requirements of the City and the delivery terms will be taken into consideration in making the award. By signing this document Vendor/Contractor/Consultant is certifying they have not been barred from bidding by Federal, State or Local governments and has not been suspended or debarred from receiving federal funding. WITHDRAWAL OF BIDS - Bidders may withdraw their proposals at any time prior to the bid closing time by telephone, fax or written request. A telephone request must be confirmed in writing within 24 hours of the call and prior to closing time. No bidder shall withdraw his bid for a period of sixty (60) calendar days from the bid opening date. Negligence on the part of the bidder in preparing a proposal confers no right of withdrawal or modification of a proposal after it has been opened. No bid will be opened which has been received after the closing time specified in the bid proposal and it will be returned unopened to the bidder. ALTERNATE BIDS - The specifications describe the supplies and/or service, which the City feels are necessary to meet the performance requirements of the City. Bidders desiring to bid on items which deviate from these specifications, but which they believe to be equivalent, are requested to submit alternate bids. However, ALTERNATE TENDERS MUST BE CLEARLY INDICATED AS SUCH AND DEVIATIONS FROM THE APPLICABLE SPECIFICATIONS PLAINLY NOTED. The bid must be accompanied by complete specifications of the items offered. PRICES - Unit prices shall be shown for each unit on which there is a bid and shall include all packing, crating freight and shipping charges and cost of unloading supplies at destination unless otherwise stated in the bid proposal. All prices shall be stated in U.S. dollars. Unit prices shall not include any local, 3

state or federal taxes. In case of mistake in extension of price, unit price shall govern. All prices must be typewritten or written in ink. No erasures are permitted. Mistakes must be crossed out and corrections typewritten or written in ink adjacent thereto and initialed in ink by the party signing the bid or his authorized representative. DISCOUNTS - Cash discounts for payment within twenty (20) days or more will be considered in the awarding of the bid. Discounts of less than twenty (20) days will not be considered in the bid evaluation. Where the net bid is equal to a bid with a cash discount deducted, the award shall be made to the net bid. Discounts will be figured from the date of delivery and acceptance of the articles, or in the case of incorrect invoice, from the date of receipt of corrected invoice. SIGNATURES - Each bid must be signed by the bidder with his usual signature. Bids by partnerships must be signed with the partnership name by one of the members of the partnership, or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the name of the corporation, followed by the signature and title of person authorized to bind it on the matter. All signatures must be in ink. INVESTIGATION - Bidders shall make all investigations necessary to thoroughly inform themselves regarding the supplies and/or service to be furnished in accordance with the bid proposal. No plea of ignorance by the bidder, of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the bidder to make the necessary examinations and investigations, will be accepted as a basis for varying the requirements of the City or the compensation to the bidder. EQUAL EMPLOYMENT OPPORTUNITY – To be awarded a contract all Suppliers, Vendors, Contractors to the City of Peoria and/or County of Peoria must be registered in the City of Peoria’s Contract Compliance Program and have a current EEO Certification number. This program is unrelated to any State and Federal program. To obtain or renew a number an Employer Report Form CC-1, and a copy of your companies sexual harassment policy statement (if a first time applicant), and a Fifty dollar ($50) processing fee must be submitted to the City’s Equal Opportunity Office. The only exception to payment of the processing fee is neighborhood associations. Though the form may be included in the bid package, it can be requested on-line from the City’s website (http://www.peoriagov.org/equal-opportunity-forms). The forms can also be obtained by writing or calling: City of Peoria Equal Opportunity Office 419 Fulton Street Peoria, IL 61602 (309) 494-8530 Voice

Although all vendors are encouraged to obtain Equal Employment Opportunity Certification, vendors do not need an Equal Opportunity Certification to respond to a bid proposal. The EEO Certification Number is only required prior to the award of the contract. GOOD FAITH EFFORT REQUIREMENTS (projects exceeding $50,000) 1. Minority/Women Business Enterprise(M/WBE) Utilization Bidders must demonstrate that they made good faith efforts to meet participation goals. Documentation supportive of their good faith efforts to utilize M/WBEs must be submitted at the time of bid. For details on what records see M/WBE Participation Requirements for Good-Faith Efforts, Section III. 2. Compliance Reporting Minority/Female Worker Utilization The General Contractor and its subcontractors must provide to the City of Peoria documentation on their good faith efforts to comply with the workforce participation goals. This 4

would include, but not limited to, weekly certified payroll reports. All information will be provided through ePrismSoft, an electronic web based compliance tracking software. Access to ePrismSoft has been furnished by the City of Peoria. To activate access the General Contractor and subcontractors must contact Human Capital Development. SAMPLES - Samples of items, when required, must be submitted within the time specified and at no expense to the City; and if not destroyed in testing, they will be returned at the bidders request and expense. Samples, which are not requested for return within thirty (30) days, will become the property of the City. RESPONSES – A response is requested of all bidders even if it is a “no bid”. BID DEPOSIT – Every bid exceeding five thousand dollars ($5,000) shall be accompanied by a deposit, which deposit shall be in the form of either a certified check, cashier’s check or bid bond issued by a guarantee company satisfactory to the Government Counsel for a sum equal to ten percent (10%) of the amount bid. Bid checks shall be made payable to the Treasurer of the City of Peoria.

5

ii.

CONTRACT TERMS PERFORMANCE BOND – The successful Bidder will be required to furnish a performance bond equal to the full amount of the contract, whenever the contract exceeds five thousand dollars ($5,000). The surities on the bond are subjected to the approval of the Government Counsel. The cost of the bond shall be borne by the contractor. The bond shall be on a form supplied by the Government. PAYMENT BOND (For Construction Contracts) – The successful Bidder will be required to furnish a payment bond (labor and material bond) equal to the full amount of the contract, whenever the contract exceeds five thousand dollars ($5,000). The surities on the bond are subjected to the approval of the Government Counsel. The cost of the bond shall be borne by the contractor. The bond shall be on a form supplied by the Government. TAXES - The City is exempt, by law, from paying State and City Retailers Occupation Tax, State Service Occupation Tax, State Use Tax and Federal Excise Tax. The City will execute tax exemption certificates whenever required. The unit prices should be exclusive of all taxes. In the event the unit price includes taxes, the bidder must show the amount of tax included in the unit price. CITY’S AGENT- The City Purchasing Manager shall represent and act for the City in all matters pertaining to the bid proposal and contract in conjunction thereto. PATENTS - The successful bidder agrees to protect, defend and save the City harmless against any demand for payment for the use of any patented material process, article or device that may enter into the manufacture, construction or form a part of the work covered by the contract. HUMAN RIGHTS ACT - The contract will be subject to and governed by the rules and regulations of the Illinois Human Rights Act 775ILCS5/1-101 et seq. and as amended, the provision of Chapter 775 of the Illinois Compiled Statutes 5/2-105 on Sexual Harassment written policies. NON-COLLUSION - With the executing of this bid the Bidder is certifying to non-collusion in the preparation and submittal. The bid must be properly executed by the bidder or the bid will not be considered for acceptance. DEFAULT - In case of default by the contractor, the City will procure the articles or services from other sources and hold the contractor responsible for any excess cost incurred. CANCELLATION - The City reserves the right to cancel the whole or any part of the contract, if the contractor fails to perform any of the provisions in the contract or fails to make delivery within the time stated. The cancellation notice will be written and delivered by certified mail to contractors address on record. In the event the contract is canceled, “the vendor may be declared an irresponsible vendor by the City manager...and as a result may be disqualified from doing business with the City for the period of one year in accordance with City Ordinance Section 10-102". The contractor will not be liable to perform if situations arise by reason of strikes, acts of God or the public enemy, acts of the City, fires or floods. PRICES SPECIFIED - We agree to furnish the material or services according to the City’s plans, specifications and conditions and at prices specified hereon. BID-RIGGING OR BID-ROTATING - By the signing of this bid, the Bidder is certifying that the company is not barred from bidding on this bid as a result of a conviction for the violation of State of Illinois laws prohibiting bid-rigging or bid-rotating per Public Act 720ILCS, Section 5-33E-3 and 5/33E-4.

6

DELINQUENT PAYMENT - By the signing of this bid, the Bidder is certifying that the company is not delinquent in the payment of any indebtedness, tax, fee, liens, fines owed or accruing to the City of Peoria or in the payment of any tax administered by the Illinois Department of Revenue and is in compliance with the terms and conditions of Section 10-109 of the Peoria City Code; and Chapter 65 of the Illinois Compiled Statutes, Section 5/11-42.1-1. PERMITS AND LICENSES - The successful bidder shall obtain, at his own expense, all permits and licenses which may be required to complete the contract. INSURANCE - The successful Proposer shall obtain, at its own expense, all necessary insurance with regard to its fiduciary responsibility to the City of Peoria. Said Proposer shall indemnify and hold harmless the City of Peoria, its officials, officers, directors, employees, heirs and assigns from any and all actions, claims, demands or suits at law or equity for damages, costs, loss or other injury as a result of the contract. The City does not assume any liability for acts or omissions of contractor and such liability rests solely with contractor. Contractor’s Insurance – The contractor and all subcontractors shall secure and maintain such insurance policies as will protect the contractor or subcontractors from claims for bodily injuries, death or property damage which may arise from operations under this Contract whether such operations be by contractor or anyone employed by contractor directly or indirectly. The following insurance policies are required: Statutory Worker’s Compensation Comprehensive General Liability Combined Single Limit $1,000,000.00 Property Damage $1,000,000.00 Automobile Public Liability and Property Damage Combined Single Limit $1,000,000.00 Property Damage $1,000,000.00 INSURANCE INCLUSIONS – The comprehensive general liability insurance shall include independent contractors' protective liability, products and completed operations broad form property damage coverage. The completed operations and products liability shall be maintained for two years after final payment. CONTRACTUAL LIABILITY – The insurance required above shall include contractual liability insurance coverage for the contractor’s obligations under the section below entitled, “Hold Harmless and Indemnification Agreement”. CERTIFICATES OF INSURANCE – Certificates of insurance acceptable to the City indicating insurance required by the Contract is in force shall be filed with the City prior to contract approval by the City. These certificates shall contain a provision that coverage afforded under the policies will not be canceled until at least thirty (30) days prior written notice has been given to the City. PRECEDENCE - Where special conditions are written in the specifications, these conditions shall take precedence over any conditions listed under the “Instructions to Bidders”. PREVAILING WAGES -- Work under some contracts will obligate the Contractor and Subcontractors not to discriminate in employment practices. Provisions of the Prevailing Wage Act, 820 ILCS 130/0.01 et.seq., may apply to this project. Additional information can be obtained by calling (217) 782-6206. Applicable prevailing wage rates can be found at www.state.il.us/agency/idol/ for examination. Also applicable to this project are project provisions of the Employment of Illinois Workers on Public Works Act, 30 ILCS 570/0.01 et.seq., which requires that Illinois residents of 30 days or more be hired for Pub7

lic Works Projects and improvements if the State Unemployment rate exceeds 5% for two (2) consecutive months. During the term of the awarded contract or as long as work continues, whichever is longer, and on a monthly basis, the Contractor shall submit in person, by mail or electronically, a certified payroll to the Designated Representative of the City of Peoria. The certified payroll shall consist of a complete copy of the following records: a list of all laborers, mechanics, and other workers employed by them to perform the work hereunder. The records shall include the following information for each worker:        

name address telephone number when available social security number classification or classifications the hourly wages paid in each pay period the number of hours worked each day, and the starting and ending times of work each day.

The certified payroll shall be accompanied by a statement signed and sworn to by the Contractor or subcontractor which avers that: (1) such records are true and accurate (2) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required by the Prevailing Wage Act (820 ILCS 130/0.01 et.seq.), and (3) the Contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B Misdemeanor. Upon two (2) business days’ notice, the Contractor and each subcontractor shall make available for inspection the records identified above to the City, it officers and agents. GOVERNING – This contract will be governed by the laws of the State of Illinois. The contractor/vendor agrees that Chapter 10 of the Code of the City of Peoria is hereby incorporated by reference, as if set out verbatim.” AFFIRMATIVE ACTION REQUIREMENTS - “The contractor/vendor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual harassment, ancestry, national origin, place of birth, age or a physical or mental disability which would not interfere with the efficient performance of the job in question. The contractor/vendor will take affirmative action to comply with the provision of this division and will require any subcontractor to submit to the city written commitment to comply with this division. The contractor/vendor will distribute copies of this commitment to all persons who participate in recruitment, screening, referral and selection of job applicants, prospective job applicants, member or prospective subcontractors”. The contractor/vendor agrees that the provision of Division 4 of Article III of Chapter 17 of the Code of the City of Peoria is hereby incorporated by reference, as if set out verbatim.”

LOCAL PURCHASING - For purchases of $10,000.00 or greater, if: (1) the lowest bidding local vendor is a responsible bidder; and (2) the lower-bidding responsible bidders are not local vendors; and (3) the lowest bidding local vendor’s bid is higher than the non-local vendor by no more than three (3) percent, then that local vendor should be considered the lowest responsible bidder. In case of a 8

dispute about the application of this provision, the decision of the city manager or the purchasing agent acting for him shall be final. For purposes of this Subsection, a local vendor shall be one that sells goods or services to the public, either retail or wholesale, and owns or leases a physical, commercial business location, with on-site staffing and regular business hours, within the corporate limits of the City of Peoria, Illinois. The provisions of this subsection shall not be applied to a contract if the funding source prohibits local preference by law, rule, or regulation. RESPONSIBLE BIDDER FOR PUBLIC WORKS CONSTRUCTION CONTRACTS IN EXCESS OF $100,000 – Responsible bidder for public works construction contracts in excess of $100,000 is limited to a bidder who meets all the job specifications, the following criteria, and the responsible bidder agrees to comply with the following criteria: (1) All applicable laws prerequisite to doing business in the State of Illinois (2) Evidence of compliance with: a. Federal Employer Tax Identification Number or Social Security Number (for individuals) b. Provision of Section 2000(e) of Chapter 21, Title 42 of the United States Code and Federal Executive Order No 11246 as amended by Executive Order No 11375 (known as the Equal Opportunity Employer provisions). (3) Certificates of Insurance indicating the following coverage: general liability, workers’ compensation, completed operations, automobile, hazardous occupation, product liability and professional liability insurance. (4) All provisions of the Illinois Prevailing Wage Act, including wages, medical and hospitalization and retirement for those trades covered in the act. (5) Active apprenticeship and training programs approved and registered with the United States Department of Labor Bureau of Apprenticeship and Training for each of the trades of work contemplated under the award of the contract for all bidders and subcontractors. (6) Certified payrolls as specified in Illinois Public Act 94-0515 for all contractors and subcontractors.

EMPLOYEE EMPLOYMENT RESTRICTIONS – THE CONTRACTOR THE CONTRACTOR agrees, as a condition of accepting this contract with the City of Peoria, that, for a period of one (1) year following completion of this contract, it shall be prohibited from hiring, directly or indirectly, any City employee or official who was involved, directly or indirectly in: (1) the selection and/or recommendation to select the CONTRACTOR for performance of this contract; (2) coordinating the efforts of the CONTRACTOR in the consummation or completion of this contract; or (3) monitoring or determining the performance of the CONTRACTOR. The CONTRACTOR further acknowledges and agrees that, upon the City’s determination that a violation of this provision has occurred, the penalty imposed, at the sole discretion of the City, may include one or more of the following: (1) cancellation of any other contract(s) between the City of Peoria and the CONTRACTOR; (2) disqualification of the CONTRACTOR from bidding or being awarded future contracts with the City of Peoria for a period of two [2] years; and/or (3) payment of liquidated damages to the City of Peoria in the amount of TWENTY FIVE THOUSAND DOLLARS ($25,000.00). 9

This does not apply to any City Employee involved in the 2011-12 reduction in force; nor does it apply to parties taking the Early Retirement Incentive offered by the City from November 1, 2011 through November 1, 2012.

TERMINATION CLAUSE - When executed by the parties, this Agreement will be effective as of the date set forth in the Agreement and will continue in effect until June 16, 2015, unless otherwise amended or terminated. The City of Peoria will not be responsible for failure to perform or delays in performing any of its obligations under this Agreement due to failure of systems, hardware and/or software, acts of God, governmental actions, strikes, war, failure to secure parts or services from usual sources or any other causes beyond the control of the City of Peoria. This Agreement may be terminated, with or without cause, by either party at any time upon providing the other party ninety (90) days prior written notice. This Agreement may be terminated by either party for cause by giving thirty-one (31) days notice to the other party in writing of such intention to terminate the Agreement. For purposes of this section, "cause" is defined as a violation of any of the provisions of this Agreement by a party or their failure to abide by all applicable local, state and federal laws and regulations that pertain to it. The party seeking to terminate this Agreement for cause must specify in writing to the other party the nature of the cause that is the basis for its termination. REFERENCE – All of the contract terms shall be incorporated by reference into any written contract.

10

iii.

TIME AND DATE REQUIREMENTS MANDATORY PRE-BID CONFERENCE The buyer will host a mandatory pre-bid conference after the release of the bid but prior to the bid opening. Each and every vendor qualified to bid on the apparatus hereinafter specified is required to attend this conference for the purpose of an open question-answer dialogue regarding points of clarification on the apparatus bid. These points to be answered at a later date will be made available in a manner as expeditious as possible. The pre-bid conference for this bid will be held on Wednesday, March 19, 2014 2:00 pm City of Peoria City Hall 419 Fulton, Room 112 Peoria, IL 61602. BID OPENING The buyer will conduct the bid opening on Wednesday, April 16, 2014, commencing promptly at 2:00pm. The bid opening will be conducted in Room 108 of the Peoria City Hall building, located at 419 Fulton St., Peoria, IL.

11

SECTION A.

SPECIFICATIONS FOR AN AERIAL PLATFORM PEORIA, IL FIRE DEPARTMENT

BIDDER WILL COMPLY YES

INTENT OF SPECIFICATIONS It shall be the intent of these specifications to cover the furnishing and delivery of a complete firefighting aerial platform apparatus equipped as hereinafter specified to the City of Peoria, Illinois, Fire Department. The Peoria Fire Department, the City of Peoria, and the Specification Committee, hereinafter in this document, may be referred to as “the buyer” or “the department” or “the City,” but in any and all cases shall be intended to mean the entity of government that will purchase and use the apparatus hereinafter described. The parties interested in submitting a bid to answer this document may be referred to in this document as “the bidder” or “the builder” or “the manufacturer,” but in any and all cases shall be intended to mean the party representing the company building the apparatus hereinafter described. These specifications shall cover only the general requirements as to the type of construction and test to which the apparatus shall conform, together with certain details as to finish, equipment and appliances with which the successful bidder shall conform. Minor details of construction and materials, which are not otherwise specified, are left to the discretion of the manufacturer, who shall be solely responsible for the design and construction of all features. Apparatus proposed by the bidder shall meet the requirements of the National Fire Protection Association (NFPA) as stated in current Pamphlet 1901 for Aerial Ladder & Elevated Platform Fire Apparatus, chapters 1, 2, 6, 8, 9, 10, 11, 16, and 23. Loose equipment shall be provided only as stated in the following pages. Bids shall only be considered from companies that have an established reputation in the field of fire apparatus construction and have been in business for a minimum of 20 years. Further, bidder shall maintain dedicated service facilities for the repair and service of products. Evidence of such a facility shall be included in bidder proposal. Bids by brokers will not be accepted. Each bidder shall furnish satisfactory evidence of their ability to construct the apparatus specified and shall state the location of the factory where the apparatus is to be built. The bidder shall also show that the company is in position to render prompt service and to furnish replacement parts for said apparatus. Each bid shall be accompanied by a set of “Contractor’s Specifications” and a “C” size drawing consisting of a detailed description of the apparatus and equipment proposed and to which the apparatus furnished under contract shall conform. These specifications shall indicate size, type, model and make of all component parts and equipment. QUALITY AND WORKMANSHIP The design of the apparatus shall embody the latest approved automotive engineering practices. The workmanship shall be of the highest quality in its respective field. Special consideration shall be given to the following points: Accessibility of the various units which require periodic maintenance, ease of operation and symmetrical proportions. Construction shall be rugged and ample safety factors shall be provided to carry the loads specified and to meet both on and off road requirements and speed conditions as set forth under “Performance Tests and Requirements.” Welding shall not be employed in the assembly of the apparatus in a manner that shall prevent the ready removal of any component part for service or repair. All steel welding shall follow American Welding Society D1.1-96 recommendations for structural steel welding. All aluminum welding shall follow American Welding Society and ANSI D1.2-96 re12

NO

quirements for structural welding of aluminum. Flux core arc welding to use alloy rods, type 7000, American Welding Society standards A5.20-E70T1. The manufacturer shall be required to have an American Welding Society certified welding inspector in plant during working hours to monitor weld quality. DELIVERY Apparatus, to insure proper break in of all components while still under warranty, shall be delivered under its own power – rail or truck freight shall not be acceptable. A qualified delivery engineer representing the manufacturer shall deliver the apparatus and remain for three consecutive days to instruct personnel in the proper operation, care and maintenance of the equipment delivered. DELIVERY DATE The manufacturer shall be capable of delivering the apparatus in 300 days after the acceptance of the purchase order. LATE DELIVERY CHARGE The manufacturer shall pay a one hundred dollar ($100.00) per day charge for each day after the 300 days construction time has elapsed. RISK OF LOSS Notwithstanding any other provision herein to the contrary, including the payment of the sale price at pickup by the purchaser, this transaction shall be regarded as a sale on approval pursuant to section 5 / 2 – 326 of the Illinois Uniform Commercial Code, Chapter 810 ILCS, section 5 / 1 – 101 etseq. Bidder is responsible for any risk of loss or damage to the apparatus during transit to and from purchaser and during the time the purchaser is conducting trial(s) to determine the apparatus’ conformity with the specifications herein. INFORMATION REQUIRED The manufacturer shall supply at time of delivery, complete operation and maintenance manuals covering the completed apparatus as delivered. A permanent plate shall be mounted in the driver’s compartment, which specifies the quantity and type of fluids required including engine oil, engine coolant, and transmission and drive axle. PERFORMANCE TESTS AND REQUIREMENTS A road test shall be conducted with the apparatus fully loaded and continuously run ten (10) miles or more shall be made under all driving conditions, during which time the apparatus shall show no loss of power or overheating. The transmission drive shaft or shafts and rear axles shall run quietly and be free from abnormal vibration or noise throughout the operating range of the apparatus. Vehicle shall adhere to the following parameters: A.) The apparatus, when fully equipped and loaded, shall have not less than 25% nor more than 50% of the total vehicle weight on the front axle, and not less than 50% nor more than 75% on the rear axles. B.) The apparatus shall be capable of accelerating to 35mph from a standing start within 25 seconds on a level concrete highway without exceeding the maximum governed engine speed (rpms). C.) The service brakes shall be capable of stopping the fully loaded vehicle in 35 feet at 20mph on a level concrete highway. The air brake system shall conform to Federal Motor Vehicle Safety Standards (FMVSS) part 121. 13

BIDDER WILL COMPLY YES

NO

BIDDER WILL COMPLY YES

D.) The apparatus, when fully loaded, shall be capable of obtaining a road speed of 64-67 mph on a level concrete highway without exceeding the governed engine speed (rpms). LIABILITY The successful bidder shall defend any and all suits and assume all liability for the use of any patented process including any device or article forming a part of the apparatus or any appliance furnished under the contract. SPECIFICATIONS BID REQUIREMENTS Bidders shall also indicate in the “yes/no” column if their bid complies on each item (paragraph) specified. Exceptions shall be allowed if they are equal to or superior to that specified and provided they are listed and fully explained on a separate page.

Proposals taking total exception to specifications shall not be acceptable. Also, bidders shall submit a detailed proposal. A letter only, even though written on a company letterhead, is not sufficient. Bid proposals shall be submitted in the same sequence as specifications for ease of evaluation, comparison and checking of compliance. Any exception to these requirements shall not be tolerated. EXCEPTIONS All exceptions shall be stated clearly and completely no matter how seemingly minor. Any exceptions not taken shall be assumed by the buyer to be included in the proposal, regardless of the cost to the bidder. Any bidder whose exceptions page is submitted as a paragraph claiming their bid meets or exceeds the intent of the City’s specifications shall be immediately disqualified. GENERAL CONSTRUCTION The apparatus shall be designed with due consideration to distribution of load between the front and rear axles. Weight balance and distribution shall be in accordance with the recommendations of the National Fire Protection Association. PUBLIC LIABILITY INSURANCE The successful bidder shall, during the performance of the contract and for three (3) years following acceptance of the product, keep in force at least the following minimum limits of public liability insurance: Products/Completed Operations Aggregate Personal and Advertising Injury Each Occurrence

$2,000,000 $1,000,000 $1,000,000

Coverage shall be written on either a Commercial or Comprehensive General Liability form. The policy shall be written on an occurrence form and shall include Contractual Liability coverage. The policy shall include owner as an additional insured as their interest may appear. One can provide the required limits or more policies provided all other insurance requirements are met. 14

NO

BIDDER WILL COMPLY YES

Coverage shall be provided by a carrier(s) rated A or B+ by A.M. Bests. UMBRELLA LIABILITY INSURANCE The successful bidder shall, during the performance of the contract and for three (3) years following acceptance of the product, keep in force at least the following minimum limits of umbrella liability insurance: Aggregate: Each Occurrence:

$25,000,000 $25,000,000

The policy shall be written on an occurrence basis and at a minimum provide the same coverage’s as Bidder’s General Liability, Automobile Liability and Employer’s Liability policies. Owner shall be included as an additional insured as their interest may appear. Bidder agrees to furnish owner with a current Certificate of Insurance with the coverage listed above along with its bid. The certificate shall be made out to the purchaser and be an original, no photocopies shall be accepted. The Certificate of Insurance shall provide that owner be given 30 days advance notice of cancellation, nonrenewable or material change in coverage. ISO COMPLIANCE The manufacturer shall operate a Quality Management System under the requirements of ISO 9001. These standards sponsored by the “International Organization for Standardization (ISO)” specify the quality systems that shall be established by the manufacturer for design, manufacture, installation and service. A copy of the certificate of compliance shall be included with the bid. SINGLE SOURCE MANUFACTURER Bids shall only be accepted from a single source apparatus manufacturer. The definition of single source is: A manufacturer that designs and manufactures their products using an integrated approach, including the chassis, body and aerial device being engineered, designed and manufactured by the bidder. The warranties relative to the chassis, body and aerial design (excluding component warranties such as engine, transmission, axles, pump, etc) must be from a single source manufacturer and not split between manufacturers (i.e., body, chassis, and aerial). The warranties must also be administered by a single point of contact from the manufacturer. The bidder shall provide evidence that they comply with this requirement.

INSPECTION TRIP(S) The bidder shall provide three (3) factory inspection trips for four (4) customer representatives (pre-construction, mid-construction and delivery). The inspection trip(s) shall be scheduled at times mutually agreed upon between the manufacturer’s representative and the customer. All costs such as travel, lodging and meals shall be the responsibility of the bidder. The bidder that is awarded a contract by the City of Peoria to build this apparatus, and whose primary manufacturing facility is located more than 350 odometer miles from Central firehouse, located at 505 N.E. Monroe St. Peoria, IL, shall include air fare for these inspection trips. Two inspection trips shall be round trip, business class or better, and one shall be one way, business class or better. The trips shall be for four department representatives, unless additional machines are purchased, in which case there will be a total of two (2) additional department representatives per machine on the final pick-up/delivery trip. 15

NO

BIDDER WILL COMPLY

APPROVAL DRAWING

YES

A drawing of the proposed apparatus shall be provided for approval before construction begins. The sales representative shall also have a copy of the same drawing. The finalized and approved drawing shall become part of the contract documents. This drawing shall indicate the chassis make and model, location of lights, sirens, horns, compartments, major components, and angle of approach and departure, etc. A “revised” approval drawing of the apparatus shall be prepared and submitted by the manufacturer to the purchaser showing any changes made to the approval drawing. WARRANTY Each piece of new fire or rescue apparatus shall be warranted to be free from defects in materials or workmanship under normal use and service. Each manufacturer shall supply, as a part of their bid package, a copy of the warranty or warranties that they propose to provide, and in no case shall it be less than one (1) year on the entire apparatus. All other warranties as outlined in these specifications shall be provided in writing as a part of the bid package. Failure to provide the warranties as outlined throughout these specifications shall be cause for rejection of the bid package. The bidder shall be responsible to process all warranty claims as a “sole source” bidder. PERFORMANCE BOND The successful bidder shall furnish a 100% performance bond within thirty (30) days after award of the contract. The company who shall build the apparatus being proposed shall furnish the performance bond. A performance bond issued by a sales representative, or agent, of the manufacturer shall not be acceptable. Any exception to this requirement shall not be tolerated. MANUALS & DIAGRAMS The manufacturer shall provide one (1) hard bound copy and one (1) electronic copy of manuals for all necessary components of the apparatus. This is to include, but not be limited to; service, chassis, parts, aerial/outrigger devices, maintenance, engine, generator, transmission and body. In addition, one (1) hard bound “as built” electrical wiring diagram and one (1) electronic “as built” electrical wiring diagram shall be provided.

16

NO

SECTION B.

ROLLING CHASSIS SPECIFICATIONS CHASSIS Chassis provided shall be a new, tilt-cab type custom fire apparatus. The chassis shall be manufactured in the apparatus body builder’s facility eliminating any dual-role warranty responsibility. The chassis shall be designed and manufactured for heavy-duty service, with more than adequate strength, capacity for the intended load to be sustained, and the type of service required. The chassis shall be the manufacturer’s first line tilt cab type. CHASSIS AUTO LUBE Bidder will provide a chassis auto-lube system on this new custom chassis. The bidder will use a Vogel auto-lube system. This lube system will be a complete system, adding lubrication to every necessary chassis component that needs regular lubrication. WHEELBASE The wheelbase of the vehicle shall be no greater than 254.00 inches. The bidder shall provide turning radius analysis to include wall-to-wall dimensions and curb-to-curb dimension for the finished apparatus. GVW RATING The gross vehicle weight rating shall be a minimum of 75,000 lbs. TOP SPEED OF VEHICLE A rear axle ratio shall be furnished to allow the vehicle to reach an approximate top speed of 64 to 67 MPH. FRAME The chassis frame will be designed and constructed in such a fashion as to more than adequately support the designed weight and intended use of the aerial device and apparatus body, under any and all anticipated driving and operating conditions; this shall include all tools, appliances and personnel that may be carried on the apparatus. The apparatus builder shall delineate all frame member materials to be used, including all dimensions, coatings and finishes, and special conditions, in their submittal. FRAME RAIL WARRANTY The frame rails shall be guaranteed for the life of the vehicle against defects in design, material or workmanship, excluding accident or abuse. A copy of the fire apparatus manufacturer’s warranty shall be included with the bid. BUMPER A one (1) piece, ten (10) gauge steel bumper, a minimum 10.00” high, shall be attached to a bolted modular extension frame constructed of 50,000 psi tensile steel “C” channel mounted directly behind it to provide adequate support strength. 17

BIDDER WILL COMPLY YES

NO

BIDDER WILL COMPLY YES

The entire exposed surface of the bumper shall be coated with a job-colored polyurethane paint with textured finish similar to LineX® or Rhino Liner® products. The bumper shall be extended 12.00” from front face of cab. Documentation shall be provided upon request to show that the options selected have been engineered for fit-up and approval for this modular bumper extension. A chart shall be provided to indicate the option locations and shall include, but not necessarily be limited to, the following options: air horns, mechanical sirens, speakers, hose trays (with hose capacities), winches, lights, and any discharge and suction connections. GRAVEL PAN A gravel pan, constructed of bright aluminum tread plate, shall be furnished between the bumper and cab face. TOW HOOKS Two (2) front forged steel tow hooks will be fastened directly to the frame web, recessed behind the front bumper with cutouts provided in the bumper for access. FRONT AXLE The front axle shall be a reverse “I” beam type with inclined king pins. It shall be a Meritor™ axle. Bidder shall state model number and rated capacity in their reply. Bidder shall also state the angle of departure for the completed apparatus. A viewing window shall be provided on each side of the axle for checking the oil level. FRONT AXLE WARRANTY The Meritor™ three (3) year parts and labor warranty shall be provided with this axle, plus an additional two (2) year of parts only coverage. Meritor™ shall also provide a one (1) year parts and labor warranty for wheel seals. The seal warranty shall apply to our standard Meritor™ wheel seals and shall not apply to another specified seal. If other seals are specified, the warranty shall be parts only. STEERING A letter from the power steering pump manufacturer, stating approval of the hydraulic pump selection, its operating temperature and flow, and the geometry of the steering system, i.e. left and right cramp angle, left and right turning radius, etc., shall be furnished. The steering column shall be capable of tilting and telescoping. The front axle shall be equipped with a Ross power assist cylinder, to aid in the steering of the apparatus. STEERING CRAMP ANGLE CERTIFICATION The fire apparatus manufacturer shall provide, at time of bid, a letter from an independent third party testing agency stating they approve the steering cramp angle. 18

NO

BIDDER WILL COMPLY YES

SHOCK ABSORBERS Heavy-duty telescoping shock absorbers (Monroe Magnum 65) shall be provided on the front axle. REAR AXLE The rear axle shall be a Meritor™, Model RT-52-180, tandem axle assembly with a capacity of 54,000 pounds. An inter-axle differential, which divides torque evenly between axles, shall be provided with an indicator light mounted on the cab instrument panel. A pneumatic inter-axle differential lockup shall be provided, with the control located at the driver’s position and clearly labeled with a tag which reads “Interaxle Differential Lock” and “Do Not Engage During Spin-out.” The angle of departure shall be as great as possible when the vehicle is normally loaded, to allow for maximum clearance. REAR AXLE WARRANTY The Meritor™ three (3) year parts and labor warranty shall be provided with this axle, plus an additional two (2) years of parts only coverage. Meritor™ shall also provide a one (1) year parts and labor warranty for wheel seals. The seal warranty shall apply to our standard Meritor™ wheel seals and shall not apply to another specified seal. If other seals are specified, the warranty shall be parts only. OIL SEALS Oil seals shall be provided on the rear axle. TIRES AND WHEELS

Front tires shall be two (2) radials 425/65R22.50, 20 ply “all position”. The tires shall be mounted on Alcoa® 22.50” x 13.00” polished aluminum disc-type wheels with a ten (10) stud, 11.25” bolt circle. Rear tires shall be eight (8) radials 12R22.50, 16 ply “traction”. The tires shall be mounted on Alcoa® 22.50” x 8.25” polished aluminum disc wheels with a ten (10) stud, 11.25” bolt circle. Bidder shall also include one (1) spare front wheel. LUG NUT COVERS Chrome plated lug nut covers shall be installed on all lug nuts. HUB COVERS (front) Stainless steel hub covers shall be provided on the front axle. An oil level-viewing window shall be provided. HUB COVERS (rear) Stainless steel baby moon covers shall be provided over the rear axle hubs.

19

NO

BIDDER WILL COMPLY YES

MUD FLAPS Mud flaps shall be installed behind the front and rear wheels of the apparatus. WHEEL CHOCKS Two sets (four pieces total) ZICO Quic-Choc cast aluminum wheel chocks, model number AC-44 shall be provided. These will be mounted in an underbody fashion beneath the first compartment rearward of the cab, one set each side, in a bracket that allows ease of use and accessibility but that which will positively lock the folded chock into the bracket for the ‘road’ position or when not in use. SUSPENSION (front) Front springs shall be a heavy-duty taper leaf design. Bidder shall state dimension and capacity Grease-able spring pins shall be provided, with double “figure-eight” grease grooves and a layer of electrolysis nickel plating, 1.0 mil thick around the entire pin. The bushing that holds the spring pin in place shall also have a grease groove. SUSPENSION (rear) Rear suspension to be the Ridewell® Dynalastic which has individually articulating torque beams pivoted to a compensator providing independent axle movement and steady load distribution. Bidder shall state ground rating capacity in their reply. ANTI-LOCK BRAKE SYSTEM The vehicle shall be equipped with a Wabco®, anti-lock braking system. Bidder shall state model number in their reply. The ABS shall provide all-wheel anti-lock braking control on both the front and rear wheels (rear tandem wheels). It shall be a system of standard automotive truck technology that monitors all wheel positions for lockup during service brake application and then modulates brake pressure if wheel lockup occurs. Additionally, the anti-lock braking system must be interconnected through the microprocessor to override or disengage the auxiliary brake system. ANTI-LOCK BRAKE SYSTEM WARRANTY The Wabco® ABS system shall come with a three (3) year or 300,000 mile parts and labor warranty provided by Meritor Wabco® Vehicle Control Systems. BRAKES The service brake system shall be full air type by Meritor™. The front and rear brakes shall both be disc type with automatic slack adjusters. The bidder shall describe to the buyer in detail the size of rotors, discs, etc of the system the bidder will design. AIR COMPRESSOR, BRAKE SYSTEM The air compressor shall be a Bendix® TRU-FLO. Bidder shall state model number and cfm capacity in their reply. 20

NO

BIDDER WILL COMPLY

BRAKE SYSTEM

YES

The brake system shall include: 

Bendix® Westinghouse dual brake treadle valve with vinyl covered foot surface.



Heated automatic moisture ejector on air dryer.



Total air system capacity of 6,653 cubic inches.



Two (2) air pressure gauges with a red warning light and an audible alarm that activates when air pressure falls below 60 psi.



MGM spring-set parking brake.



Parking brake operated by Bendix-Westinghouse PP-1 control valve.



A “parking brake on” indicator light on instrument panel.



Bendix-Westinghouse SR-1 valve, in conjunction with a double check valve system, shall be provided with an automatic spring brake application at 40 psi.



Wabco System Saver 1200 air dryer.

BRAKE LINES Color coded nylon brake lines shall be provided. The lines shall be wrapped in a heat protective loom where necessary in the chassis. AIR INLET One (1) air inlet with male coupling shall be provided. It shall allow station air to be supplied to the apparatus chassis air system through a shoreline hose. The inlet shall be located in the driver’s door foot well. A check valve shall be provided to prevent reverse flow of air. The inlet shall discharge into the “wet” tank of the brake system. A matching female coupling shall also be provided with the loose equipment. ALL WHEEL LOCK-UP An additional all wheel lock-up system shall be installed which applies to the front brakes only. The standard spring brake control valve system will also be used for the rear. ANGLE OF APPROACH/DEPARTURE The bidder shall make the angles of approach and departure as great as possible. The bidder shall state in their bid the angles of approach and departure. VIDEO TRAINING TAPES There shall be one (1) set first level maintenance training tape for the custom chassis provided.

21

NO

SECTION C. BIDDER WILL COMPLY

ENGINE AND TRANSMISSION SPECIFICATIONS ENGINE A Fire Service Rated Cummins electronically controlled diesel engine shall power the chassis. In the following sections of this document, it may be referred to as ‘the motor’ or ‘the prime mover’ but in all cases it shall meet the items detailed below: 

Model: ISX12



Number of Cylinders: Six (6)



Rated Brake Horsepower: 500 at 2100 rpm



Exhaust Brake: switchable at the Driver’s position, with “on/off” switches, selectable between “high/medium/low” settings or 2-4-6 cylinders.



Standard equipment on the engine shall include the following:



Fuel Filters: Dual, with check valve, primary filter shall be fuel water separator



Coolant Filter: Spin-on with check valve (precharged with coolant inhibitor)



Governor: Limiting speed type



Engine Braking System: Switches shall be within easy reach of the driver. Two switches; One – On/Off, One – High/Low



Lube Oil Cooler



Lube Oil Filter: Full flow



Starting Motor: 12-volt



Air to Air After-cooled

ENGINE WARRANTY: The engine shall have a five (5) year or 200,000 mile warranty provided by the engine manufacturer. ENGINE INSTALLATION CERTIFICATION The fire apparatus manufacturer shall provide, at the time of bid, a letter from the engine manufacturer stating they approve of the engine installation in the bidder’s chassis. The approval of the engine installation shall be at full horsepower rating in a continuous duty application under all operating conditions, including road and aerial operations. No type of automatic horsepower reduction feature shall be allowed. There shall be no exception to any portion of the engine installation certification. Nonconformance shall lead to immediate rejection of bid. 22

YES

NO

BIDDER WILL COMPLY

ALTERNATOR

YES

A Leece-Neville alternator shall be provided. It shall have a rated output current of 320 amps as measured by SAE method J56. Also, it shall have a custom three (3)-point voltage regulator, manufactured by Leece-Neville. The Leece-Neville alternator shall be connected to the power and ground distribution system with heavy-duty cables sized to carry the full rated alternator output. ENGINE AIR INTAKE The air intake with Ember Separator shall be to prevent road dirt and re-circulating hot air from entering the engine. The Ember Separator shall be easily accessible for service. EXHAUST SYSTEM The engine exhaust system shall be engineered to meet engine manufacturer’s specifications and recommendations. The exhaust shall exit on the right side ahead of the rear wheels. The exhaust shall exit exactly perpendicular to the long axis of the apparatus, and shall extend approximately 6” past the body panel for final modification for extraction connection by the Buyer. A heat deflector shield shall be provided where the tail pipe is routed under any side compartment. HIGH IDLE A high idle switch shall be provided, inside the cab, on the instrument panel, that shall automatically maintain a preset engine rpm. A switch shall be installed, at the cab instrument panel, for activation/deactivation. The high idle shall be controlled by the microprocessor. The high idle shall be operational only when the parking brake is engaged and the truck transmission is in neutral. A green indicator light shall be provided adjacent to the switch. The light shall illuminate when the above conditions are met. The light shall be labeled “OK to Engage High Idle.” During aerial device operations, or other operations that may require higher engine rpm or PTO speed, the microprocessor shall automatically adjust the engine RPM to compensate for the amount of load placed upon the system. COOLANT LINES Silicone hoses shall be used for all engine/heater coolant lines installed by the chassis manufacturer. Heater hose shut off valves shall be provided on the engine. Hose clamps shall be stainless steel “constant torque type” to prevent coolant leakage. They shall react to temperature changes in the cooling system and expand or contract accordingly while maintaining a constant clamping pressure on the hose.

23

NO

BIDDER WILL COMPLY

RADIATOR

YES

Radiator and the complete cooling system shall meet or exceed NFPA cooling system standards. Cooling system capacity shall meet all cooling requirements specified by the engine manufacturer under all truck operating conditions. It shall have a built-in low coolant sight glass and an electronically controlled low coolant display mounted on the instrument panel. An integral surge and de-aeration tank shall be provided to optimize the cooling system for all operating conditions. A drain valve shall be located at the lowest point of the cooling system and at other points to permit complete flushing of the coolant from the system. A heavy-duty fan, shrouded by recirculation shields that permit only fresh cool air through the radiator, shall draw in cooling air.

Radiator shall be of the serpentine design and bonded together by the patented “beta-weld” process for increase strength, longer road life and solder-bloom corrosion protection. Radiator shall be mounted in a manner to prevent the development of leaks caused by twisting or straining when the apparatus operates over uneven ground. Radiator core shall be compatible with commercial antifreeze solutions. Cooling system shall exhibit rapid warm-up without use of radiator shutters. An air-clutch actuated radiator cooling fan shall be included. FUEL TANK A minimum 65-gallon fuel tank shall be provided and mounted at rear of chassis. The tank shall be constructed of stainless steel of a gauge and dimensions to be stated by the bidder. It shall be equipped with swash partitions and a vent. A .75” drain plug shall be provided in a low point of the tank for drainage. A fill inlet shall be located on the driver’s side of the body and be covered with a hinged, spring loaded, stainless steel door that is marked “Diesel Fuel Only.” A .50” diameter vent shall be provided running from top of tank to just below fuel fill inlet. The fuel tank shall meet all FHWA 393.67 requirements including a fill capacity of 95% of tank volume. All fuel lines shall be provided as recommended by the engine manufacturer. TRANSMISSION An Allison, model EVS4000P 6-speed electronic torque converting automatic transmission shall be provided. A push-button shift module shall be mounted to the right of the driver on the console. Shift position indicator shall be indirectly lit for after dark operations. Two (2) PTO openings shall be located on left side and top of converter housing (positions 8 o’clock and 1 o’clock). A transmission temperature gauge, with red light and audible alarm for overheat conditions, shall be installed on the instrument panel. TRANSMISSION COOLER An external transmission oil cooler shall be provided. 24

NO

BIDDER WILL COMPLY

TRANSMISSION WARRANTY

YES

The transmission shall have a five (5) year/unlimited mileage 100% parts and labor warranty. DRIVELINE Drivelines shall be a heavy-duty metal tube and be equipped with Spicer universal joints to meet driveline requirements. The shafts shall be dynamically balanced before installation. A splined split joint shall be provided in each driveshaft, slip joint shall be coated with Glidecoat or equivalent. DIESEL EXHAUST SYSTEM TANK AND FILL STATION The DEF tank shall be outboard of the frame rails, underneath the cab. The fill station shall be located behind an access door within the foot well of the cab door on the driver’s side. DEF tank shall be able to be filled without raising the cab.

25

NO

SECTION D.

CAB BIDDER WILL COMPLY

SEATING CAPACITY The cab shall have 4 belted riding positions. These will include the driver, officer, and two (2) rearfacing crew riding positions in the rear. CAB The cab shall be designed specifically for the fire service and manufactured by the apparatus manufacturer. The cab shall be tested by a third party and shall meet or exceed both ECE and SAE crash test certification. The entire cab shall be constructed of aluminum. This is to include framing, skin, and major components. The bidder shall provide a ten (10) year cab warranty. The warranty shall cover structural failure caused by defective design or workmanship. A copy of the warranty shall be submitted with the bid (no exceptions). The cab shall be minimum 96.00” wide and have an approximate overall height of 105.00” and the width from the driver’s or officer’s door to the engine cowl shall be a minimum of 25.00”. The crew cab shall be of the totally enclosed design with doors constructed in the same fashion as the driver and officer‘s doors. With the driver’s seat at its lowest setting, there shall be 44.00” from the top of the seat cushion to the headliner of the cab. (Add-on or modification of canopy will not be acceptable). Cab shall be a full tilt design, allowing easy maintenance of the engine compartment. The engine shall be easily accessible and capable of being removed with the cab tilted. Cab shall have no raised roof over the crew seating area; it shall be a flat-roof design. Provisions for checking the transmission, oil and power steering fluid levels shall be placed so that they are accessible without raising the cab. Engine hood shall be constructed of insulated aluminum. The engine hood shall be insulated for protection from heat and sound. The noise insulation keeps the DBA level within the limits stated in the current NFPA series 1900 pamphlet. The cab shall have 3-point rubber mounting and shall be tilted by hydraulic pump connected to two (2) cab lift cylinders. The cab shall then be locked down by a 2-point automatic locking mechanism that actuates after the cab has been lowered. A 20.00” slip resistant handrail shall be provided adjacent to all cab door openings to assist with entrance into the cab. The cab doors shall be constructed of .125” aluminum and extruded aluminum. All cab and crew cab doors shall contain an electrical powered roll down window. Crew cab entrance doors shall be located on the side of the cab behind the front wheels. 26

YES

NO

BIDDER WILL COMPLY YES

The crew cab doors shall be double pan type and dimensions shall be stated by bidder. The cab and crew riding area shall be completely open to allow visual and audio communication between officer, driver and crew. The crew cab doors shall have a locking mechanism FMVSS 206 approved. Door handles easily operated by a gloved hand shall be provided on the exterior of the cab and crew cab doors. All interior cab and crew cab door handles shall have flush paddle handles easily operated by a gloved hand. The door hinges shall be a stainless steel piano type. Bidder shall state the diameter of door hinges. There shall be double automotive type rubber seals around the perimeter of all cab and crew cab doors to ensure weather tight fit. The floor of the cab shall be of aluminum tread plate construction. All steps inside the cab shall be made of continuous tread plate construction. There shall be no breaks in the surface, nor shall there be an additional grip piece placed at the top of each step. This shall allow for ease of cleaning. Steps shall be constructed like current Peoria Fire Truck 4. An 8 inch strip of Red/Lime Green reflective chevron shall be installed on the inside of each cab door panel. Full circular inner fender liners, in the wheel wells, shall be provided. The dimensions and construction type of windshield provided shall be described by the bidder. The cab windshield shall have bright trim inserts in the rubber molding holding the glass in place. All cab glass shall be tinted. Economical windshield replacement glass shall be readily available from local auto glass suppliers. Two (2) opaque sun visors, 28.00” long, shall be provided. The sun visors shall be located above the windshield with one (1) mounted on each side of the cab. Each sun visor shall be capable of pivoting to the side. The two (2) windshield wipers shall be electrically controlled and meet FMVSS requirements. Each wiper shall have intermittent speed modulation feature allowing the driver to adjust the speed of the wiper. The windshield wipers shall also be furnished with a “return to park” feature, which allows the wiper to return to the stored position when the wiper is not in use. Each wiper shall be equipped with a washer with wiper control. The washer reservoir shall be able to be filled without raising the cab. The cab and crew cab flooring shall be covered with bright aluminum tread plate. 27

NO

BIDDER WILL COMPLY

CORROSION PROTECTION

YES

All under cab and body areas, which are not painted, shall be undercoated to prevent rust and corrosion. Corrosion and perforation warranties shall be delineated as outlined in Section I, Apparatus Cab and Body and Aerial Device Paint.

CREW CAB WINDOWS On each side of the crew cab, a window with tinted glass shall be provided. All crew cab windows shall be tinted to match current Peoria Fire Department Rescue 1. These will be installed in the cab sidewall, between the cab doors.

FENDER CROWNS Polished aluminum fender crowns shall be installed at cab wheel openings.

CAB LIFT A hydraulic cab lift system shall be provided consisting of an electric powered hydraulic pump, dual lift cylinders, and necessary hoses and valves. Hydraulic pump shall have a manual override for backup in the event of electrical failure. Lift controls shall be located on the front area of the body in a convenient location within an enclosed compartment. Cab shall be locked down by a two (2)-point automatic spring loaded hook mechanism that actuates after the cab has been lowered. CAB ROOF COVERING All horizontal cab roof surfaces shall be covered with bright aluminum tread plate. Edges and fastening screws shall be properly caulked to prevent water from leaking under aluminum.

MIRRORS Velvac Model 2010 or identical mirrors shall be affixed to the outside front cab doors, both sides. The mirrors shall be 8” wide by 16” high, shall be heated and motorized for easy adjustment. The mirror adjustment switches shall be reached by the driver from the seat belted position. Any ‘coach’ mirror or bus-type mirror will not be accepted. An 8.00” diameter round convex mirror shall be installed below each west-coast mirror head. The installation of the convex mirror shall not impede upon the vision of or the usable area of the flat mirror. The mirrors shall be affixed to the cab doors in such a fashion so that the mirrors will not be knocked out of adjustment when the doors are slammed shut and so that no part of the mirror or bracket contact any part of the body when the doors are opened. CAB INTERIOR The cab instrument panel shall be padded and covered with 46 ounces leather grain red vinyl resistant to oil, grease and mildew. 28

NO

BIDDER WILL COMPLY YES

Door panels shall also be covered with a one piece brushed stainless steel plate. Headliner shall be installed in both forward and rear cab sections. Headliner material shall be vinyl. A sound barrier shall be part of its composition. Material shall be installed on aluminum sheet and securely fastened to interior cab ceiling. Forward position of cab headliner shall be two (2)-piece design to permit easy access for service of electrical wiring or other maintenance needs. The cab seat upholstery shall be red, 46 ounces of leather grain vinyl. The cab interior metal surfaces shall be painted with durable vinyl texture paint. The color shall be job color red. GRAB HANDLE A grab handle shall be mounted on the “A” post on each side of the vehicle. An additional grab handle shall be mounted horizontally from the dash on the officer’s side. Grab handle shall not extend above the dash. Location is to be determined at pre-construction meeting. CAB SEATING A Seats Inc.® #911 ABTS HB with 6-way electric high-back vinyl style seat shall be provided in the cab for the driver. The driver’s seat shall be furnished with three (3)-point shoulder type red seat belts. The seat belt shall be furnished with automatic retractor. Extended stalks shall be provided with the seat belt so the male end can be easily grasped and the female end easily located while sitting in a normal position. The officer’s and crew cab seats shall be furnished with high back red vinyl covered SCBA seat that meets NFPA standards, and three (3)-point shoulder type red seat belts. The seat belts shall be furnished with automatic retractor. Extended stalks shall be provided with the seat belt so the male end can be easily grasped and the female end easily located while sitting in a normal position. The two (2) crew cab seats are to be rear facing in the outboard positions, behind the driver and officer seats. Seat placement shall be approved at the pre-construction meeting. SCBA BRACKETS HOLDERS The officer’s and crew cab seats in the cab shall be SCBA type and include a SmartDock SCBA bracket. Bracket shall be designed to carry a Scott 4500 psi 30 minute air bottle. The bracket shall be adjustable up and down by unbolting, relocating and securing in the desired position. The SCBA cavity in each seat shall be adjustable front to rear in 1.00” increments to accommodate different size SCBA bottles. The seats shall also be designed so they can be easily moved forward or backward to fit different size SCBA bottles. Moving the SCBA cavity or the entire seat shall be accomplished by unbolting, relocating and securing in the desired location.

29

NO

BIDDER WILL COMPLY

RADIO COMPARTMENT

YES

A radio compartment shall be provided under the officer’s seat. The compartment shall be 18.00” deep x 16.00” across x 5.00” high. A drop-down door with a chrome plated lift and turn latch shall be provided for access.

ENGINE COMPARTMENT LIGHT An LED engine compartment light shall be installed under the engine hood, of which the switch is an integral part. Light shall have a .125” diameter weep hole in its lens to prevent moisture retention.

CAB INTERIOR LIGHTING Auxiliary lights shall be provided in the cab and consisting of: 

A Dome Light each side of cab: Controlled by automatic door switches



Two (2) Adjustable Map Lights: With switches mounted on the cab ceiling



A Courtesy Light at Each Door Opening: Controlled by automatic door switches.

All cab interior and crew cab interior lighting shall consist of LED lighting. CREW CAB INTERIOR LIGHTING Auxiliary lights shall be provided in the crew cab and consisting of: 

A dome light each side of crew cab: Controlled by automatic door switches.



A courtesy light at each door opening: Controlled by automatic door switches.

CAB HEATER/DEFROSTER Two (2)-29,000 BTU fresh air heater/defroster units shall be provided inside the cab. Three (3)-speed blower and temperature control shall be provided with the heating units. Heating units shall be of a design, which allows for heat vents to be located near the cab floor, as well as, mid and upper levels of the cab. CREW CAB HEATER An auxiliary heater with 50,000 BTU shall be provided inside the crew cab, in the middle of the floor, with controls located adjacent to the heater. Location of heater will be finalized at pre-construction meeting.

MEDICAL STORAGE CABINET There shall be a medical storage cabinet in the crew cab, against the rear wall of the cab. This cabinet shall have two Amdor roll-up doors, one facing each outboard side of the cabinet. These doors will be unpainted and they shall be equipped with a keyed lock.

30

NO

BIDDER WILL COMPLY YES

The cabinet shall be built to the approximate dimensions of 20” deep (front to back) X 36” wide (side to side), and shall extend from the floor to the ceiling of the crew cab area. The cabinet is to have two (2) adjustable shelves. These shelves shall be in sweep-out design. The cabinet shall have a 120-volt outlet that shall be powered from the shoreline receptacle. It shall also have two (2) 12VDC power ports, in the style of automotive cigar lighters, located within the interior. It shall be lighted with LED strip lighting. LED strip lighting and the roll up door shall meet the specifications for all other compartments. The placement and design of this cabinet will be finalized at preconstruction meeting. The doors on this cabinet shall not be wired to the “Open Compartment Door” warning. AIR CONDITIONING A high performance air conditioning system shall be furnished inside the cab and crew cab. The air conditioning system shall perform as follows: In 100 degree Fahrenheit ambient temperature with 50 percent relative humidity and at maximum compressor speed, the cab and crew cab shall cool down to 75 degrees Fahrenheit within 30 minutes. Actual test results from the manufacturer of the air conditioning system, verifying this performance requirement, shall be submitted with bid. A 19.0 cubic inch compressor shall be installed on the engine. A roof-mounted condenser, with adequate BTU to meet the performance specification, shall be installed on the cab roof. It shall be mounted longitudinally on the driver’s side of the cab roof, so as not to interfere with the aerial device and to protect it from damage from low-hanging trees. Two evaporator units shall be mounted in the cab, one forward for the officer and driver, and one rearward for the crew cab. Each will have their own sets of controls. Bidder will specify location of the units and front and rear controls in their proposal drawing. The evaporator units shall have an adequate BTU rating to meet the performance specifications. The air conditioning system shall have adjustable air outlets incorporated into the cab dash at both the driver and officer positions. The evaporator unit in the crew cab shall have adjustable air outlets located directly on the evaporator unit. The air conditioner refrigerant shall be R-134A, installed by a certified technician. CAB INSTRUMENTATION Instrument panel controls and switches shall be identified to function by imprinted word(s) adjacent to each item. Turn signal and high beam headlight indicator lights shall also be provided. Bidder shall provide four (4) 12VDC power ports, in the style of automotive cigar lighters. Two shall be located forward, accessible to the driver and officer, and two rearward in the crew cab. To avoid confusion, warning indicators shall be (where possible) the “dead front” type, meaning the warning light and word identification of the same does not show up unless it is necessary. The built-in emergency-light switch panel shall have a master switch plus individual switches for selective control. 31

NO

BIDDER WILL COMPLY YES

The switch panel shall be located on the engine tunnel within easy reach of the driver. The emergency switch control panel configuration shall be such that the driver shall be the primary user. Instrument panel gauges, vehicle lights and other electrical accessories shall have proper size wiring to accommodate the expected current load. Wiring shall meet SAE J-1128 specifications for high temperature (250 degrees Fahrenheit minimum) conditions and shall be color, number and function coded. Cab instruments and controls shall be conveniently located within the forward cab section. Gauges and emergency vehicle switches shall be installed on removable panels for ease of service. The following gauges and controls shall be furnished: 

Speedometer/Odometer: Electric



Tachometer: Electric



Hour meter for Engine



Engine Oil Pressure Gauge: Red warning light and an audible alarm



Automatic Transmission Oil Temperature Gauge: Red warning light and audible alarm



Two (2) Air Pressure Gauges: Red warning lights and audible alarm



Voltmeter: Warning light and audible alarm indicating high or low voltage



Low Coolant Indicator Light (amber): Audible alarm



Fuel Gauge



Low Fuel Indicator Light: Audible alarm



Ignition Switch: Green indicator light



Starter Control



Heater Controls



Headlight Switch



Self Canceling Turn Signal Switch (arm): Visual indicators Headlight Dimmer and Hazard Switch: Incorporated into turn signal arm



Emergency Warning Light Switch Control Panel



Parking Brake Control: Red indicator light



Horn Button: Center of the steering wheel (for dual electric horns)



Control to Check Engine Warning System Indicators



High Air Restriction Warning Indicator Light (electronic) 32

NO

BIDDER WILL COMPLY YES



Two variable-speed Individual Windshield Wiper Controls



Windshield Washer Controls



Electric throttle control for engine accelerator control



Aerial Master control and indicator light



PTO control and indicator light



Diesel exhaust fluid level indicator

ELECTRICAL POWER CONTROL SYSTEM A compartment shall be provided in or under the cab to house the vehicles electrical power and signal circuit protection and control components. Said compartment shall not be installed in the passenger area where it interferes with passenger seating. Location for this compartment will be finalized at the preconstruction meeting. The power and signal protection and control compartment shall contain circuit protection devices, power control devices, and a programmable logic controller. Power and signal protection and control components shall be protected against corrosion, excessive heat, excessive vibration, physical damage and water spray. Serviceable components shall be readily accessible. Circuit protection devices, which conform to SAE standard, shall be utilized to protect each circuit. All circuit protection devices shall be sized to prevent wire and component damage when subjected to extreme current overload. General protection circuit breakers shall be Type-I automatic reset (continuously resetting) and conform to SAE J553 or J258. When required, automotive type fuses conforming to SAE J554, J1284, J1888 or J2077 shall be utilized to protect electronic equipment. Power control relays and solenoids shall have a direct current (dc) rating of 125 percent of the maximum current for which the circuit is protected. A microprocessor based programmable logic controller shall be utilized to control safety interlocks and vehicle system status indicators. In addition to visual status indicators, the logic controller shall activate audible alarms designed to provide early warning of problems before they become critical. The programmable logic controller shall include the following attributes: 

On-board self-diagnosis input status indicators



Automatic self-test on start-up with provision for manual activation



Eliminate control logic relays wherever possible



Provide logic control for NFPA 1901 mandated safety interlocks and indicators



Utilize system integration to eliminate redundant wiring and components



Improve control system reliability by reducing relay and connector contacts



Optically isolated inputs to eliminate transient electrical interference 33

NO

BIDDER WILL COMPLY YES



Customized control software programmed to reflect the vehicles unique configuration



Field programmable to accommodate changes to the vehicle’s operating parameters



Fully documented hardware



Complete operating and troubleshooting software and manuals

ELECTRICAL SYSTEM ON-BOARD DIAGNOSTICS On-board diagnostics indicators shall be provided to support rapid trouble shooting of the electrical power and signal system. The diagnostic indicators shall be located in a readily accessible area. A complete trouble-shooting guide shall be provided with the vehicle to assist with interpretation of the diagnostic signals. INDICATOR LIGHT AND ALARM PROVE-OUT A system shall be provided which will automatically test indicator lights and alarms located on the cab instrument panel when the ignition switch is activated. Provisions shall be provided to allow a manual retest when the ignition switch is “on” and before the parking brake is released or the split-shaft PTO is engaged. VOLTAGE MONITOR SYSTEM A voltage monitor system shall be provided to indicate the status of each battery system connected to the vehicles electrical load. The monitor system shall provide visual and audio warning when the system voltage is above or below optimum levels. Two (2) alarm stages shall be provided. The first stage shall activate intermittently if the system falls below 11.8VDC or rises above 15VDC. The second stage alarm shall activate continuously if the system voltage falls below 11.3VDC or rises above 16VDC. Input voltages shall be conditioned to avoid nuisance alarms. POWER AND GROUND STUD A 12-volt power stud and a grounding stud shall be provided in the electrical component compartment for two-way radio equipment. EMI/RFI PROTECTION The electrical system proposed should include means to control undesired electromagnetic and radio frequency emissions. State of the art electrical system design and components shall be used to insure radiated and conducted – EMI (electromagnetic interference) and RFI (radio frequency interference) emissions are suppressed at their source. The apparatus proposed shall have the ability to operate in the electromagnetic environment typically found in fire ground operations. The manufacturer shall be able to demonstrate the EMI and RFI testing has been done on similar apparatus and certifies that the vehicle proposed meets SAE J551 requirements.

34

NO

BIDDER WILL COMPLY YES

Applying immune circuit designs, shielding, and twisted pair wiring and filtering shall control EMI/RFI susceptibility. The electrical system shall be designed for full compatibility with low-level control signals and high-powered two (2)-way radio communication systems. Harness and cable routing shall be given careful attention to minimize the potential for conducting and radiated EMI-RFI susceptibility. BATTERY SYSTEM A single starting system shall be provided, utilizing six (6)-12 volt, group 31 batteries with a system rating of 2800 CCA at 0 degrees Fahrenheit and 870 minutes of reserve capacity. An ignition switch and a starter button shall be located on the instrument panel. The “starter” button shall be wired parallel to a heavy-duty solenoid. An indicator light shall be provided on the instrument panel to notify the driver of the status of the battery system. MASTER BATTERY SWITCH A master battery switch, to activate the battery system, shall be provided inside the cab within easy reach of the driver. BATTERY COMPARTMENTS Batteries shall be placed on non-corrosive mats and be stored in well ventilated compartments located under the cab. Heavy-duty battery cables shall be used to provide maximum power to the electrical system. Cables shall be color-coded. Battery terminal connections shall be coated with anti-corrosion compound. Battery solenoid terminal connections shall be encapsulated with semi-permanent rubberized compound. Bidder shall state in their bid document if all or any part of the DEF/Urea fluid tank will take up any part of the battery compartment area. BATTERY CHARGING RECEPTACLE An on-board battery charger will be provided with a shoreline plug. The shoreline plug shall be located in the driver’s door foot well. BATTERY JUMPER LUGS Terminals or lugs for jumping the chassis battery system from an external source shall be provided. They shall be located in the driver’s door foot well area. The terminals shall connect directly to the positive and negative posts of the chassis batteries, and shall be of sufficient size (gauge) wire to sustain high-amperage current flow suitable for jump starting the prime mover. Finally, these terminals shall be covered with an electrically insulating material to prevent arcing or shorting of the terminals when not in use.

35

NO

BIDDER WILL COMPLY

ELECTRONIC LOAD MANAGEMENT (ELM) An electronic load management (ELM) system shall be provided that monitors the vehicles 12-volt electrical system, and automatically reduces the electrical load in the event of a low voltage condition and by doing so, ensures the integrity of the electrical system. The ELM shall monitor the vehicle’s voltage while at the scene (parking brake applied). It shall sequentially shut down individual electrical loads except the vehicle headlights and the blocking right-of-way circuits (for rear-mounted warning lights) when the system voltage drops below a preset value. The load manager shall control five (5) separate electrical loads. The ELM shall sequentially re-energize electrical loads as the system voltage recovers. The ELM shall also include sequencer function for the five (5) managed loads and two (2) additional. EXTERIOR LIGHTING Exterior lighting shall meet or exceed Federal Department of Transportation, Federal Motor Vehicle Safety Standards and National Fire Protection Association requirements in effect at time of proposal. Front headlights shall be rectangular quad type (four-lamp system) mounted in a chrome and polished aluminum housing. The headlight system shall utilize an alternating flasher (wig-wag) system, switched through the emergency master. Activating the high beams shall defeat the headlight alternating flasher. Bidder shall state in their bid pricing options for Halogen and LED style lamps for this four-lamp system. Five (5) Truck-Lite® Model 35001Y LED style clearance/marker lights with armored mounting brackets shall be provided on the platform, three (3) to the front and one (1) on each 45 degree corner. There shall also be two (2) Signal-Stat® model 1313A clearance/marker lights provided on the cab, one (1) each side in the front corners. REAR FMVSS LIGHTING A pair of Weldon® Model 3750 three (3) lamp modules shall be provided. Each module shall include a stop-tail light, directional light and backup light mounted in a polished aluminum housing. The lights shall be mounted on the face of the rear body compartments. Four (4) red reflectors shall be provided. DIRECTIONAL (Front) Front turn signals to be Code 3® Model 41TABZ amber arrow lights with flanges. The turn signals shall be located above the headlights. MAP LIGHT A Federal® Littlelight model LF18TR, map light with gooseneck and rheostat control shall be located on the instrument panel within easy reach of the officer. The gooseneck light shall be mounted at the top of the officer’s side ‘A’ pillar, extending downward.

36

YES

NO

BIDDER WILL COMPLY

“DO NOT MOVE APPARATUS” INDICATOR A rotating red indicator light, located in the driving compartment, and an audible alarm shall be energized automatically per NFPA (1996 addition, 9-11 or 1999 addition 11-11) if any of the conditions in the following paragraph are present when the apparatus is placed in the road position. The light shall be labeled “Do Not Move Apparatus If Light Is On.” MESSAGES, DISPLAY, Do Not Move Apparatus There shall be eleven (11) messages displayed in the cab that shall activate the rotating red beacon and audible alarm described in the previous paragraph. The messages shall designate the specified location of the conditions that exist if the apparatus is placed in the road position (parking brake released or drive gear selected). The following messages shall be displayed: 

Driver’s Side Cab Door Open



Driver’s Side Body Door Open



Passenger’s Side Cab Door Open



Passenger’s Side Body Door Open



Rear Body Door Open



Aerial Device Not Stowed



Stabilizer Not Stowed



Handrails Not Stowed



Deck Gun Not Stowed



Steps Not Stowed



Light Tower Not Stowed

BACK-UP ALARM An ECCO Model SA917-PM2, solid state electronic audible back-up alarm that actuates when the truck is shifted into reverse shall be provided. The device shall sound at 60 pulses per minute and automatically adjust its volume to maintain a minimum of five (5) db above surrounding environmental noise levels. LOOSE EQUIPMENT Six (6) hand lights shall be shipped loose with the apparatus. These shall include three (3) Streamlight Fire Vulcan LED light boxes with chargers, and three (3) Streamlight Survivor LED lights with chargers.

37

YES

NO

SECTION E.

APPARATUS BODY SPECIFICATIONS BIDDER WILL COMPLY YES

ELECTRICAL

NO

All 12-volt electrical equipment installed by the apparatus manufacturer shall conform to modern automotive practices. All wiring shall be high temperature crosslink type. Wiring shall be run in loom or conduit where exposed and have grommets where wire passes through sheet metal. Automatic or manual reset circuit breakers shall be provided which conform to SAE Standards. Wiring shall be color, function, and number coded. Function and number codes shall be continuously imprinted on all wiring harness conductors at 2.00” intervals. Exterior exposed wire connectors shall be positive locking and environmentally sealed to withstand elements such as temperature extremes, moisture and automotive fluids. Electrical wiring and equipment shall be installed utilizing the following guidelines: (1) All holes made in the roof or elsewhere on the apparatus body shall be caulked with silicone; rope caulk is not acceptable. Large fender washers, liberally caulked, shall be used when fastening equipment to the underside of the cab roof. (2) Any electrical component that is installed in an exposed area shall be mounted in a manner that shall not allow moisture to accumulate in it. Exposed area shall be defined as any location outside of the cab or body. (3) Electrical components designed to be removed for maintenance shall not be fastened with nuts and bolts. Metal screws shall be used in mounting these devices. Also a coil of wire shall be provided behind the appliance to allow them to be pulled away from the mounting area for inspection and service work. (4) Corrosion preventative compound shall be applied to all terminal plugs located outside of the cab or body. All non-waterproof connections shall require this compound in the plug to prevent corrosion and for easy separation (of the plug). (5) All lights that have their sockets in a weather-exposed area shall have corrosion preventative compound added to the socket terminal area. (6) All electrical terminals in exposed areas shall have silicon (1890) applied completely over the metal portion of the terminal. Identification of the switches shall be done by either printing or etching on the switch panel. The switches and identification shall be illuminated. All lights and reflectors, required to comply with Federal Motor Vehicle Safety Standard #108, shall be furnished. Rear identification lights shall be recess mounted for protection. Lights and wiring mounted in the rear bulkheads shall be protected from damage by installing a false bulkhead inside the rear compartments. An operational test shall be conducted to ensure that any equipment that is permanently attached to the electrical system is properly connected and in working order. The results of the tests shall be recorded and provided to the purchaser at time of delivery.

38

BIDDER WILL COMPLY YES NO

BIDDER WILL COMPLY YES

CARGO AREA The cargo area (sometimes referred to as the “dunnage”) shall be fabricated of .125” 5052 aluminum with 38,000 psi tensile strength. The sides shall not form any portion of the fender compartments. The cargo area width shall be built as wide as possible between the side compartments, and shall be indicated on the bidder’s submittal. The upper edges of the side panels shall have a double break for rigidity. The cargo area shall be located ahead of the ladder turntable. Flooring of the cargo shall be removable, aluminum grating with the top surface corrugated to aid in hose aeration. The grating slats shall be .50” x 4.50” with spacing between slats for ventilation. TURNTABLE STEPS Access to the turntable shall be provided by combination of fixed and swing-down, at the rear of the apparatus. The access steps shall be shall be side facing, and located on each side, just behind the compartmentation. All steps shall have a height not greater than 14.00” from top surface to top surface. The fixed steps shall be constructed of bright aluminum tread plate. The steps shall also have bright aluminum tread plate furnished on each side of the steps to act as scuff plates. The bottom step or steps on each side shall be of a swing-down design with the step portion being slip resistant. The bottom step shall have a step height not exceeding 24.00” from the ground to the top surface of the step at any time. Handrails shall be provided on both sides of each set of access steps. TOW EYES

Two (2), rear, painted “tow” eyes shall be located at the rear of the apparatus and shall be mounted directly to the chassis frame rails. The inner and outer edges of the tow eyes shall be radiused. FABRICATION Compartmentation shall be fabricated of .125” 5052 aluminum with a tensile strength of 38,000 psi. The side compartments shall be an integral assembly with the rear fenders. Fully enclosed rear wheel housings shall be provided to prevent rust pockets for ease of maintenance. 39

NO

BIDDER WILL COMPLY YES

Mounting of the compartments shall be done with body support assemblies bolted to the chassis frame rails and the .125” compartment floors. Support assemblies shall be constructed of 3.00” steel channel properly coated to isolate the dissimilar metals. The side body panels shall be mounted independently of each other with the left panel mounted to the left frame rail and the right panel mounted to the right frame rail. The compartment flooring shall be of the sweep out design with the floor higher than the compartment door lip. They shall be covered with polyurethane spray-on liner impregnated with Kevlar® particles, in a color that matches the paint in the rest of the compartment. The spray-on liner shall extend to between 2 and 4 inches above the compartment floor. All compartment floors to be rated at 500 lbs. Drip protection shall be provided over all door openings by means of bright aluminum extrusion or formed bright aluminum tread plate. The side compartment tops shall be covered with bright aluminum tread plate with a 1.00” rolled over edge on the front, rear, and outward sides. The covers shall be fabricated in one (1) piece with the corners “TIG” welded. A bright aluminum tread plate cover shall be provided on the front wall of each side compartment. All screws and bolts, which protrude into a compartment, shall have acorn nuts at the ends to prevent injury. AGGRESSIVE WALKING SURFACE All exterior surfaces designated as stepping, standing, and walking areas shall comply with the required average slip resistance of NFPA section 13-7.3. LOUVERS All body compartments shall have a minimum of one (1) set of louvers stamped into a wall to provide the proper airflow inside the compartment and to prevent water from dripping into the compartment. These louvers shall be formed into the metal and not added to the compartment as a separate plate. They shall all be ideally located so as to allow the least amount of road spray infiltration when operating in wet conditions. ADDITIONAL COMPARTMENT LOUVERS A set of additional louvers shall be provided in the passenger side front compartment on each wall. The quantity of additional sets of louvers is three (3). BODY WARRANTY A copy of the fire apparatus manufacturer’s warranty shall be included with the bid. The warranty shall state that the body shall be free of structural failures, caused by defective design or workmanship, for a warranty period of ten (10) years from the date the new vehicle is delivered and accepted or 100,000 miles, whichever occurs first. Also, that the defective parts, shall be repaired under warranty or replaced without charge to the original purchaser. 40

NO

BIDDER WILL COMPLY

COMPARTMENTATION

YES

The apparatus body compartmentation shall consist of the following: Immediately behind the cab, the first compartment shall be a full-height transverse compartment. It shall have a 500# capacity roll-out tray, accessible from each side of the body, mounted in such a fashion as to be adjustable in height. This roll-out shelf shall be above the frame rails, the full width of the compartment. It shall also have a fixed shelf above the roll-out shelf, also adjustable in height, and also be full width. Bidder shall state and show on a drawing the number and dimensions of compartments rearward of the transverse compartment, each side of the body. These compartments shall be configured to provide the maximum use of the available volumetric capacity. These compartments will contain tracks for adjustable height shelving, and bidder shall provide shelves for each compartment to maximize use of the compartment, their location to be decided upon during mid-construction meeting. (see adjustable shelving paragraph and mounting tracks paragraph, later in document) COMPARTMENT LIGHTING Compartment lighting shall be all LED strip lighting around every compartment opening. Additionally, in the transverse compartment, a 6.00” diameter LED lamp shall be included under the fixed shelf and under the compartment ceiling, located in the center of the compartment space. Compartment lighting shall be door-activated. ADJUSTABLE SHELVES There shall be ten (10) shelves with a minimum capacity of 215 pounds provided. The shelf construction shall consist of .125” pan-shaped aluminum with 2.00” sides. Each shelf shall be infinitely adjustable by means of a threaded fastener, which slides in a track. The location of the shelf/shelves shall be determined at pre-construction meeting. MOUNTING TRACKS There shall be ten (10) sets of tracks for mounting shelf(s) in all compartments. These tracks shall be installed vertically to support the adjustable shelf(s). DOORS, SIDE COMPARTMENT All compartment doors shall be roll-up style with a painted finish to closely match the body color. Ten (10) compartment doors shall be double-faced aluminum construction and manufactured by Amdor Inc. and have notches in the handle guard for gloved hands. The slats shall be double wall box frame extrusion. The exterior surface shall be flat and the interior surface shall be concave to help loose equipment fall to the ground and prevent loose equipment from jamming the door. Between each slat shall be a PVC inner seal to prevent metal to metal contact and prevent dirt or moisture from entering the compartments. Each door shall have a 4.00” counter balance to assist in lifting. A heavy-duty magnetic switch shall be used for control of “open compartment door” warning lights and compartment lighting. 41

NO

BIDDER WILL COMPLY

DOOR GUARD

YES

Ten (10) compartment doors shall include a guard designed to protect the roll-up door from damage when in the retracted position. The guard shall be fabricated from stainless steel and installed over each door in all compartments. RUB RAIL Bottom edge of the side compartments shall be trimmed with a bright aluminum extruded rub rail. Trim shall be 2-1/2” high with 1-3/8” flanges turned outward for rigidity. The rub rails shall not be an integral part of the body construction, which allows replacement in the event of damage. SILL PROTECTORS Each compartment door opening shall be protected with a stainless steel sill protector. Each of these shall be the full width of the door opening. SPARE SCBA BOTTLE STORAGE At each corner created by the intersection of the rear wheel wells (fender liner) and the body structure, an enclosed SCBA bottle storage compartment shall be provided. Each shall be suitable for carrying at minimum one (1) Scott® 4.5 bottle, and be approximately 7.5” in diameter. They shall each be covered by a bright aluminum door secured, with a ¼ turn, push-to-operate type latch. There shall be a total of 7 of these compartments, 3 on the driver’s side and 4 on the officer’s side. This assumes that the fuel filler door will occupy one of these spaces on the driver’s side. If this is not the case, then the builder shall include 4 of these compartments on each side. SLIDE-OUT TRAYS There shall be two (2) slide-out trays with 2.00” sides and a minimum capacity of 500 pounds provided. Capacity rating shall be in the extended position. There shall be reflective tape around the three outer sides of each tray. Slides shall be General Device ball bearing type for ease of operation and years of dependable service. Automatic locks shall be provided for both the “in” and “out” positions. The trip mechanism for it shall be located at the front of the tray for ease of use with a gloved hand. Tray location shall be one in passenger side front compartment and one in driver’s side front compartment (the first compartment rearward of the transverse compartment on each side). Heavy-duty steel angle iron assembly shall support the body under the compartment floor. It shall be attached to the chassis frame for load transfer and to reduce stress on the body. BODY FENDER CROWNS Polished aluminum fender crowns shall be provided around the rear wheel openings. A rubber welting shall be provided between the body and the crown to seal the seam and restrict moisture from entering. 42

NO

BIDDER WILL COMPLY

REAR BUMPER YES

A 5.00” rear bumper shall be furnished. Bumper shall be constructed of steel framework and shall be covered with polished aluminum tread plate. The bumper shall be 5.00” deep x 5.00” high and shall be spaced away from the body approximately 1.00”. It shall extend the full width of the body. GROUND LADDERS The following Alco-Lite® ladders shall be furnished and must meet or exceed the latest NFPA standards: 

One (1) 35’, two (2) section, aluminum



Two (2) 28’, two (2) section, aluminum



One (1) 20’ roof, aluminum



One (1) 16’ roof, fiberglass



One (1) 14’ roof, aluminum



One (1) 10’ folding, aluminum

The ground ladders shall be stored below the turntable/torque box assembly, on their beams, and shall be removable from the rear. The ground ladder compartment shall be fully enclosed so road dirt or debris cannot foul or damage them. They shall rest in full-length stainless steel slides and be arranged so they can be removed individually. A stainless steel plate with a two (2)-bend flange and a stainless steel hinge shall be provided to secure the aerial ladder complement. The plate assembly shall be mounted to the rear bottom of the ground ladder storage compartment. When the plate is against the ladders, it shall secure and prevent them from migrating to the rear of the apparatus. When the plate is not securing the ladders, the lift-up door cannot close; this shall activate the “open door indicator light” in the cab. The roll-up door, together with the hinge friction, shall secure the plate in place during driving operations. The ladder compartment door shall be brushed anodized aluminum roll-up door manufactured by Amdor Inc. Additionally, one (1) 16’ roof ladder shall be mounted with appropriate hardware to the outside of the officer’s side of the aerial device. This roof ladder shall be mounted as high as practical on the bed section of the device. Additionally, one (1) 6’ foot Louisville Model L3431-06MR fiberglass folding step ladder shall be provided. The ladder shall have a slide-out compartment slot within the first transverse compartment rear of the cab. The ladder shall be able to be accessed from both sides of the apparatus. PIKE POLES The following pike poles shall be furnished and stored in tubular holders located in the ground ladder storage compartment: 

Two (2), Twelve (12) foot Pike Poles: wood handles



Two (2), Eight (8) foot Pike Poles: wood handles



Two (2) Six (6) foot all steel New York style Roof Hooks with chiseled end. 43

NO

BIDDER WILL COMPLY YES



One (1) Six (6) foot all steel New York style Roof Hook with chiseled end on the interior of handrails on smallest fly section of aerial ladder.



Two (2), Three (3) foot Pike Poles: wood shaft and “D” handles, without mounting brackets, shipped loose.

44

NO

SECTION F.

EXTERIOR WARNING DEVICES AND LIGHTING PERIMETER GROUND LIGHTS, CAB

BIDDER WILL COMPLY YES

There shall be an LED grommet mounted weatherproof light provided for each cab door. Lighting shall be designed to provide illumination on areas under the driver, officer, and crew cab riding area exits, which shall be activated automatically when the exit doors are opened by the door jamb switch and by the same means as the body perimeter lights. The lighting shall be capable of providing illumination at a minimum level of one (1) foot- candle on ground areas within 30.00” of the edge of the apparatus in areas which personnel climb in or out of the apparatus or descend from the apparatus to the ground level. PERIMETER GROUND LIGHTS, BODY There shall be two (2) LED lights provided under the rear step area. The lights shall be spaced one (1) each side of apparatus and have a clear lens. The parking brake shall activate the perimeter scene lights. The lighting shall be capable of providing illumination at a minimum level of one (1) foot-candle on ground areas within 30.00” of the edge of the apparatus in areas designed for personnel to climb onto the apparatus or descend from the apparatus to the ground level. SCENE LIGHTS Three (3) pairs of Weldon LED 12VDC scene lights shall be installed with two (2) on each side of the body and two (2) at the rear. The lights shall have a clear lens and be mounted at a 13-degree angle downward. A rocker switch in the cab shall control the lights. Additionally, the two on the rear shall be turned on automatically whenever the truck transmission is placed in reverse. WORK LIGHTS Two (2)-6” Unity® AG deck lights with swivel mount shall be provided at the upper rear of the apparatus inside the rotating emergency lights, one (1) each side. One (1) light shall be furnished with a 160,000-candle power halogen spot bulb and the other shall be furnished with a 160,000-candle power halogen flood bulb. CAB SPOTLIGHTS Two (2) Go-Light model 30204 LED spotlights shall be provided. One (1) shall be on the roof of the cab above the driver and officer respectively. Controls shall be mounted within easy reach of the driver and officer on the dash. Control location shall be determined at the mid-construction meeting. AIR HORN SYSTEM Two (2) air horns shall be provided and located in the front bumper, recessed one each side outside the frame forks. The air horn system shall operate off a stand-alone reservoir from which only the air horns shall operate. This separate air horn reservoir shall serve the purpose of preventing air horn fade during heavy usage, as when normally plumbed to the service brake reservoir or chassis wet tank. The air horn reservoir shall be labeled to easily identify the use of tank. 45

NO

BIDDER WILL COMPLY YES

Bidder shall demonstrate to the buyer the size of the tank and its location, and the performance expectations of this air horn reservoir at the pre-construction meeting. AIR HORN CONTROL At the driver’s position, a switch shall be provided in the center steering wheel horn. At the officer’s position, a thumb switch shall be provided for air horn actuation. It shall be located somewhere within easy reach of the officer’s left hand, and shall be conveniently accessible by the officer when the officer is seated, seat-belted, and wearing their SCBA harness while in the seatback. The final position will be agreed upon at mid-construction meeting. ELECTRONIC SIREN A Whelen, Model 295HFS2X, electronic remote siren with recessed mounted control head, a second Whelen, Model 295HFSDA amplifier kit, and noise canceling microphone, will be provided. This siren is to be active when the battery switch is on and the emergency master switch is on. Siren head will be located in the overhead center console location to be determined at mid-construction meeting. The electronic siren will be controlled on the siren head only. No horn button or foot switches will be provided. SIREN SPEAKER There will be two (2) speakers provided. Each speaker will be a Whelen, Model SA314A, 100-watt, cast aluminum with natural finish. Each speaker will be connected to the siren amplifier. There will be one speaker recessed in the passenger side and one speaker recessed in the driver side of the front bumper. Final location will be determined at the pre-construction meeting. MECHANICAL SIREN A Federal Q2B siren shall be furnished. A siren brake button shall be installed on the switch panel within easy reach of the officer. The mechanical siren shall be flush-mounted in the bumper. It shall be mounted on the left side. The mechanical siren shall be actuated by a foot switch on the officer’s side and by the horn button on the steering wheel. The driver shall have the option to control the siren or the chassis horn from the horn button by means of a selector switch located on the instrument panel. EMERGENCY LIGHTS, CAB ROOF FRONT Two Code 3 Model MX718NFPA1-18” light bars shall be mounted on the cab roof, one on each side of aerial. The upper deck of these light bars will each carry one red and one white 50 Watt rotating halogen flasher, with one diamond mirror between the rotating flashers. The lower deck will carry one red and one white LED pack. 46

NO

BIDDER WILL COMPLY YES

One switch shall be located in cab on switch panel. The cover for the front light bars shall be clear. The light bar shall be NFPA compliant in design and use (calling and blocking), and the final configuration shall be confirmed between buyer and builder at the mid-construction meeting. Emergency lighting shall match current Peoria Fire Department Truck 4. EMERGENCY LIGHTS, CAB ROOF SIDE Two Code 3 Model XL5100PR 22 inch light bars shall be mounted at the outboard edges of the cab roof, behind the forward light bar, approximately above the driver and officer doors respectively. These mini light bars will be mounted along the long axis, generally over the front cab doors, one each side. The upper deck of these light bars will each carry one red and one white 50 Watt rotating halogen flasher, with one diamond mirror between the rotating flashers. The lower deck will carry one red and one white LED pack. The covers for these light bars shall be clear. One switch shall be located in cab on switch panel. Emergency lighting shall match current Peoria Fire Department Truck 4. The light bar shall be NFPA compliant in design and use (calling and blocking), and the final configuration shall be confirmed between buyer and builder at the mid-construction meeting. EMERGENCY LIGHTS, FRONT ZONE LOWER Two (2) double bezel chrome housings shall be mounted above the headlight bezel, one each side. These double bezel housings shall contain one (1) Whelen model 60R00FRR flashing LED and one (1) Code3 Roto Laser, model RL5NBX in each. The Roto Laser mounted in the Officer’s side housing shall be green in color and the driver’s side shall be red in color. The lights shall be NFPA compliant in design and use (calling and blocking), and the final configuration shall be confirmed between buyer and builder at the mid-construction meeting. Emergency lighting shall match current Peoria Fire Department Truck 4. EMERGENCY LIGHTS, FRONT ZONE UPPER LIGHTING, PLATFORM An LED lighting package shall be included that will provide 180 degree lighting around the two sides and front of the aerial platform. It shall be recessed and protected from damage by tree limbs, etc. Bidder shall provide dimensions, model numbers, etc., in their bid package. These lights are required to meet the upper level optical warning and optical power requirements of NFPA. These shall be switched on the cab instrument panel like the other emergency lights. To meet the NFPA requirements, the lights shall have red lenses. 47

NO

BIDDER WILL COMPLY YES

EMERGENCY LIGHTS, SIDE ZONE LOWER Along both sides of the apparatus body, there shall be the following models of LED lighting at the following locations, in the colors listed: 

Whelen Model 60R00FRR flashing LED, side of front bumper, red, mounted horizontally in chrome flange, side facing



Whelen 3”x7” flashing LED, front cab corner ahead of front door hinge, red, mounted vertically in chrome flange, 45 degree angle facing.



Whelen 3”x7” flashing LED, above front wheel well opening, red, mounted horizontally in chrome flange, side facing.



Whelen Model 60R00FRR LED, at or near a mid-ship position as determined by the bidder, red, in a chrome flange, side facing.



Whelen 3”x7” flashing LED, on exterior of outrigger plate, red, mounted horizontally in chrom flange, side facing.

The lights shall be NFPA compliant in design and use (calling and blocking), and the final configuration shall be confirmed between buyer and builder at the mid-construction meeting. Emergency lighting shall match current Peoria Fire Department Truck 4. EMERGENCY LIGHTS, REAR ZONE LOWER On the rear of the apparatus shall be a Whelen model 60R00FRR, on the lower rear deck below the stop/turn/reverse lamps each side, red, in the fourth and lower most opening of the quad bezel for the stop/turn/reverse lamps. The lights shall be NFPA compliant in design and use (calling and blocking), and the final configuration shall be confirmed between buyer and builder at the mid-construction meeting. Emergency lighting shall match current Peoria Fire Department Truck 4. EMERGENCY LIGHTS, REAR UPPER ZONE Two (2) Code 3® model 550 rotating beacons shall be provided at the rear of the apparatus body located at the level of the turntable, one (1) each side. Each beacon shall contain a 50-watt fast rotator. The color of the lights shall be red. The lights shall be NFPA compliant in design and use (calling and blocking), and the final configuration shall be confirmed between buyer and builder at the mid-construction meeting. Emergency lighting shall match current Peoria Fire Department Truck 4. REAR TRAFFIC DIRECTOR There will be one (1) Code 3 model NASL839, 40.50" long x 2.00" high x 2.87" deep, LED traffic directing light installed at the rear of the apparatus. 48

NO

BIDDER WILL COMPLY YES

A Code 3 control head will be included with this installation. The auxiliary warning mode will be activated with the emergency master switch. The arrow stick lamp head shall either be flush mounted into the rear deck tread plate, or if surface mounted, shall be wrapped in bright aluminum tread plate and covered with a heavy gauge wire guard to protect the device from damage. The wire guard shall be chrome in finish to match the bright tread plate. TRAFFIC LIGHT CONTROLLER, WIRING ONLY Wiring only will be provided for the Opticom traffic light controller remote mounted on the cab, wiring to terminate in the center instrument panel area for customer hook up. The Opticom traffic light controller will be activated by a cab switch with emergency master control. The Opticom traffic light controller will have no momentary activation switch. The Opticom traffic light controller will be disabled when the parking brake is applied. The wiring terminals will be clearly identified.

49

NO

SECTION G.

GENERATOR ELECTRICAL SPECIFICATIONS ELECTRICAL SYSTEM GENERAL DESIGN for ALTERNATING CURRENT The following guidelines shall apply to the 120/240 VAC system installation:

BIDDER WILL COMPLY YES

GENERAL Any fixed line voltage power source producing alternating current (ac) line voltage shall produce electric power at 60 cycles plus or minus 5 cycles. Except where superseded by the requirements of NFPA 1901, all components, equipment, and installation procedures shall conform to NFPA 70, National Electrical Code (hereinafter referred to as the NEC). Line voltage electrical system equipment and materials included on the apparatus shall be listed and installed in accordance with the manufacturer’s instructions. All products shall be used only in the manner for which they have been listed. GROUNDING Grounding shall be in accordance with Section 250-6 “Portable and Vehicle Mounted Generators” of the NEC. Ungrounded systems shall not be used. Only stranded or braided copper conductors shall be used for grounding and bonding. An equipment grounding means shall be provided in accordance with Section 250-91 “Grounding Conductor Material” of the NEC. The grounded current carrying conductor (neutral) shall be insulated from the equipment grounding conductors and from the equipment enclosures and other grounded parts. The neutral conductor shall be colored white or gray in accordance with Section 200-6 “Means of Identifying Grounding Conductors” of the NEC. In addition to the bonding required for the low voltage return current, each body and driving or crew compartment enclosure shall be bonded to the vehicle frame by a copper conductor. This conductor shall have a minimum amperage rating of 115 percent of the nameplate current rating of the power source specification label as defined in Section 310-15 (amp capacities) of the NEC. A single conductor properly sized to meet the low voltage and line voltage requirements shall be permitted to be used. All power source system mechanical and electrical components shall be sized to support the continuous duty nameplate rating of the power source. OPERATION Instructions that provide the operator with the essential power source operating instructions, including the power-up and power-down sequence shall be permanently attached to the apparatus at any point where such operations can take place. 50

NO

BIDDER WILL COMPLY YES

Provisions shall be made for quickly and easily placing the power source into operation. The control shall be marked to indicate when it is correctly positioned for power source operation. Any control device used in the drive train shall be equipped with a means to prevent the unintentional movement of the control device from its set position. A power source specification label shall be permanently attached to the apparatus near the operator’s control station. The label shall provide the operator with the information detailed in Figure 19-4.10. Direct drive (PTO) and portable generator installations shall comply with Article 445 “Generators” of the NEC. OVER-CURRENT PROTECTION The conductors used in the power supply assembly between the output terminals of the power source and the main over current protection device shall not exceed 144 inches (3658mm) in length. For fixed power supplies, all conductors in the power supply assembly shall be type THHW, THW, or use stranded conductors enclosed in nonmetallic liquid tight flexible conduit rated for a minimum of 194 degrees Fahrenheit (90 degrees Celsius). For portable power supplies, conductors located between the power source and the line side of the main over current protection device shall be type SO or type SEO with suffix WA flexible cord rated for 600volts at 194 degrees Fahrenheit (90 degrees Celsius). WIRING METHODS Fixed wiring systems shall be limited to the following: -Metallic or nonmetallic liquid tight flexible conduit rated at not less than 194 degrees Fahrenheit (90 degrees Celsius). Or -Type SO or Type SEO cord with a WA suffix, rated at 600-volts at not less than 194 degrees Fahrenheit (90 degrees Celsius). Electrical cord or conduit shall not be attached to chassis suspension components, water or fuel lines, air or air brake lines, hydraulic lines, exhaust system components, or low voltage wiring. In addition, the wiring shall be run as follows: -Separated by a minimum of 12.00” (305 mm), or properly shielded from exhaust piping. -Separated from fuel lines by a minimum of 6.00” (152 mm) distance. Electrical cord or conduit shall be supported within 6.00” (152 mm) of any junction box and at a minimum of every 24.00” (610 mm) of continuous run. Supports shall be made of nonmetallic materials or corrosion protected metal. All supports shall be of a design that does not cut or abrade the conduit or cable and shall be mechanically fastened to the vehicle.

51

NO

BIDDER WILL COMPLY

WIRING IDENTIFICATION

YES

All line voltage conductors located in the main panel board shall be individually and permanently identified. The identification shall reference the wiring schematic or indicate the final termination point. When pre-wiring for future power sources or devices, the non-terminated ends shall be labeled showing functions and wire size. WET LOCATIONS All wet location receptacle outlets and inlet devices, including those on hardwired remote power distribution boxes, shall be of the grounding type provided with a wet location cover and installed in accordance with Section 210-7, “Receptacles and Cord Connections,” of the NEC. All receptacles located in a wet location shall be not less than 24 inches (610mm) from the ground. The face of any wet location receptacle shall be installed in a plane from vertical to not more than 45 degrees off vertical. No receptacle shall be installed in a face up position. DRY LOCATIONS All receptacles located in a dry location shall be of the grounding type. Receptacles shall be not less than 30 inches (762mm) above the interior floor height. All receptacles shall be marked with the type of line voltage (120 volts or 240 volts) and they current rating in amps. If the receptacles are direct current, or other than single phase, they shall be so marked. LISTING All receptacles and electrical inlet devices shall be listed to UL 498, Standard for Safety Attachment Plugs and Receptacles, or other appropriate performance standards. Receptacles used for direct current voltages shall be rated for the appropriate service. ELECTRICAL SYSTEM TESTING The wiring and associated equipment shall be tested by the apparatus manufacturer, or by the installer of the line voltage system. The wiring and permanently connected devices and equipment shall be subjected to a dielectric voltage to withstand 900 volts for one (1) minute. The test shall be conducted between live parts and the neutral conductor, and between live parts and the vehicle frame with any switches in the circuits closed. This test shall be conducted after all bodywork has been completed. Electrical polarity verification shall be made of all permanently wired equipment and receptacles to determine that all connections have been properly made. OPERATIONAL TEST The apparatus manufacturer shall perform the following operation test and shall certify that the power source and any devices that are attached to the line voltage electrical system are properly connected and in working order.

52

NO

BIDDER WILL COMPLY YES

The prime mover shall be started from a cold start condition and the line voltage electrical system loaded to 100% of the nameplate rating. The power source shall be operated at 100% of its nameplate voltage for a minimum of two (2) hours unless the system meets category certification as defined in NFPA 1901 Chapter 19-14.5. Where the line voltage power is derived from the vehicle’s low-voltage system, the minimum continuous electrical load as defined in NFPA 1901 Chapter 9 shall be applied to the low voltage electrical system during the operational test. GENERATOR The apparatus shall be equipped with a complete electrical power system. The generator shall be a SmartPower 8kW hydraulic unit. The wiring and generator installation shall conform to the present National Electrical Code Standard of the NFPA. The installation shall be designed for continuous operation without overheating and undue stress on components. GENERATOR PERFORMANCE -Nominal Rating: 8,000 watts -Continuous Duty Rating: 8,000 watts -Nominal volts: 120/240 AC -Engine Speed at Engagement: Idle The generator shall be able to operate as the vehicle is driven. The generator shall be driven by a transmission power take off unit, through a hydraulic pump and motor. The generator shall include an electrical control inside the cab. The hydraulic engagement supply shall be operational at any time (no interlocks). An electric/hydraulic valve shall supply hydraulic fluid to the clutch engagement unit provided on the chassis PTO drive. The generator hydraulic circuit shall include a soft start valve to protect the generator components during PTO engagement. GENERATOR INSTRUMENTS AND CONTROLS To properly monitor the generator performance a digital meter panel shall be furnished and mounted next to the circuit breaker panel. The meter shall indicate the following items: -Voltage -Amperage for both lines -Frequency 53

NO

BIDDER WILL COMPLY YES

-Generator Run hours -Over current indication -Over temperature indication -“Power On” Indication -Two (2) fuse holders with two (2) amp fuses (for indicator light protection) The gauges and controls shall be within easy view from a standing position. LOCATION The generator shall be permanently mounted in the dunnage compartment above the torque box. Location is to be determined at pre-construction meeting. CIRCUIT BREAKER PANEL A circuit breaker panel shall be installed in the first compartment forward of the rear wheels, driver’s side. A directory for each breaker shall be provided adjacent to the circuit breaker panel. Identification of the circuits shall be done in a durable manner that provides years of service. 120 VAC LIGHTING The following 120VAC lighting shall be mounted on the apparatus body or aerial device. Lighting for the aerial platform is described in detail later in this document in the section titled Aerial Platform Scene Lighting. The perimeter of the apparatus body shall have six (6) 120 volt LED scene lights Fire Research Corp. Model SPAKR700 portable stand lights. There shall be three (3) each side of the body. Lights will be removable with 120 volt receptacles. Location will be determined at pre-construction meeting. The apparatus shall also be provided with similar 120VAC LED Fire Research Corp. Model SPAKR700 lights for use in locations remote from the apparatus, using cord lines. There shall be four (4) of these lights provided, each with a low-rise tilt/swivel base and tripod feet. Each light shall be switched at the lamp head, and have a standard, grounded, 3 prong male plug. All lighting shall be confirmed at the pre-construction meeting. ELECTRIC CORD REEL Furnished with the 120VAC electrical system shall be a Hannay series 1600 cord reel. The reel shall be provided with a 12VDC electric rewind switch that is guarded to prevent accidental operation and labeled for its intended use. The switch shall be protected with a fuse and installed at a height not to exceed 72” above ground. A Nylatron guide shall be provided to help load and unload the cord from the reel. A ball stop shall be provided to prevent the cord from being wound in too far on the reel. A label shall be provided in a readily visible location adjacent to the reel. The label shall indicate current rating, current type, phase, voltage and total cable length. 54

NO

BIDDER WILL COMPLY YES

A total of two (2) cord reels shall be provided, one on each side of the apparatus, in the space above the forward stabilizer. Each reel shall be covered with a polished aluminum door with ¼ turn, push-tooperate latch that is hinged at the top of the opening and utilizes a hold-open device. ELECTRIC CORD Provided for electricity distribution shall be two (2) lengths, one per reel, of 200 feet of Carol Super VuTron II yellow 10/3 electrical cord. No Connector shall be provided on the end of the cord. PORTABLE JUNCTION BOX There shall be four (4) 120VAC, 15Amp straight-blade receptacles provided in a GFE EJB-custom 33069 portable junction box. The junction box shall be of weatherproof construction, and have flip-up lids lined with soft neoprene rubber at each outlet opening. The junction box shall be connected directly to the cord reel. A total of two (2) GFE EJB-custom 33069 junction boxes shall be provided. ROLLER GUIDE Installed on the reel shall be a captive roller assembly to aid in the payout of the cord from the reel. There shall be one for each reel for a total of two (2) roller guides. JUNCTION BOX HOLDER There shall be an aluminum junction box holder installed adjacent to the cord reel. A total of two (2) shall be installed, the location being one (1) each side near the cord reels. 15 AMP RECEPTACLE Wired to the power supply shall be four (4) receptacles that are 120VAC 15Amp three-wire duplex household type with a weather-resistant covering. These receptacles will be located at the preconstruction meeting.

55

NO

SECTION H.

AERIAL DEVICE SPECIFICATIONS GENERAL INFORMATION

BIDDER WILL COMPLY YES

It is the intent of these specs to describe a telescoping, elevating platform. The aerial device shall be a minimum 100 feet in usable height, it shall be a rear-mount type, and shall consist of a three-section aluminum ladder with a self-leveling platform basket attached to the ladder’s fly section. The aerial platform shall have a minimum dry weight capacity of 1000 pounds at any angle, any extension, and any elevation. The aerial platform shall have a minimum wet (flowing water) weight capacity of 500 pounds at any angle, any extension and any elevation. HEIGHT The height of the aerial device shall extend to no less than 100 feet as measured by a plumb line from the top surface of the basket handrail assembly to the ground, with the device raised to a 75 degree angle. The aerial device shall be measured in this manner for accurate comparison. AERIAL STRUCTURAL WARRANTY The manufacturer shall state in detail their warranty with the bid. OPERATION ON GRADES AERIAL SRUCTURAL WARRANTY The aerial unit shall be capable of operating safely, on any slope up to 9 degrees, at full capacities of the ladder. (Operation beyond this limit shall be at the operator’s discretion.) CONSTRUCTION STANDARDS The ladder shall be constructed to meet the requirements as described in NFPA 1901-1999 edition. The ladder shall be designed and tested with a safety factor of two to one (2:1) based on the rated load, and a stability factor of one and one-half to one (1.5:1). These capabilities shall be established in an unsupported configuration. All welding shall be in compliance with the American Welding Society standards. All welding personnel shall be certified as qualified under AWS welding codes. LADDER CONSTRUCTION The ladder shall be comprised of three (3) sections and shall extend to a nominal height of at least 100 feet above the ground, as measured by 1901 recommendations. The ladder (handrails, baserails, trusses, k-braces and rungs) shall be constructed of welded, high strength aluminum. Each section shall be trussed diagonally, vertically, and horizontally using round tubing. All critical points shall be reinforced for extra rigidity, and to provide a high strength-to-weight ratio. All ladder rungs shall be round and welded to each section in two (2) places with “K” bracing for torsional rigidity. The manufacturer shall also submit in their bid package the dimensions of the ladder components as follows: Width of bed section, mid section and fly section between the handrails. Height of top of handrails above the rungs of each section.

56

NO

BIDDER WILL COMPLY YES

Each rung shall be covered with secure, heavy duty deep serrated rubber sheathing. The sheathing shall be both glued and clamped to each rung. Clamps shall be unpainted grade 304 stainless steel and be easily replaced should the rubber become damaged or worn. AERIAL WATERWAY The aerial device waterway shall be capable of being supplied by an external water source through a 5.00” intake equipped with a Storz-style fitting at the rear step of the apparatus. A 5.00” water swivel shall be installed below the aerial turntable permitting the ladder to rotate 360-degrees continuously. A 5.00” water swivel shall be installed at the aerial heel pivot pin that shall permit water tower operations of –8 degrees to 75 degrees. The heel pivot pin shall not be integral with the waterway swivel at any point. The waterway design shall allow complete servicing of the waterway swivel without disturbing the heel pivot pin. A telescoping aluminum waterway shall be installed beneath the center of the aerial device. The waterway shall consist of a 5.00” diameter tube for the base section, a 4.50” diameter tube for the mid section, and a 4.00” tube for the fly section. A drain shall be provided for the aerial waterway. It shall be 1.50” in diameter and its control shall be located at the rear panel of the apparatus. WATERWAY SEALS The waterway seals shall be of type-b PolyPak design, composed of nitroxile seal and a nitrile wiper, which together offer maximum stability and extrusion resistance on the waterway. The seal shall be capable of withstanding pressures up to 2000psi, temperatures in excess of 250 degrees Fahrenheit, and have resistance to all foam generating solutions. The seals shall be internally lubricated. The waterway seals shall have automatic centering guides constructed of synthetic thermal polymer. The guides shall provide positive centering of the extendable sections within each other and the base section to insure longer service life and smoother operation. Water shall be transferred to the aerial device waterway by means of a 5.00” internal diameter waterway, through the swivel, permitting 360degree continuous rotation. MANUFACTURING PROCESS AND SYSTEM OPERATION REQUIREMENTS In bidding the aerial device, the manufacturer shall provide to the buyer the following technical information. The bidder shall include a thorough description of the builder’s manufacturing processes and system operation. These descriptions will concern the assembly of the aerial device, all materials and coatings to be used, mounting of the aerial device to the apparatus body, aerial operation parameters including load capacities, water flow, etc., and all other pertinent information necessary for the buyer to make an informed buying decision. The categories to be delineated in this description shall include, but not necessarily be limited to, the following: 

Torque box



Turntable



Elevation System 57

NO

BIDDER WILL COMPLY YES



Extension/Retraction System



Rotation System



Rotation Interlock



Manual Override Controls



Ladder Slide Mechanism



Basket Leveling System



Load Indication System



Load Capacities



Aerial Boom Support Cradle (for road position)



Aerial Boom Support Cradle Interlock

AERIAL PLATFORM In bidding the aerial device, the manufacturer shall provide to the buyer the following technical information regarding construction of the aerial platform. The aerial platform interior working area will be a minimum of 18 square feet and no larger than 20 square feet. The bidder shall include a thorough description of the builder’s materials and manufacturing processes for the aerial platform. These descriptions will concern the assembly of the aerial platform, all materials and coatings to be used, mounting of the aerial platform to the aerial ladder and all other pertinent information necessary for the buyer to make an informed buying decision. The categories to be delineated in this description shall include, but not necessarily be limited to, the following: 

Platform Construction



Platform Sides and Handrails



Platform Entry/Egress



Accessory Mounting and Receptacles



Platform Heat Shields



Platform Water Curtain

Additionally, the construction of the aerial platform shall include the following components: Four (4) stainless steel pompier belt safety belt loops (attachment points) shall be attached to the inside of the aerial platform, one near each corner. Two (2) lifting eyes shall be provided on the bottom side of the aerial platform support structure. 58

NO

BIDDER WILL COMPLY YES

Four (4) rubber bumpers shall be provided on the bottom side of the platform support structure for damage protection when landing the aerial platform on a surface. One (1) self-closing fall protection device between the aerial platform and the aerial ladder. The device will swing up and in towards the basket, will be covered with a weatherproof vinyl, be padded and will be a high-visibility color. The aerial platform interior shall be fully illuminated using LED strip lighting. The platform shall have a means for mounting a stokes basket during rescue operations. The platform shall have a means for deploying a roof ladder to gain access to a lower level. The platform shall have a small weather proof compartment to hold 30 feet of 1 ¾” hose line and nozzle. PLATFORM 110VAC ELECTRICAL SYSTEM Two (2), 20-amp NEMA L5-20 110VAC three prong straight blade receptacles with weatherproof covers shall be provided in the aerial platform. One (1) receptacle shall be located at the platform control console and one (1) shall be located at the rear of the basket. Each receptacle shall be supplied from individual branch circuits protected by dedicated 20-amp 120VAC circuit breakers. All wiring shall be sized to and conform to the latest edition of NEC standards. COMMUNICATIONS SYSTEM An Atkinson communication system shall be provided between the aerial platform control station and the turntable operator’s position. The master control located at the turntable control console shall have the transmitting and receiving volume controls along with a push-to-talk button. A self-contained hands-free speaker microphone shall be located at the aerial platform control station that shall require no operator input to transmit or receive. BREATHING AIR Breathing air shall be supplied to the aerial platform. The air system shall incorporate one (1) 4500-psi cylinder which shall have a minimum of 444 cubic feet of breathing air. The cylinder shall be mounted in a fashion and in such position that neither the operator’s view of the aerial device or movement around the turntable for normal operation is obstructed. The cylinder fill valve shall be located at the base of the ladder, above the turntable, in a location easy to reach for attaching the fill hose. A 50-foot recharge hose shall be provided for refilling the air cylinder without having to remove the tank from its mounting. The air cylinder shall be interconnected through a pressure regulator located at the air cylinder. A shutoff valve with guard shall be provided on the cylinder. The air shall be routed to the basket using hose especially designed for use in breathing air systems. At the aerial platform, the breathing air shall be piped to two (2) air mask quick-connect fittings. These fittings shall be located one at the front and one at the rear of the aerial platform. A total of two (2) Scott® Model AV-3000 804386-19 positive pressure respirators shall be provided at the aerial platform. A weather resistant storage compartment for the air masks shall also be provided in the platform. 59

NO

BIDDER WILL COMPLY

BREATHING AIR AND WARNING SYSTEM

YES

The level of breathing air remaining shall be visible on the LCD display at all operating positions. The display shall incorporate a low-pressure warning circuit which shall activate an audible alarm when 20% of the maximum air cylinder capacity remains. A second, louder audible alarm shall activate when the remaining cylinder air level drops to 10% of maximum air cylinder capacity. AERIAL PLATFORM LIGHTING SYSTEM At the aerial platform, there shall be installed the following scene lighting. These lights shall be recessed into the aerial platform skin or finish sheet metal, and shall be operated on 120VAC off the apparatus generator. Their final position and details shall be agreed upon at the pre-construction meeting. Two (2) Fire Research Corp. SPA260-K15, 120VAC LED lights, one each side of the aerial platform, below the floor of the aerial platform. These lights shall be recessed into the aerial platform skin or finish sheet metal, and shall be pointing to each side of the apparatus, exactly 90 degrees from the long axis of the apparatus. They shall be fixed position lights, and shall be switched at the aerial platform control station, the turntable control station, and at the driver’s position and labeled “Driver’s Side Light” and “Officer’s Side Light.” One (1) Fire Research Corp. SPA260-K15, 120VAC LED light at the front, center of the aerial platform, below the floor of the aerial platform. This light shall be recessed into the aerial platform skin or finish sheet metal, and shall be pointing exactly forward, along the long axis of the apparatus. It shall be fixed position and shall be switched at the aerial platform control station, the turntable control station, and at the driver’s position and shall be labeled “Forward Light.” One (1) Fire Research Corp. SPA260-K15, 120VAC LED light at the bottom of the aerial platform, below the floor of the aerial platform. This light shall be recessed into the aerial platform skin or finish sheet metal, shall be protected from damage by the rubber bumpers, and mounted centered to the four rubber bumpers to be mounted on the underside of the aerial platform. This light shall be fixed position and shall be switched at the aerial platform control station and turntable control station only (not the driver’s position) and labeled “Down Light.” Primary consideration shall be given to the shower nozzle installation being centered, and secondary consideration given to the down light installation. Two (2) Fire Research Corp. SPA100, 120 VAC LED lights shall be mounted on telescoping light poles, mounted on the rear of the platform. Poles shall not extend below the bottom of the platform when stored. SPOTLIGHTS Four (4) Collins, model FX-12, 750,000 candle power, 12VDC spot/floodlights shall be provided. A master on/off switch at the turntable operator’s position shall control power to the lights. Individual switches shall also be provided on each light for on/off and spot/flood pattern selection. The two (2) tracking lights shall be mounted on the base section of the ladder, one (1) on each side. The two (2) basket lights shall be mounted on the front of the aerial basket, outside, one (1) on each side of the master stream device. The lights shall be mounted below the top edge of the platform so as not to increase the overall height of the unit. The lights shall be easily positional while remaining in the basket regardless of monitor and standpipe options.

60

NO

BIDDER WILL COMPLY

LOWER CONTROL SYSTEM

YES

A lower control station shall be centrally located, at the rear of the apparatus, in an easily accessible area. The controls and indication labels shall be illuminated, for nighttime operation. The following items shall be furnished at the console and be clearly identified and conveniently located for ease of operation and viewing: -Microprocessor Override switch -Emergency Power Unit switch -LCD display with the following data: -Current stabilizer status -Current chassis position including lateral and longitudinal angles -Warning for hydraulic fluid filter bypassing at proper operating temperature -Access to aerial system information AERIAL DEVICE CONTROL STATIONS There shall be two (2) device control stations; one (1) shall be referred to as the platform control station and the other as the turntable control station. All elevation, extension and rotation controls shall operate from both of these locations. The controls shall permit the operator to regulate the speed of the aerial functions, within safe limits, as determined by the manufacturer and NFPA standards. The controls shall be grouped and operate in an identical manner at both stations for similarity of operation. The controls shall be clearly marked and lighted for nighttime operation. Located at each control station (turntable and platform), there shall be an operator’s deadman switch. This switch shall be mounted on the floor of each position, to be controlled by the operator’s foot. It shall be a simple, push-to-operate type of switch, similar to the floor-mounted switches in the cab for siren operation. The switch shall be covered to prevent accidental operation, but the cover must be large enough to allow use by an operator wearing structural firefighting boots. The operation of this deadman switch shall be necessary to operate any and all aerial functions. The operator will have to hold this switch with his foot to allow any and all aerial functions, and release of the deadman switch shall immediately stop any and all aerial functions. Each control shall be equipped with a positive lock to hold the control in a neutral position to prevent accidental operation. The turntable controls shall be so designed to allow the turntable controls station to immediately override the platform controls, even if the aerial is being operated by the basket controls. TURNTABLE CONTROL STATION The turntable control station shall be located on the left side of the turntable, so the operator may easily observe the basket while operating the controls. The following items shall be installed at the turntable control station, clearly identified and illuminated for nighttime operation and conveniently located for ease of operation and viewing: -Controls for elevation, rotation, extension/retraction 61

NO

BIDDER WILL COMPLY YES

-Intercom controls, which shall include a push-to-talk microphone that transmits to the aerial platform, but in standby will receive audio from the aerial platform. -Tip tracking light switch -Emergency power unit switch -Operator’s load chart -Three-position switch for selecting aerial operating speed (slow-normal-fast) -Platform leveling -LCD display with the following data: -Current aerial load capacity -Remaining breathing air -Current height, reach and extended length -Current water flow and total water flowed -Hydraulic oil level, temperature and pressure -Ambient air temperature at aerial tip -Rung alignment -Hours of operation -All warnings for load and safe operation -All stabilizer information TURNTABLE FALL PROTECTION DEVICES The turntable work area will have the ingress and egress pathways between the handrails protected by fall protection devices. These devices will be of the dual-swing type (inward and upward). They will span the openings between the fixed handrails on each side. They will be covered with a weatherproof vinyl and be padded and will be of a high-visibility color. Their final dimension and position will be determined at mid-construction meeting. TURNTABLE WORK LIGHTS There shall be a minimum of two (2) 12VDC LED work lights installed on the turntable, to illuminate the surrounding area for nighttime operation. The aerial master switch shall activate these work lights.

62

NO

BIDDER WILL COMPLY

AERIAL PLATFORM CONTROL STATION

YES

The aerial platform instrument panel shall be located at right rear corner of the platform. The following controls shall be installed at the console and be clearly identified, illuminated for nighttime operation, and be conveniently located for ease of operation and viewing: -Controls for elevation, rotation, extension/retraction -Intercom controls – these shall include a constant-on microphone system that transmits to the turntable. -Operator’s Load Chart -LCD display with the following data: -Current aerial load capacity -Remaining breathing air -Current height, reach and extended length -Current water flow and total water flowed -Hydraulic oil level, temperature and pressure -Ambient air temperature at aerial tip -Rung alignment -Hours of operation -All warnings for load and safe operation -All stabilizer information STABILIZERS In bidding the aerial apparatus stabilizer system, the manufacturer shall describe to the buyer the construction methods, materials and coatings, and systems used to develop an outrigger/stabilizer system for supporting the apparatus chassis during aerial operations. This description shall include, but not necessarily be limited to, the following: -Stabilizer horizontal and vertical dimensions when deployed -Stabilizer controls -Stabilizer footprint ground lighting -Stabilizer warning lights Additionally, the bidder shall include the following items: Four (4) auxiliary ground pads, to be built of high strength resin, and to be a minimum of 800 square inches, with underbody storage trays, two (2) on each side of the apparatus body. 63

NO

BIDDER WILL COMPLY YES

Reflective chevron-pattern tape applied to each side (forward and rearward) of each outrigger. Stabilizer controls shall be so located as to provide a clear and unobstructed view of each stabilizer as it is being deployed. CRADLE INTERLOCK A cradle interlock system shall be provided to prevent the lifting of the aerial device from the road position until the operator has positioned all the stabilizers in a load-supporting configuration. A switch shall be installed at the cradle to prevent the operation of the stabilizers once the aerial device had been elevated from the road position. STABILITY ALARM An audible alarm shall be provided at the control console to alert the operator should the stability limitations of the ladder be exceeded. The alarm shall notify the operator of the condition, and shall prohibit any other aerial device functions that will further jeopardize the stability of the apparatus. Only aerial device functions that restore the apparatus to a safe condition will be allowed once this condition has been reached. Additionally, two (2) Ecco® amber strobe lights shall be located at the tip of the base section, one each side, wired to the load gauge, to indicate the same condition. HYDRAULIC SYSTEM In bidding the hydraulic system, the manufacturer shall provide to the buyer a complete and detailed description of their hydraulic system, including design, materials and coatings, and construction methods. This description shall also include details of the manufacturer’s warranty, which shall in no case be less than 3 years parts and labor. Additionally, this description for the hydraulic system shall also include, but not necessarily be limited to, the following items: -Pressure filter -Return filter -Hydraulic reservoir capacity and construction -Power take-off, location and activation -Hydraulic pump, location and capacity -Emergency 12VDC pump, location, capacities, and controls PLATFORM WATER SYSTEM A 4.00” (internal diameter) water swivel shall connect the fly section waterway to the platform waterway. The water swivel shall permit water tower operations from –8 degrees to 75 degrees inclination. The water shall be routed from the swivel to a 4.00” gear operated butterfly valve on the front of the platform using a 4.00” tube. The deluge gun shall be bolted on to the butterfly valve. A 2.50” preset pressure relief valve shall be provided in the waterway system. It shall be designed to protect the aerial waterway from excess pressure. It shall dump water to the ground when operating. 64

NO

BIDDER WILL COMPLY YES

A shower nozzle rated at 75gpm shall be provided beneath the platform for heat protection for the platform personnel. A direct linkage to start and stop shower nozzle operation shall be provided to a location convenient to the personnel operating in the platform. Primary consideration shall be given to the shower nozzle installation being centered, and secondary consideration given to the down light installation. Two (2) 2.50” discharges shall be provided at the front of the platform. These shall be gated with ¼ turn valves at the platform in a location convenient for the personnel operating in the platform. One will be furnished with 2.50” NST and chrome plated cap, and the other will be furnished with a 2.50” to 1.50” NST reducer and an anodized aluminum cap. AERIAL MONITOR An Elkhart model 8294-02 Scorpion double hand wheel monitor with an Elkhart SM-2000 variable stream nozzle shall be provided at the front of the platform. Additionally, a set of Elkhart model number ST-195 stacked-tip, smooth bore nozzles from 2” to 2 1/2,” including a stream shaper, shall be provided. A bracket or storage compartment in the aerial platform for one or the other nozzle shall be provided, its final position to be determined at mid-construction meeting. Waterway flow, including total gallons flowed, shall be monitored by the microprocessor. An LCD display shall be located at both the upper and lower control stations. REAR INLET A 5.00” NST inlet shall be provided at the rear of the apparatus body. It will be furnished with a 5.00”NST to 5.00” Storz type adapter, a Harrington H30E-50-50NH elbow and a 5.00” Storz cap. TOOLS The following tools shall be provided for re-torquing of all specified bolts as recommended by the manufacturer: Torque wrench All required extensions, adapters, and sockets TRAINING The manufacturer of the aerial apparatus shall provide a training engineer. The training engineer shall instruct the fire department personnel in the operation and maintenance of the aerial device for a period of not less than three (3) days. INSPECTION CERTIFICATE A third-party inspection certificate for the aerial device shall be furnished upon delivery of the apparatus. The certificate shall be Underwriters Laboratories Inc. Type 1, indicating the aerial device has been inspected on the production line and after final assembly.

65

NO

BIDDER WILL COMPLY

The following tests shall be conducted:

YES

Magnetic particle inspection shall be conducted on every weld to assure the integrity of the welds and to detect any flaws or weaknesses. Magnets shall be placed on each side of the weld while graphite powder is placed on the weld itself. The powder shall detect any crack that may exist. This test shall be performed prior to assembly of the aerial device. Ultrasonic inspection shall be used to detect any flaws in pins, bolts and other critical mounting components. Functional tests, load tests, stability tests and visual structural examinations shall be performed. These tests shall determine any unusual deflection, noise, vibration or instability characteristics of the unit. LOOSE EQUIPMENT The following items will be furnished by the manufacturer upon delivery of the completed unit: One (1) bag of chrome, stainless steel or cadmium-plated screws, nuts, bolts and washers, of the various sizes normally used in the construction of the apparatus.

66

NO

SECTION I.

APPARATUS CAB AND BODY AND AERIAL DEVICE PAINTING For the custom cab exterior and apparatus body including roll-up doors, painting procedure shall consist of a standard and acceptable automotive truck technology finish system. This system shall include, but not necessarily be limited to, a two-part paint and a primer/base coat/clear coat finish, where applicable. All seams shall be filled and sanded flush prior to priming. All holes and perforations in the sheet metal shall be sealed and filled as well. All removable items such as brackets, compartment doors, door hinges, trim, etc. shall be removed and painted separately to insure paint behind all mounted items. Body assemblies that cannot be finish painted after assembly shall be finish painted prior to assembly. The custom cab shall be two tone, white-over-red, with the red beginning approximately at or just below the cab windows, the balance of the cab above being white. The apparatus body, including roll-up doors, shall be red. Bidder shall use the following paint: DuPont, Emron Red, 97902U and DuPont, Emron White, 508U. For any reference, the example to be used shall be Peoria F.D. Truck 4. The paint scheme provided by the bidder shall, in no case, be exceptionally different from this example or than any other models currently in service in the Peoria Fire Department. The paint scheme shall be displayed at the preconstruction meeting. PAINT ENVIRONMENTAL IMPACT

The manufacturer shall meet or exceed all current State regulations concerning paint operations (as regards the state in which the manufacturer conducts business and will build this apparatus). Pollution control shall include measures to protect the atmosphere, water and soil. The manufacturer’s in-house Environmental Impact statement or mission statement regarding anti-pollution policies and procedures will be included with the bidder’s submission. Additionally, the finished apparatus shall not be manufactured with or contain products that have ozone depleting substances. Manufacturer shall, upon demand, present evidence that their manufacturing facility meets the above conditions and that it is in compliance with the manufacturer’s State EPA rules and regulations. PAINT CHASSIS FRAME ASSEMBLY The chassis frame assembly shall be painted black prior to the installation of the cab and apparatus body, and before installation of the engine and transmission, air brake lines, electrical applications, etc. Components that are included with the chassis frame assembly that shall be painted black are frame rails, cross members, axles, suspension members, steering gear and components, fuel tank, body substructure supports, miscellaneous mounting brackets, etc.

67

BIDDER WILL COMPLY YES

NO

BIDDER WILL COMPLY

COMPARTMENT INTERIOR PAINT

YES

All compartment interiors shall be painted with gray spatter-finish type paint. All compartment flooring shall be a spray-on, polyurethane textured finish, in the style of spray-on truck bed liners. This spray-on finish shall utilize Kevlar® particles for texture, and shall be a gray color most similar to the color of the other compartment paint. The spray-on liner shall extend from 2 to 4 inches up the compartment interior side walls. PAINT AND CORROSION WARRANTY The cab and apparatus body exterior paint finish shall be warranted against blistering, peeling, bubbling and lack of adhesion or any other manufacturing defect for a period of six (6) years. The cab and apparatus body shall also be warranted against corrosion perforation for a period of ten (10) years. The manufacturer shall include a copy of their warranty with the bid. REFLECTIVE BAND A 10.00” wide white reflective band shall be provided across the front of the vehicle and along the sides of the body. The reflective band provided on the cab face shall be at the headlight level. A 4.00” band shall be provided at the rear of the apparatus. For any reference, the example to be used shall be Peoria F.D. Truck 4. The reflective band pattern provided by the bidder shall, in no case, be exceptionally different from this example or than any other models currently in service in the Peoria Fire Department. AERIAL DEVICE LETTERING There shall be 12.00” high Cardinal red reflective vinyl lettering provided on a separate panel on each side of the base section of the aerial device. The lettering shall include a black outline or shadow, and it shall read “PEORIA FIRE RESCUE.” For any reference, the example to be used shall be Peoria F.D. Truck 4. The font and typeface provided by the bidder shall, in no case, be exceptionally different from this example or than any other models currently in service in the Peoria Fire Department. The lettering shall be totally encapsulated between two (2) layers of clear vinyl. LAMINATION WARRANTY The manufacturer shall provide a three (3) year warranty against defects in material and workmanship with the graphics process. A copy of the fire apparatus manufacturer’s warranty shall be included with the bid. GOLD LEAF LETTERING Up to 60 genuine gold leaf letters, 3.00” high, outlined and shaded shall be provided. For any reference, the example to be used shall be Peoria F.D. Truck 4. The font and typeface provided by the bidder shall, in no case, be exceptionally different from this example or than any other models currently in service in the Peoria Fire Department.

68

NO

BIDDER WILL COMPLY YES

REFLECTIVE LETTERING Six (6) letters, 10.00” high, and reflective, shall be installed on each side and rear of the apparatus. Six (6) letters, 15.00” high, and reflective, shall be installed on each side of the aerial platform. For any reference, the example to be used shall be Peoria F.D. Truck 4. The text, font and typeface provided by the bidder shall, in no case, be exceptionally different from this example or than any other models currently in service in the Peoria Fire Department. They shall be decided on and finalized at the mid-construction meeting.

69

NO

SECTION J.

OPTIONS TO THE BIDDER GENERAL

BIDDER WILL COMPLY YES

It is the intent of this options addendum to allow the bidder different opportunities in bidding this piece of apparatus, and to allow the buyer flexibility in choosing financial and operational options that best suit the needs of this department. The bidder may choose to include optional bid information on any single, any combination, or all or none of the options listed below. Bidders shall include in their optional bids a clearly delineated cost and discount column or paragraph for each option. In keeping with standard bookkeeping practices, and for ease of use in the buying process, it is suggested that bidders indicate additional cost per option in standard typeface, and discounts per option in standard typeface (in parentheses). Any item heretofore delineated in this document shall be considered ‘standard.’ Any item listed in this section of this document shall be considered ‘optional.’ The following options are to be considered by the bidder in the building of this apparatus: INDEPENDENT FRONT SUSPENSION In lieu of the Meritor® spring and I-beam front suspension, bidder may include cost options for an Independent front suspension. This independent front suspension must include all the necessary components to allow the chassis to adequately and safely carry the designed weight and still provide ride and handling quality improvements, durability and longevity of parts and equipment to offset any increased costs. Bidder will include any stand-alone warranty information for these component options. REAR VIEW/BLIND SPOT CAMERA AND MONITOR The bidder may provide the buyer with the cost options for the installation of a rear-view/blind spot camera and monitor. This closed-circuit system shall feature two (2) cameras that provide a wide-angle view from the rear step of the apparatus, and for the officer’s side ‘blind spot’ area along the side of the apparatus body. It shall feature a monitor placed within easy and convenient view of the driver’s position. Finally, it shall be completely autonomous in its operation. That is, the system will energize itself and provide full view of the rear of the apparatus, to an area on the order of 8 to 10 feet around the rear of the apparatus, when the chassis transmission is placed in reverse, with no input from the driver. The officer’s side blind spot camera shall be activated by the turn signal. The exterior components of this system must be weather-tight. Favor will be given to any system that is built with electronic components that meet MIL-SPEC 810 standards for durability. FRONT WATERWAY Bidder may include cost and any construction options for a front mounted stainless-steel, 5” intake for the aerial waterway. This waterway shall be terminated in the bumper, in a flush-mounted application. This waterway shall include a 5” Storz coupling, an internal pressure relief device, back-flow preventer or check valve, and an NFPA compliant slow-close valve. PORTABLE GENERATOR Honda model EU2000i

70

NO

BIDDER WILL COMPLY YES

ELECTRIC POSITIVE PRESSURE FAN Tempest EB-21-VSG NON-EXTENDED BUMPER Bidder may include cost and any construction options for a bumper that is not extended 12” from the face of the cab. The bumper’s construction and coatings shall remain as specified in the original spec. DETROIT DIESEL ENGINE The bidder shall state the cost (or cost savings) of a Detroit Diesel DD13 engine. The engine shall meet all requirements specified within the original spec. The option pricing shall include any additional equipment and changes to equipment necessary to accompany the Detroit Diesel DD13 engine. The bidder shall provide diagnostic software so that the Peoria Fire Department can identify any issues with the system. TRADE-IN The bidder shall state the trade-in value of two (2) current Peoria Fire Department apparatus. The apparatus to be traded in are current PFD T-42, a 1981 Pierce/LTI 100 foot Aerial truck; and PFD E-32, a 1994 Pierce 1250 GPM pumper.

EXTENDED WARRANTY The Bumper to Bumper warranty shall be extended to a total of four (4) years from the date of acceptance of apparatus.

END

71

NO

City of Peoria, IL Fire Department Bid/Proposal # 12-14 Price for One (1) Aerial Ladder Truck as specified F.O.B. the Manufacturing Facility $_______________________ Less trade-in of Peoria Truck 42 and Engine 32 See Page 70 Contact Division Chief Ed Olehy for inspection 309 494 8732

$_______________________

The discount, if any, for 100% prepay upon contract signing: $_______________________ Total for One (1) Aerial Ladder Truck F.O.B. the Manufacturing Facility Less total for trades and Including 100% prepay discount: $________________________

The following prices are for the options described on pages 69-70 of this document. Any discounts shall be so indicated in (parenthesis) and any additional charges shall be so indicated with a < + > ‘plus’ sign. 1. Price for optional independent front suspension

$

2. Price for optional FOUR year bumper to bumper warranty

$

3. Price for optional rear view blind spot camera and monitor

$

4. Price for One (1) Portable Generator Honda model EU2000i

$

5. Price for front waterway as specified

$

6. Price for One (1) Electric Positive Pressure Fan Tempest EB-21-VSG

$

7. Cost or Cost Saving Non Extended Bumper per specifications

$

8. Cost or Cost Saving for replacing the Specified Engine with a Detroit Diesel DD13 engine

$

72

CITY OF PEORIA BID

PROPOSAL

The executing of this form certifies understanding and compliance with the total bid package. BID SUBMITTED BY: # Company

Peoria EEO Certificate of Compliance Number

Address

City

State

After Hour Telephone #

Zip

Daytime Telephone #

Contact Person (Please print or type)

Name of Authorized Agent or Officer

Title

Signature of Authorized Agent or Officer

Date PLEASE MARK ENVELOPE: BID #12-14

73