RES 2015-0267 - Bid from Smeal Fire-Danko Apparatus for ladders a.
o"'�fl A 1 ryFs 1 i.. Fire Department
e '%"' ", 1516 Jackson Street
103
� �f• �i „^ 1015 �R —2 PI . 5 7 Omaha,Nebraska 68102-3110
r ► M.w hi'i 7• J /
(402)444-5700
Ao� 4a FAX(402)444-6378
4.E tEs� C i T' C I t P?'( Bernard J. Kanger,Jr.
City of Omaha r .j ri 'y i . N E U R tk C P<r A; Fire Chief
Jean Stothert,Mayor
Honorable President
and Members of the City Council,
Attached is a Resolution requested by the Omaha Fire Department to accept the bid to purchase
two (2) 100-foot 1500 GPM Waterway Aerial Ladder Fire Apparatus.
The following bid was received, opened, and tabulated on January 14, 2015:
100-foot 1500 GPM Waterway Aerial Ladder Fire Apparatus
VENDOR BID EACH TOTAL BID
Firefox Rescue/KME $992,252.00 $1,984,504.00
Rosenbauer South Dakota $795,258.00 $1,590,516.00
Smeal Fire/Danko Apparatus $771,837.00 $1,543,674.00
Toyne No Bid No Bid
The Fire Department recommends Smeal Fire/Danko Apparatus as being the lowest bid meeting
specifications at a cost of $771,837.00 per Aerial Ladder Fire Apparatus. In its bid
specifications, the City provided an option in which the City would pay 80% of the contract price
upon approval by the City Council, with the remainder to be paid upon completion and delivery.
If this option was selected, the bidder was required to submit a performance bond to insure the
specifications were met. The bid of Smeal Fire/Danko contemplated a combined discount of
$64,604 for both trucks. The bid specifications also provided an option in which Truck 59, a
1995 Smeal 75' Aerial ladder would be traded in. Smeal Fire/Danko provided a trade in
allowance of$5,000 which would be deducted from the purchase price.
The Fire Department recommends executing the prepayment option, in addition to the trade in of
Truck 59, with an adjusted price of$1,474,070 for both 100 Foot 1500 GPM Waterway Aerial
Ladder Fire Apparatus. Funds for the Aerial Ladder Fire Apparatus contract are to be paid from
Public Safety Bonds Fund 13298, Organization 114512, Project 1862, Account 47033.
The contractor(s) has on file a current Annual Contract Compliance Report Form (CC-1). As is
City policy, the Human Rights and Relations Department will review the contract to ensure
compliance with the Contract Compliance Ordinance.
Your favorable consideration of this Resolution is requested.
Page 1 of 2
Respectfully submitted, Approved:
`''S)i \ S-' 2-Z4-5 -) - ,._1
AtilaMed ) c. .2-/, 'I
/5
Bernie J. Kanger, Jr. Date Milfki Frost kteu Date
Fire Chief Human Rights & Relations Director
Approved as to Funding: Referred to City Council for consideration:
VtI((6)
17,/
kV 71 i r.1"/CIA,-+ 47/ — . C.LeA,_ -bb----FLIL 7 / 47( ....„
Stephen C i s ate Mayor's Office Date
Finance Director
s:\Fire-City Council Documents\2015\10001nlw.doc
Page 2 of 2
C-25A CITY OF OMAHA
LEGISLATIVE CHAMBER
Omaha,Nebraska
RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA:
WHEREAS, bids were received on January 14, 2015, for the purchase of
two (2) 100-foot 1500 GPM Waterway Aerial Ladder Fire Apparatus; and,
WHEREAS, Smeal Fire/Danko Apparatus submitted a total bid of one
million five-hundred forty-three thousand six hundred and seventy-four dollars
($1,543,674.00), being the lowest and best bid received for the purchase of two (2) 100-
foot 1500 GPM Waterway Aerial Ladder Fire Apparatus.
WHEREAS, the City of Omaha provided an option to the bid in which the
City would pay 80% of the contract price upon approval by the City Council, with the
remainder to be paid upon completion and delivery; and,
WHEREAS, Smeal Fire/Danko Apparatus submitted that it would provide
a discount of $64,604 if the City elected to proceed with the option for 80% payment
upon approval and the City of Omaha has elected to proceed with the option; and,
WHEREAS, City also provided an option in which Truck 59, an unused
ladder truck would be traded in; and,
WHEREAS, Smeal Fire/Danko Apparatus submitted that it would provide
a trade in allowance of$5,000 for Truck 59 and the City of Omaha has elected to proceed
with the option.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF
THE CITY OF OMAHA:
THAT, as recommended by the Mayor, the attached bid of Smeal
Fire/Danko Apparatus in the amount of one million, four-hundred seventy-four thousand
and seventy dollars ($1,474,070.00) for the purchase of two (2) 100-foot 1500 GMP
Waterway Aerial Ladder Fire Apparatus is hereby approved; and,
BE IT FURTHER RESOLVED THAT, the Finance Department is
authorized to pay the cost of such purchase from Public Safety Bonds Fund 13298,
Organization 114512, Project 1862, Account 47033.
APPROVED AS TO FORM:
By
Councilmember
AdoptedMAR 1 0 2015
DEPUTY CITY ATTORNEY
DATE
Cit ity Jerk /�o��S
s:\fire-city council documents\2015\10002n1w.doc
APP rove
Mayor
H W
Z U_
a
I— W
z0
a
a) W iit
-a
o Z C) o
F— M 12 z
a
Y N m O
o
E cc6 Z V co
co12 a a
d
W Q
N
CO
0 0
co H W 2 cn cn cn
aci Z C.) N
o O 2
ce O a y[9
W m o
0
X Y I— W N
•
= Z V N } }
LT_ N = 12
Cl) a a)
Ce
L a) y
Ta a) c) a) to to E as >
c0 L
Q• >, a E m � o ° 3 � - a) 3Ov°,
m _
= O .a C L > 0 = 0 > a) o ° a-0 ) 13 -0 c
t WO 1 m ZO o — a o) m` = a 03 2_, o 7 Q = a1 a) m
a.5 -0a) a a cn � 'a V
in F- _ as c a co a) O lc a) c.. L as a) -0
i 2 R a a0 — co -o .cn > .� � y � o 3 3 m
= t) E- fd m ca oO aE) a) C o o `c � c c
d Z U y U C L a) .>_ CC D cl-U o o 8 Y Y
O Q Q W E o) 0 a) a L >' c va) o Q Q
N ..
C D a) G CD O 5., E F— 0 ca C . v cn T- N
7 - LE a) o a) :«- _ N C m— a) ca as a at at
O mF- >, 0m '� oca"moo -. ... =0YO E E
UW W u_ ca Wz " a S o 5amaca a c
a Z U w, 2 c -a -a
vi O o O o- O a) ca o o a) ` o ° E o } b c c
RI Z 2 `o Q L o a) U a m U -o cn L a) a) m
o �- a) a F— v >, E -v w c a) v) N a) _c 'V -0
O N L a'C N O -a o > = 'a a
10 = H _ to ii O cu o a U a o U .S .� Q Q
O •E o co
ZCI = a aN � m �
v L
O CO CI
e- U
d c ++
al1- 2 C ca •t 2 03 a)
a
Q IL R C d a) a N
m G 0 L_
H.H.
DOUGLAS COUNTY
REQUEST FOR BID AND BID SHEET
ON: CITY OF OMAHA Fire Apparatus(100 FT.,1500 GPM Waterway Aerial Ladder
Fire Apparatus)
RETURN BIDS TO: Published: November 19,2014 Page 1
CITY CLERK
1819 Farnam Street BID BOND OR CERTIFIED CHECK REQUIRED IN THE AMOUNT 5%
LC-1 Omaha-Douglas Civic Center IF THE TOTAL AMOUNT FOR THE ITEM OFFERED IS$20,000 OR MORE.
Omaha,Nebraska 88183-0011 BID BOND OR CERTIFIED CHECK SHALL BE MADE PAYABLE TO
"CITY OF OMAHA"
NOT AN ORDER Bid Opening Time&Date: 11:00 a.m.CST or Wednesday,January 14,2015
IMPORTANT
1. Bid must be in the office of the CITY CLERK,1819 Famam Street,LC-1, 4. If Federal Excise Tax applies,show amount of same and deduct.
OMAHA-DOUGLAS CIVIC CENTER,Omaha,NE 68183-0011 Exemption certificates will be furnished.Do not include tax in bid.
by the opening date and time indicated in a sealed envelope marked:
BID ON:CITY OF OMAHA Fire Apparatus(100 FT., GPM Waterway Aerial 5. BID MUST INCLUDE ANY DELIVERY OR SHIPPING CHARGES.
Ladder Fire Apparatus)
2. As evidence of good faith a bid bond or certified check must be submitted with bid. 6. When submitting bid on items fisted,bidder may on a separate sheet,make
Bid bond or certified check shall be made payable to'City of Omaha' suggestions covering reduction in costs wherever this is possble through
FAILURE TO DO SO IS CAUSE FOR REJECTION. redesign,change of material or utilization of standard items or quantity change.
3. Right is reserved to accept or reject any or all bids in their entirety and the bidders shall 7. If you do not bid,return sheets with reason for dedin ng.Failure to do so will indicate
have the right to appeal any dedsion to the City Counal. Right is also reserved to your desire to be removed from our mating list.TABULATION SHEETS FOR THE BIDS
accept or reject any part of your bid unless otherwise indcated by you. SUBMITTED ARE AVAILABLE ON THE DOUGLAS COUNTY WEBSITE AT
www.douaiascamNaurchasina,om. DO NOT CALL FOR THIS INFORMATION.
Quote your lowest price,best delivery and terms,F.O.B.delivery point on the Items)listed below:
QUANTITY DESCRIPTION UNIT PRICE EXTENSION
2 each The City of Omaha is seeking bids for Fire Apparatus per
the attached 50(fifty) pages of specifications.
Make/Model Offered: 105'Aerial Ladder
BID/each: $ 771,837 $ 1,543,674
(x 2 each)
A pre-bid meeting will be held on Tuesday, December 2, (5%Bid Bond is to be based
2014, at 2:00 pm at Fire Headquarters, 1516 Jackson upon this amount,if over
S2o,00000)
Street, Omaha, NE.
Questions regarding this bid should be directed to:
Marc McCoy at(402)444-6191 or
Greg Stofer at(402)639-1219
REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of Nebraska and listed on
the current edition of Circular 570 of the United States Department of the Treasury. A certified check,an official bank check,or cashier's
checks drawn on a national bank or a bank chartered under the laws of the state,payable to the City of Omaha,or lawful money of the
United States,or a United States Government Bond(negotiable)are acceptable substitutes for bond requirements. LETTERS OF
CREDIT AND COMPANY CHECKS ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR
REJECTION OF BID.
All bidders awarded a contract in the amount of$5,000 or more must comply with the Contract Compliance Ordinance and have on file with the Human
Rights&Relations Department the Contract Compliance Report(Form CC-1). This report shall be in effect for 24 months from the date received by the
Human Rights&Relations Department. Any questions regarding the Contract Compliance Ordinance should be directed to the Human Rights&Relations
Department at(402)444-5055.
(PLEASE PRINT LEGIBLY OR TYPE)
Payment Terms 100 %at completion Firm: Smeal Fire Apparatus Co. corpo -led n: ►ebraska
Delivery(or completion) Name: Kevin Fendrick Signatur , •/1S>
300-360 calendar days following Title: Director of Inside Sale (Phone: 402-568-2224 Fax: .t 2- 68-2346
award Address: 610 West 4th Street
Street/P.O.Box 8 City Snyder State NE Zip 68664
Email Address: Sales@smeal.com
DOUGLAS COUNTY
REQUEST FOR BID
ON: CITY OF OMAHA Fire Apparatus (100 FT., 1500 GPM Waterway Aerial Ladder Fire Apparatus)
NOT AN ORDER Page 2
DESCRIPTION
REQUIREMENTS FOR BID BOND: The surety company issuing the bid bond should be licensed by the State of
Nebraska and listed on the current edition of Circular 570 of the United States Department of the Treasury. A certified
check,an official bank check,or cashier's checks drawn on a national bank or a bank chartered under the laws of the
state, payable to the City of Omaha,or lawful money of the United States,or a United States Government Bond
(negotiable)are acceptable substitutes for bond requirements. LETTERS OF CREDIT AND COMPANY CHECKS
ARE NOT ACCEPTABLE SUBSTITUTES FOR A BID BOND AND WOULD BE CAUSE FOR REJECTION OF BID.
Equal Employment Opportunity: In accordance with the Nebraska Fair Employment Practice Act, Neb. Rev.Stat.
§48-1122,the Contractor agrees that neither it nor any of its subcontractors shall discriminate against any employee,
or applicant for employment to be employed in the performance of this Agreement,with respect to hire,tenure,terms,
conditions,or privileges of employment because of the race,color,religion,sex,disability, or national origin of the
employee or applicant.
New Employee Work Eligibility Status(Neb.Rev.Stat.§4-108-114)
The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work
eligibility status of new employees physically performing services within Douglas County. A federal immigration
verification system means the electronic verification of the work authorization program authorized by the Illegal
Immigration Reform and Immigrant Responsibility Act of 1996,8 U.S.C. 1324a,known as the E-Verify Program, or an
equivalent federal program designated by the United States Department of Homeland Security or other federal
agency authorized to verify the work eligibility status of a newly hired employee.
If the Contractor is an individual or sole proprietorship,the following applies:
1. The Contractor must complete the United States Citizenship Attestation Form,available on the
Department of Administrative Services website at www.das.state.ne.us
2. If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor
agrees to provide the US Citizenship and Immigration Services documentation required to verify the
Contractor's lawful presence in the United States using the Systematic Alien Verification for
Entitlements(SAVE)Program.
3. The Contractor understands and agrees that lawful presence in the United States is required and the
Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as
required by Neb. Rev. Stat.§4-108.
SIGN ALL COPIES Firm Smeal Fire Appar Co.
By Kevin Fendrick
Title Director of Ins' a Sales
CONTINUATION SHEET
Responsible Contractor Compliance Form
RC-1
41,
Or,
QNAHA.kE8
% �WL jtl'C a
��.
r x(
1. Regulation: ��14'n FEisW"4-�
A.Article IV,Division 1 of Chapter 10 of the Omaha Municipal Code thereon require:
I.That all contractors who submit a bid to City of Omaha shall designate a representative who on
behalf of the Contractor,shall fill out completely a Responsible Contractor Compliance Fonn
(RC-1). An incomplete or unsigned RC-1 form will make your bid null and void.
2. Filing this Report(please initial in the boxes below):
Contractor agrees that Contractor will not knowingly employ or hire an employee not lawfully
authorized to perform employment in the United States and that the Contractor and all sub-
contractors shall use E-Verify to determine work eligibility.
El Contractor agrees that Contractor will not knowingly violate Nebraska's Misclassification of
Employee law(Neb.Rev.Stat.Section 48-2901 et seq.).
mu Contractor agrees that Contractor will not knowingly violate Nebraska's Fair Labor Standards
Law(Neb.Rev.Stat.Section 73-104 et seq.).
iiContractor has not been convicted of any tax violations(local,State and Federal)within the last
three years from the date this bid is submitted.
Contractor has not,upon final determination by the Occupational Safety and Health
Administration,been convicted of a criminal,repeat,or willful violation of the Occupational
Safety and Health Act(OSHA)or been convicted of 3(three)separate"serious"OSHA violations
within the past three(3)years.
INE Contractor agrees to make a good faith effort to ensure all subcontractors employed on this project
comply wit the provisions of the Responsible Contractor Compliance Form RC-1.
1/14/15
Sig u' Date
By signing,I verify on behalf of the Contractor that the information above is true and correct. Filing false
information carries a penalty of up to a$500 fine or six months in jail. In addition,the contractor and sub-
contractors can be subject to immediate disqualification and prohibited from any future City of Omaha
contract for a period of 10 years.
CITY OF OMAHA
PURCHASING DIVISION
SPECIFICATIONS FOR 100 FT.,1500 GPM WATERWAY
AERIAL LADDER FIRE APPARATUS
NOVEMBER,2014
INTENT OF SPECIFICATIONS
1) These Specifications are designed to secure for the City of Omaha two(2)
complete aerial ladder fire apparatus at least 100' in length, built to withstand the
service and use to which it may be subjected in the emergency firefighting and
rescue service of this city. These specifications are written"per truck".
2) It shall be the intent of these specifications to cover the furnishing and delivery of
two(2)complete 100-foot aerial ladder apparatus equipped as here in after
specified. These specifications shall cover only the general requirements as to the
type of construction and test to which the ladder truck 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, shall be left to the discretion of the contractor,
who shall be solely responsible for the design and construction of all features.
Aerial proposed by the bidder shall meet the requirements of the National Fire
Protection Association(NFPA)as stated in current Pamphlet 1901 for aerial
ladder apparatus.
3) Bids shall only be considered from companies that have an established reputation
in the field of aerial ladder 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.
4) Evidence of such a facility shall be included in bidder proposal. This aerial
apparatus must be supplied by a manufacturer who has been engaged in
manufacture of an aerial of the kind required by the Omaha Fire Department for
such a period of time as to establish a reputation for permanency and reliability,
and who shall be constant and continued source of supply for any and all parts
required by this aerial for minimum of 20 years while in the normal service of
Omaha Fire Department. Replacement cab and chassis body parts shall be
obtained from the manufacturer within 15 days from order date.
5) Each bidder shall furnish satisfactory evidence of their ability to construct the
Aerial specified and shall state the location of the factory where the aerial
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 aerial.
Consideration will be given to any other documented testing which offers
information attesting to the safety of the aerial apparatus.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 1 of 50
6) Each bidder shall supply a list of at least fivej5)Fire Departments, which have
had the type of aerial apparatus being specified in service for at least ten(10)
years. Bidder must also state number of year's aerial he/she is proposing has been
manufactured for the fire service.
7) National Fire Protection Association 1901 Standard for Automotive Fire
Apparatus,2009 Edition, is hereby adopted and made a part of these
specifications. The same as if they were written out in full in so far as they apply
and are not specifically modified in the following detailed specifications. With
the exception of that chapter dealing with"equipment recommended for various
types of aerial apparatus". Bidder shall provide only that equipment as required
in the following specifications.
8) Aerial shall comply with all applicable motor vehicle laws. Attention is called
to the use of state and interstate highways by Omaha Fire Department vehicles.
9) Any changes deemed necessary by successful bidder by reason of lack of
availability of material or parts, or labor strikes, or any other cause shall be taken
up with the Fire Chief as they occur and changes made a part of this contract by
addendum.
10) No addendum shall be considered valid except those issued by the City of Omaha
Purchasing Agent with approval of The Omaha Fire Chief.
1 l) No bid may be withdrawn within sixty(60)days after bid closing.
12) Manufacturer shall indicate delivery time in calendar days from date of execution
of contract, which bidder's proposal is a part of and which shall not exceed 300
calendar days from the date of the award of the bid and/or signed agreement
where purchase order(s)has been issued. The manufacturer shall provide the
final draft blue prints within 30 days after the award of the bid. A penalty of
$150.00 per day, per unit shall be assessed for late delivery starting beyond the
270 calendar day after the approved final draft blue prints are received by the
bidder. Demonstrator units are not acceptable.
13) "Delivery Date" is the date on which the fully assembled, equipped and prepared
aerial is presented to the Fire Chief here in Omaha. Delivery shall only occur
after the final inspection has occurred and any issues discovered have been
satisfactorily addressed.
14) The final delivery inspection shall occur at the factory.The ladder trucks shall be
judged for acceptance using these specifications including any change orders,
official clarifications and bidder exceptions.
15) Responsibility for the aerial remains with manufacturer until completion of
acceptance tests and formal acceptance by the City of Omaha and the unit has
been accepted and delivered to Omaha.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 2 of 50
16) Prices quoted in bids shall not include federal tax. Tax exemption certificates will
be supplied by Purchasing Agent,City of Omaha,Nebraska,when needed.
17) If any bidder has questions in connection with these specifications,the Chief
of Omaha Fire Department will clarify these specifications. It is not the
intention of these specifications to eliminate any qualified bidder.
18) The manufacturer shall not assign,transfer, convey, sublet or otherwise dispose of
the contract or his right, title,or interest in or the same of any part thereof without
previous consent in writing of the purchaser endorsed hereon or attached hereto.
19) Total price on bidder's proposal sheet must include all items listed in these
specifications. Listing any items contained in these specifications as an extra cost
item will automatically be cause for rejection. Exception is the options requested
with price at the end of these specifications.
20) Any bid submitted without listing exceptions shall be required to meet
every detail of these specifications.
21) As a condition of the acceptance of the aerial,the contractor shall furnish a
guarantee of the aerial and equipment of one year, which includes all labor and
parts, F.O.B. Omaha,Nebraska.
22) If axle loads exceed the Federal axle load limits then bidder must furnish an
insurance policy to guarantee the protection of the City of Omaha in the event of
Lawsuit stemming from an accident that could be contributed to overweight,
braking or vertical center of gravity.
23) The City of Omaha will consider an 80%pre-payment option. See the options
section at the end of these specifications.
24) Bidder's proposal must clearly list in detail all items requested in these
specifications,and only literature pertaining to these specifications can be
inserted. Inserting literature pertaining to items not listed in these specifications
to confuse the bid will be cause for automatic rejection. Where used,checking
the"NO"will mean an exception is being taken to our specification,and checking
the"YES"will mean compliance with our specification.
25) Each bid shall be accompanied by a set of"Contractor's Specifications"
consisting of a detailed description of the ladder truck and equipment proposed
and to which ladder truck furnished under contract shall conform. These
specifications shall indicate size,type,model and make of all component parts
and equipment.
26) Two (2)trips to successful bidders plant between manufacturer and four(4)Fire
Department representatives will be held consisting of a preliminary pre-
construction meeting and pre-delivery inspection trip.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 3 of 50
a) The cost incurred shall be the responsibility of the successful bidder. Any
distance greater than 200 miles shall be by commercial air travel.
II. OUALITY AND WORKMANSHIP
1. The design of the aerial 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
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 truck 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 shall follow
American Welding Society and ANSI D 1.2-96 requirements for structural
welding of aluminum. Flux core arc welding to use alloy rods,type 7000,
American Welding Society Standards A5.20-E700TI. The manufacturer shall be
required to have an American Welding Society certified welding inspector in
plant during working hours to monitor weld quality. NO EXPERIMENTAL
AERIAL SHALL BE ACCEPTED.
III. DELIVERY
1. Aerial,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 contractor shall
deliver the aerial and remain for a sufficient length of time to instruct personnel in
the proper operation, care and maintenance of the equipment delivered.
IV. INFORMATION REOUIRED
1. The manufacturer shall supply at time of deliver,complete operation and
maintenance manuals including a build list covering the completed aerial 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,transmission,drive axle, refrigerant R-134 A accompanied with
type of viscosity refrigerant oil.
V. PERFORMANCE TESTS AND REOUIREMENTS
1. A road test shall be conducted with the aerial fully loaded and a continuous run of
ten(10)miles or more shall be made under all driving conditions, during which
time the aerial 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 aerial.
Vehicle shall adhere to the following parameters:
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 4 of 50
2. The aerial, when fully equipped and loaded, shall have not less than 25%nor
more than 50%of the weight on the front axle,and not less than 50%nor more
than 75%on the rear axle.
3. The aerial shall be capable of accelerating to 35 mph from a standing start within
25 seconds on a level concrete highway without exceeding the maximum
governed rpm of the engine.
4. The service brakes shall be capable of stopping a fully loaded vehicle in 35 feet at
20 mph on a level concrete highway. The air brakes system shall conform to
Federal Motor Vehicle Safety Standards. (FMVSS 121) The aerial,fully loaded
shall be capable of obtaining a speed of 60 mph on a level concrete highway with
the engine not exceeding its governed rpm (full load).
VI. LIABILITY
1. The successful bidder shall defend any and all suits and assume all liability for the
use of patented process including any device or article forming a part of the ladder
truck or any appliance furnished under the contract.
VII. SPECIFICATION BID REQUIREMENTS
1. 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
separate page.
vIli. PROPOSALS TAKING TOTAL EXCEPTION TO SPECIFICATIONS SHALL NOT
BE ACCEPTABLE.
1. Also,bidders shall submit a detailed proposal. A letter only,even though
written on a company letterhead.shall not be sufficient. Bid proposals shall be
submitted identifying the same requirements as specified. For ease of evaluation
comparison and checking for compliance.the format of specifications provided
by the bidder shall follow the same itemized categories as provided in the bid
specifications. An exception to this requirement shall not be tolerated.
IX. EXCEPTIONS
1. All exceptions shall be stated no matter how seemingly minor. Any exceptions
not taken shall be assumed by the purchaser to be included in the proposal,
regardless of the cost to the bidder.
Where used,checking the"NO"will mean an exception is being taken. The
exception shall be referenced by page and item number and described in a
narrative section provided by the bidder.
X. GENERAL CONSTRUCTION
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 5 of 50
1. The aerial shall be designed with due consideration given to distribution of load
between the front and rear axles. Weight balances and distribution shall be in
accordance with the recommendations of the National Fire Protection
Association. (NFPA) The GAWR and GVWR of the chassis will be adequate to
carry the fully equipped apparatus,the specified hose load,unequipped personnel
weight, ground ladders, and a miscellaneous equipment allowance per NFPA
criteria as well additional equipment and personnel specified by purchaser.
Personnel are calculated at 250 per person.
XI. PUBLIC LIABILITY INSURANCE
1. 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 $2,000,000
• Personal and Advertising Injury $1,000,000
• Each Occurrence $1,000,000
2. 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. The required limits can be
provided by one or more policies provided all other insurance requirements are
met. Coverage shall be provided by a carrier(s) rated"excellent"by a.m. best.
XII. UMBRELLA LIABILITY INSURANCE
1. 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: $2,000,000
• Each Occurrence: $2,000,000
2. The policy shall be written on an occurrence basis and at a minimum provide the
same coverages 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.
3. Bidder agrees to furnish owner with a current certificate of insurance with the
coverage's 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.
XIII. ISO COMPLIANCE
1. 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
EXCEPTION if Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES X NO
Page 6 of 50
established by the manufacturer for design,manufacture, installation and service.
A copy of the certificate of compliance shall be included with the bid. If a
manufacturer is not a member of the ISO,then the manufacturer must provide
details of their adherence to a quality management system.
2. Bids submitted will be signed by the representative of the manufacturer who holds
a valid Nebraska Dealers License who is authorized to sell and transfer ownership
papers within the State of Nebraska.
3. The dealer representing the manufacturer,who submits the bid of the
manufacturer who will provide the apparatus, shall be properly licensed in the
State of Nebraska.
XIV. WARRANTY
1. Each piece of 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 off 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.
XV. OVERALL AERIAL WARRANTY
1) Aerial manufacturer shall provide a one(1)year parts and labor warranty as follows:
2) The aerial manufacturer shall warrant to the purchaser that the complete aerial device
and system was manufactured to comply with the manufacturer's bid specifications
and free in all respects from any defects in materials or workmanship.
a) The warranty shall expire on the earlier of one (1) year from the date of delivery.
This warranty shall include all parts and labor.
b) The obligations of the aerial manufacturer, pursuant to the foregoing warranty,
with respect to the aerial shall be limited to the cost of bringing such aerial into
compliance with the specifications or of removing any defects in materials or
workmanship.
XVI. AERIAL STRUCTURAL WARRANTY
The aerial ladder sections shall carry a warranty against structural failures caused by
defective design or workmanship for a period the earlier of twenty(20)years.
XVII. CHASSIS AND CAB
1. Chassis and cab to be the latest model, first line, totally enclosed, medium length,
99 inch wide, 10 inch raised roof with aerial ladder trench,six man,engine
forward, full open interior, 4 door tilt type. Cab must be well braced and
reinforced to provide maximum protection for fire fighters and made of no less
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO x
Page 7 of 50
than .125 aluminum. An aluminum extrusion frame work must be used in
construction.
2. All cab and canopy doors to be ample size for easy access and shall be equipped
with roll down windows. Safety glass shall be installed throughout. Doors to be
extreme duty with limited use of plastics.
XVIII.SEATING
1. The seats shall include a covering of high strength, wear resistant fabric made of
durable ballistic polyester. A PVC coating shall be bonded to the back side of the
material to help protect the seats from UV rays and from being saturated or
contaminated by fluids. Common trade names for this material are Imperial 1200
and Durawear 1800. —
XIX. SEAT COLOR
1. All seats supplied with the chassis shall be gray in color. All seats shall include
red seat belts.
XX. SEAT DRIVER
1. The driver's seat shall be an H.O. Bostrom Sierra model seat with air suspension.
The four-way seat shall feature 3.00 inch vertical travel air suspension and
manual fore and aft adjustment with 5.00 inches of travel. The suspension control
shall be located on the seat below the left front corner of the bottom cushion.
The seat shall also feature integral springs to isolate shock.
2. The seat position shall include a three-point shoulder harness with lap belt and an
automatic retractor attached to the cab. The buckle portion of the seat belt shall
be mounted on a semi-rigid stalk extending from the seat base within easy reach
of the occupant. Shoulder harness to be adjustable to accommodate different
driver's heights.
3. The minimum vertical dimension from the seat H-point to the ceiling for this
belted seating position shall be 37.00 inches measured with the seat suspension
height adjusted to the upper limit of its travel.
4. This model of seat shall have successfully completed the static load tests set forth
by FMVSS 207, 209, and 210 in effect at the time of manufacture. This testing
shall include a simultaneous forward load of 3000 pounds each on the lap and
shoulder belts and twenty(20)times the weight through the center of gravity.
5. The materials used in construction of the seat shall also have successfully
completed testing with regard to the flammability of materials used in the
occupant compartments of motor vehicles as outlined in FMVSS 302, of which
dictates the allowable burning rate of materials in the occupant compartments of
motor vehicles.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid BinderyES NO x
Page 8 of 50
XXI. SEAT BACK DRIVER
l. The driver's seat shall feature a two (2)way adjustable lumbar support and offer
an infinite fully reclining adjustable titling seat back. The seat back shall also
feature a contoured head rest.
XXII. SEAT MOUNTING DRIVER
1. The driver's seat shall be installed in an ergonomic position in relation to the cab
dash.
XXIII.SEAT OFFICER
1. The officer's seat shall be an H.O. Bostrom Sierra model seat with air suspension.
The four-way seat shall feature 3.00 inch vertical travel air suspension and
manual fore and aft adjustment with 5.00 inches of travel. The suspension control
shall be located on the seat below the left front corner of the bottom cushion.
The seat shall also feature integral springs to isolate shock.
2. The seat position shall include a three-point shoulder harness with lap belt and an
automatic retractor attached to the cab. The buckle portion of the seat belt shall
be mounted on a semi-rigid stalk extending from the seat base within easy reach
of the occupant.
3. The minimum vertical dimension from the seat H-point to the ceiling for this
belted seating position shall be 37.00 inches measured with the seat suspension
height adjusted to the upper limit of its travel.
4. This model of seat shall have successfully completed the static load tests set forth
by FMVSS 207, 209, and 210 in effect at the time of manufacture. This testing
shall include a simultaneous forward load of 3000 pounds each on the lap and
shoulder belts and twenty(20)times the weight through the center of gravity.
5. The materials used in construction of the seat shall also have successfully
completed testing with regard to the flammability of materials used in the
occupant compartments of motor vehicles as outlined in FMVSS 302,of which
dictates the allowable burning rate of materials in the occupant compartments of
motor vehicles.
XXIV.SEAT BACK OFFICER
1. The officer's seat shall feature a SecureAllTM SCBA locking system which shall
be one bracket model and store most U.S. and International SCBA brands and
sizes while in transit or for storage within the seat back. The bracket shall be
easily adjustable for all SCBA brands and cylinder diameters. All adjustment
points shall utilize similar hardware and adjustments shall be made with one tool.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 9 of 50
2. The bracket shall be adjustable to compensate for different cylinder lengths
without the use of tools. The adjustment shall be made by raising a lever and
moving the top clamp vertically.
3. The bracket system shall be free of straps and clamps that may interfere with
auxiliary equipment on SCBA units. The center guide fork shall keep the SCBA
tank in place for a safe and comfortable fit in the seat back cavity. The SCBA
unit simply needs to be pushed against the pivot arm to engage the patented auto-
locking system. Once the lock is engaged, the top clamp shall surround the top of
the SCBA tank for a secure fit in all directions.
4. The Secure AluTM shall include a release handle which shall be integrated into the
seat cushion for quick and easy release. This shall eliminate the need for straps or
pull cords to interfere with other SCBA equipment.
5. The seat back shall include a removable padded cover which shall be provided
over the SCBA cavity.
XXV. SEAT MOUNTING OFFICER
I. The officer's seat shall be installed in an ergonomic position in relation to the cab
dash.
XXVI.SEAT BELT ORIENTATION CREW
1. The crew position seat belts shall follow the standard orientation which extends
from the outboard shoulder extending to the inboard hip.
XXVII. SEAT FORWARD FACING OUTER LOCATION
1. The crew area shall include two(2) forward facing outboard seats,which include
one(1) located next to the outer wall of the cab on the left side of the cab and one
(1)located next to the outer wall on the right side of the cab.
XXVIII. SEAT CREW FORWARD FACING OUTER
1. The crew area shall include a seat in the forward facing outer position which shall
be a H.O. Bostrom Firefighter series. The seat shall feature a tapered and padded
seat back and cushion. The bottom cushion shall be hinged and compact in
design for additional room and shall remain in the stored position until occupied.
2. The seat shall feature an all belts to seat (ABTS) style of safety restraint. The
ABTS feature shall include a three-point shoulder harness with the lap belt and
automatic retractor as an integral part of the seat assembly. The buckle portion of
the seat belt shall extend from the seat base towards the driver position within
easy reach of the occupant.
3. The minimum vertical dimension from the seat H-point to the ceiling for each
belted seating position shall be 35.00 inches.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 10 of 50
4. This model of seat shall have successfully completed the static load tests by
FMVSS 207/210. This testing shall include a simultaneous forward load of 3000
pounds each on the lap and shoulder belts and twenty(20)times the weight
through the center of gravity. This model of seat installed in the cab model,as
specified, shall have successfully completed the dynamic sled testing using
FMVSS 208 as a guide with the following accommodations. In order to reflect
the larger size outfitted firefighters,the test dummy used shall be a 95th percentile
hybrid Ill male weighing 225 pounds rather than the 50th percentile male dummy
weighing 165 pounds as referenced in FMVSS 208. The model of seats shall also
have successfully completed the flammability of materials used in the occupant
compartments of motor vehicles as outlined in FMVSS 302,of which decides the
burning rate of materials in the occupant compartments of motor vehicles.
XXIX.SEAT BACK FORWARD FACING OUTER 1. The forward facing outboard seat shall feature a SecureAllTM self-contained
breathing apparatus (SCBA) locking system which shall be one bracket model
and store most U.S. and International SCBA brands and sizes while in transit or
for storage within the seat back. The bracket shall be easily adjustable for all
SCBA brands and cylinder diameters. All adjustment points shall utilize similar
hardware and adjustments shall be made with one tool.
2. The bracket shall be adjustable to compensate for different cylinder lengths
without the use of tools. The adjustment shall be made by raising a lever and
moving the top clamp vertically.
3. The bracket system shall be free of straps and clamps that may interfere with
auxiliary equipment on SCBA units. The center guide fork shall keep the SCBA
tank in place for a safe and comfortable fit in the seat back cavity.
4. The SCBA unit simply needs to be pushed against the pivot arm to engage the
patented auto- locking system. Once the lock is engaged, the top clamp shall
surround the top of the SCBA tank for a secure fit in all directions.
5. The SecureAllTM shall include a release handle which shall be integrated into the
seat cushion for quick and easy release. This shall eliminate the need for straps or
pull cords to interfere with other SCBA equipment.
6. The seat back shall include a removable padded cover which shall be provided
over the SCBA cavity.
XXX. SEAT MOUNTING FORWARD FACING OUTER
1. The forward facing outer seat shall be mounted in the furthest outboard position
facing the front of the cab.
XXXI.SEAT FRAME FORWARD FACING
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 11 of 50
1. The forward facing center seating positions shall include a full width seat frame
located and installed at the rear wall. The seat frame shall span the available
space on the rear wall. The seat frame shall be 12.38 inches high X 22.00 inches
deep. The seat frame shall be constructed of Marine Grade 5052-H32 0.19 inch
thick aluminum plate. The seat box shall be painted with the same color as the
remaining interior.
XXXII. CAB FRONT UNDERSEAT STORAGE ACCESS
1. The left and right under seat storage areas shall have a solid aluminum hinged door
with non-locking latch.
2. Forward facing seats in the crew area to be split apart from each other on the rear cab
wall.An aluminum storage area shall be fabricated between the seats for the storage
of three(3)boxes of EMS gloves and two (2) cup holders.Final design of the storage
box to be approved by the fire department. Seats and the storage box to be mounted to
an aluminum pedestal with hinged access doors on each end of the pedestal for the
ability to access storage in the pedestal section. Storage area shall have two (2) 12
volt round charging ports. This area can also be used for radio mounting.
3. Seat belts shall be provided for all seats including rear jump seats. Belts shall meet
G.S.A., S.A.E., specifications: have quick release metal buckles and adjust to
accommodate large personnel. Three point belts to be a minimum of 110 inches long.
Seat belts to be red in color.
XXXIII. THIRD SEAT REAR OF CAB
1) There shall be an installed third seat in the rear of the cab.
2) Seat shall be of fold down type(NON SCBA). With seat belt and harness.
3) Specific location to be determined at time of the Pre-Build Conference.
XXXIV. CAB/CHASSIS FEATURES
1. A Weldon seat belt warning system, integrated with the Vehicle Data Recorder
system, shall be installed for each seat within the chassis. The system shall provide
visual and audible warning when any seat is occupied (sixty pounds minimum), the
corresponding seat belt remains unfastened,and the park brake is released.
2. Once activated, the visual and audible indicators shall remain active until all occupied
seats have occupancy of each seat.
3. Provide minimum of two 100 CFM or greater powered exhaust fan on roof in rear of
canopy.
4. Two(2) EMS compartments shall be located in the middle of the wall above the left
and right wheel wells. These compartments shall measure 18 inches wide by 30
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 12 of 50
inches deep by 43 inches high.The compartments to be installed behind the driver's
and officer's seats and be accessible from the inside with a swing out Lexan door and
from the outside of the cab with a roll-up ROM brand doors with locks.The
compartment shall be constructed of aluminum and painted inside and out with grey
zoltone.
5. There shall be two(2)shelves provided in the EMS compartments(one in each
compartment). The shelves shall be constructed of 0.090"aluminum with a 1.25"up-
turned lip. Shelving shall be infinitely adjustable my means of a threaded tightner
sliding in a track or an equivalent adjustable method.
6. Compartment lighting shall be by a single ROM strip light incorporated in the door
track. .Automatic magnetic door switches shall control the light when either the
inside or the outside door is opened.
7. Two (2)duplex straight blade household type electrical outlets shall be installed in
each of the EMS compartments,one duplex outlet per compartment. Outlets to be
powered only when the vehicle is connected to the station shoreline.
8. Two(2) 12 volt cigarette lighter type receptacles shall be installed in the EMS
compartments, one(1) in each compartment. These to be powered at all times.
9. An aluminum storage compartment shall be installed between the interior EMS
compartments. This storage compartment is to have a hinged aluminum lid with gas
struts and three adjustable bulkheads.
a. Compartment to be approximately 24 inches tall by the maximum
allowable width. Compartment not to impede the forward visibility of the
front facing firefighters. Final design and approval of the compartment to
be completed at the pre-construction meeting.This cabinet shall be used
for a battery charging station for the hydraulic rescue tools and Dewalt had
tools.Compartment shall have two(2)duplex120v household style
outlets.
10.There shall be two (2)stationary windows located in the raised roof portion of the cab
above the side EMS compartment doors,one on each side of the cab.Two(2)
additional stationary windows shall be installed above the rear cab door windows,one
on each rear cab door.
11. A curved two-piece tinted windshield with electrically controlled wipers and
washers shall be furnished. Wipers shall have intermittent capabilities.
12. Inside of cab shall be painted with grey zoltone. Center dash to be extreme duty dash
painted grey Zolotone.
13.A heavy duty aluminum console shall be installed between the driver and the officer's
seats to hold the department's map books and shall also be designed with cup holders.
Console to have a large storage bin with dividers for the storage of binders and a
smaller additional bin for the storage of EMS gloves and small miscellaneous
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES X NO
Page 13 of 50
equipment.Two(2) 110V outlets and two (2) 12 volt cigarette lighter outlets shall
also be integrated into the console for the use of charging flash lights Final design to
be approved by the fire department.
14. Two heated 6"x 16"West Coast rear view mirrors,spring loaded,chrome or polished
steel, convex mirror in lower section of same. Mounted on each side of cab,
adequately braced against vibration.
15.Cab shall have Extreme Duty glove compartment and hinged door. Surface area of
glove compartment shall have flat surface able to accommodate a Mobile Data
Terminal with a surface area a minimum of 16 inches wide and 14 inches deep.
16. Safety tread aluminum plate shall be used on running boards, rear platform, over the
tops of the side compartments.
17. Fenders and guards shall be well braced, and shall have sufficient clearance for the
use of tire chains in conformity with Tire and Rim Association standards.
18. Front and rear fender wells shall be provided with removable liners.
19. When apparatus is loaded, rear step shall not be lower than fourteen(14) inches.
20. Running board height shall not exceed 24"from ground to top of running board.
21. Cab shall be equipped with a minimum 56,000 BTU heater defroster; an additional
minimum 42,000 BTU heater shall be mounted under the rear seat pedestal at the rear
cab wall.
22. There shall be two(2)ceiling mounted windshield defroster fans in front of the cab.
23. Apparatus to have complete Rhino or Ziebart undercoating.
24. Two (2)tow hooks or eyes in front,and two(2)tow hooks or eyes in rear shall be
provided and secured to frame,accessible without opening a compartment door.
25. All fasteners(nuts, bolts,and screws) shall be zinc or chrome plated. Grade 5 or
harder securing bolts shall be utilized.
26. Unit will be delivered with an installed Motorola APX6500 7/800 MID POWER
MOBILE RADIO and antenna. Successful bidder will supply all control cables and
the antenna cable. Space shall be provided in the EMS compartment or area between
the rear seats,which measures approximately seven inches by four inches high by
twelve inches deep. A 30-amp circuit,controlled by the ignition switch, shall be
provided and marked accordingly. Space shall be provided in the cab dash area of the
cab console for the control head,which measures approximately 7"wide by 2"high
by 4"deep and the speaker,which measures approximately 5"by 5". Area for the
control head must be accessible by both the driver and the passenger. Control cable
shall be run from the radio area to the control head area. A suitable wire shall be run
from a dedicated 10-amp circuit,controlled by the ignition switch,to the control head
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES X NO
Page 14 of 50
area.Antenna cable shall be run from the radio area to a suitable place in the roof.
Inside access points shall be provided at antenna area.
27. APX6500 to be configured:
a. MOTOROLA APX6500, SINGLE CONTROL HEAD
b. 1 1M25URS9PWIAN APX6500 7/800 MHZ MID POWER MOBILE
c. la 1 G806BE ADD: ASTRO. DIGITAL CAI OPERATION
d. 1 b 1 GA00805AA ADD: APX 07 CONTROL HEAD.
e. lc 1 G67CA ADD: REMOTE MOUNT MID POWER
f. Id 1 W22BA ADD:PALM MICROPHONE
g. le 1 G24AX ENH: 2 YR SFS LITE
h. If 1 G444AE ADD:APX CONTROL HEAD SOFTWARE
i. 1g 1 G335AW ADD: ANT 1/4 WAVE 762-870 MHZ
j. lh 1 G831 AD ADD: SPKR 15W WATER RESISTANT
k. 1 i 1 QA01648AA ADD:ADVANCED SYSTEM KEY-HARDWARE KEY
I. lj I G51AU ENH: SMARTZONE OPERATION APX6500
m. Ik 1 G361AH ADD: P25 TRUNKING SOFTWARE
n. 11 1 GA00580AA ADD: TDMA OPERATION
o. I m 1 W947AT ADD:ASTRO 25 INTEGRATED VOICE& DATA
28. A permanent plate shall be mounted in the driver's compartment specifying the
a. quantity and type of the following fluids used in the apparatus for normal
maintenance:
b. Engine Oil and Engine Coolant
c. Transmission Fluid and Drive Axle Fluid
d. Air Conditioning Freon R-134A
29. GVW rating to be not less than 52,500 pounds.
30. ENGINEERING ESTIMATE WEIGHT OF TRUCK AT DELIVERY? 68,500 lbs.
31. MAXIMUM HEIGHT 11' 8"
32. MAXIMUM OVERALL LENGTH 43'
33.Top speed not less than 60 M.P.H.
34.An electric over hydraulic cab lift system shall be installed for the tilting of the cab to
approximately 45 degrees. The lift system shall have an ignition interlock and a red
cab lock down indicator light on the tilt control which will illuminate when holding
the "down" button indicating safe road operation. An indicator light shall be located
on the dash that will alert the operator that the cab is unlocked and ajar. In addition to
the warning light, an audible alarm shall sound when the cab is unlocked and ajar and
the parking brake is released.
35. Cab to have an auxiliary manual cab jack to raise the cab in the event of an electrical
system failure.
EXCEPTION if Yes Please see Exceptions/Clarifications Tab In the Bid Binder YES NO X
Page 15 of 50
36. The interior of each door shall include high visibility reflective tape. A white
reflective tape that measures 1.00 inch in width shall be provided vertically along the
rear outer edge of the door.The lowest portion of each door skin shall include a
reflective tape chevron with red and white stripes. The chevron tape shall measure
6.00 inches in height.
37. Each cab door to have reflective 8 inch"STOP"signs on the inside of the cab door to
warn drivers when the doors are open.
38. Cab doors to have a 4"flashing LED light when the cab door is opened.
39. Rear crew doors to have black powder coated cast aluminum assist handle on the
inside of each rear crew door the full width of the door below the glass level.
40. The cab shall include four(4) 18 inch three-piece knurled aluminum, anti-slip
exterior assist handles,one installed behind each cab door. The assist handle shall be
made of extruded aluminum with a knurled finish to enable non-slip assistance with a
gloved hand. Handles to be three piece design to allow coats to be hung on handle.
41. Each cab entry door shall include a manually operated door lock. Each door lock may
be actuated from the inside of the cab by means of a red knob located on the paddle
handle of the respective door or from using a key from the exterior.
42. Apparatus to have mud flaps installed behind all wheels.
43. Each door shall include an LED NFPA compliant ground light mounted to the
underside of the cab step below each door. The ground lighting shall be activated by
the opening of the door on the respective cab side, when the parking brake is set.
44. The front headliner of the cab shall include a red flashing light, located in the center
for greatest visibility. The light shall be clearly labeled "Do Not Move Apparatus".
In addition to the flashing red light, an audible alarm shall be included which shall
sound when a door is open and the parking brake is released.
45.The light and alarm shall be interlocked for activation when a cab door is not firmly
closed,an apparatus cabinet door is not closed and the parking brake is released.
46. Cab overhead lighting to consist of a two-section LED dome lamp with a red and a
clear lens located over each door.The clear dome lamps to be activated by opening
the respective door. Both the clear and red lamps can be activated by individual
switches on each lamp. Additional lamp shall be located over the engine tunnel.
XXXIV. DASH EQUIPMENT
A. Dash instrument panel shall include the following gauges and instruments
in addition to switches for lighting system,arranged for good driver accessibility
and properly marked for identification.
• One tachometer, registering engine hours.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 16 of 50
• One speedometer,registering road miles.
• One apparatus speedometer on the officer's side of dash.
• One water temperature gauge with red warning light and audible alarm.
• One oil pressure gauge with red warning light and audible alarm.
• One voltmeter, indicating charge and discharge rate.
• One electric fuel gauge.
• One starter switch of push-button solenoid type.
• One air cleaner restriction indicator.
• One master switch controlling lighting system.
• One transmission overheat gauge, with red light and audible alarm.
• One hi-idle switch (not mechanical).
• One low air warning light with buzzer.
XXXV. VEHICLE DATA RECORDER
1. The chassis shall have a Weldon Vehicle Data Recorder system installed. The system
shall be designed to meet NFPA 1901 and shall be integrated with the Weldon
Multiplex electrical system.The following information shall be recorded:
a. Vehicle Speed
b. Acceleration
c. Deceleration
d. Engine Speed
e. Engine Throttle Position
f. ABS Event
g. Seat Occupied Status
h. Seat Belt Status
i. Master Optical Warning Device Switch Position
j. Time
k. Date
2. Each portion of the data shall be recorded at the specified intervals and stored for the
specified length of time to meet NFPA 1901 guidelines and shall be retrievable by
connecting a laptop computer to the VDR system. Successful bidder will provide
necessary cabling and VDR Viewing software to allow the retrieval and review of
VDR data.
XXXVI. AIR CONDITIONING
1. Air conditioning shall be installed and use RI 34A Freon only.
XXXVII. FRAME
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 17 of 50
1. The frame shall consist of triple side rails and cross members forming a ladder
style frame.The side rails to be formed in the shape of a"C"channel. Each rail to
be constructed of 110,000 psi minimum yield high strength low alloy steel.
XXXVIII. ENGINE
1. The engine shall be a Cummins ISX 15 or approved equivalent diesel fueled, turbo
charged engine. The engine shall offer a rating of 500 horse power at 1800 RPM
which shall be governed at 2000 RPM. The engine shall produce 1850 foot pounds of
torque at 1200 RPM with 912 cubic inches of displacement.
2. The vehicle shall be equipped with an automatic high-idle speed control. It shall be
pre-set so when activated, it will operate the engine at the appropriate RPM to
increase alternator output. This device shall operate only when the master switch is
activated and the transmission is in neutral with the parking brake set.
The device shall disengage when the operator depresses the brake pedal,or the
transmission is placed in gear,and shall be available to manually or automatically re-
engage when the brake is released,or when the transmission is placed in neutral.
There shall be an indication on the Vista screen for the high idle speed control. An
engine governor shall be installed limiting speed of engine to that speed established
by engine manufacturer.
3. An engine governor shall be installed limiting speed of engine to that
speed established by engine manufacturer.
4. Air Cleaner: Farr dry type.
Oil Filter: Full-flow, throwaway canister type.
5. The engine shall be equipped with a Jacobs compression engine brake. An
"On/Off" low,medium,and high switch shall be provided on the instrument panel
within easy reach of the driver.
The engine brake shall interface with the Wabco ABS brake controller to p
revent engine brake operations during adverse braking conditions.
A pump shift interlock circuit shall be provided to prevent the engine brak
e from activating during aerial operations. The brake light shall activate when the
engine brake is engaged.Transmission will be programmed to down shift to 2nd
gear when the high side is selected and Jacobs brake activates.
XXXIX. EXHAUST SYSTEM
1. Must exit in front of the rear tires,on the passenger side.The tailpipe must have a
Square cut(no taper)and directed horizontally for use in a"plymo-vent"exhaust
abatement system. The apparatus shall be delivered with a plymo-vent adapter
installed.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 18 of 50
2. The exhaust tubing between the engine turbo and the diesel particulate filter
(DPF) shall be wrapped with a thermal cover in order to retain the necessary heat
for DPF regeneration.
3. There shall be two (2)controls for the diesel particulate filter. One(1)control
shall be for regeneration and one(1)control shall be for regeneration inhibit.
4. The exhaust system shall include a polyethylene tank for Diesel Exhaust Fluid
(DEF). The tank shall have the capacity of six(6)usable gallons.
The Tank is to be heated for cold weather operation and to include a level gauge
on the cab dash.
XL. ENGINE COMPARTMENT
1. The engine is to be easily accessible and capable of being removed with the cab
tilted.
2. Provisions for the easy checking of the transmission,oil,power steering,and coolant
fluid levels and also checking battery shall be placed so that they are accessible
without raising the cab.
3. Engine hood to be constructed of.125"aluminum and shall be tapered at top to allow
for more driver and passenger elbow room. The engine hood shall be insulated for
protection from heat and noise. The noise insulation shall keep the dba level within
compliance of the NFPA requirement.
XLI. COOLING SYSTEM
1. The cooling system of the engine must be a closed pressurized type with a metal
surge tank and shall be adequate to maintain a temperature of the coolant in the
engine not in excess of the engine manufacturer's maximum temperature rating.
2. Complete radiator,tubing and fitting,etc. shall be made from copper and/or brass.
Top and bottom tanks of radiator must be bolted to radiator core.
3. Radiator shall have minimum frontal area of 1,400 square inches.
4. The engine shall incorporate an air activated fan clutch. The clutch shall operate
when the engine temperature dictates.
5. Engine shall include Engine Coolant Overflow Bottle and coolant filter.
6. All coolant hoses to be silicone style hose.
7. The use of two radiators shall not be acceptable.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 19 of 50
8. The cooling package shall include Extended Life Coolant(ELC). The use of ELC
provides longer intervals between coolant changes over standard coolants
providing improved performance.
XLII. TRANSMISSION
1 An Allison EVS 4000 5-speed torque automatic transmission. Temperature gauge
with warning light and buzzer shall be mounted in the cab. The instrumentation
panel will have a"Do Not Shift"light and the shift selector will have"Service"
indicator light.
2 A transmission oil cooler shall be provided in the lower tank of the radiator.
3 The transmission shall be furnished with a 5 year warranty as furnished by
Allison transmission. This warranty shall cover 100%parts and labor.
4 Transmission shall be programmed for fifth gear at startup.
5 Transmission to have the three Prognostic functions enabled. The Prognostic
must be able to be reset using the Allison Shift Selector.Gear shift selector shall
be a hand/lever.
XLIII.STEERING SYSTEM
1. Steering gear to be integral Ross or Sheppard heavy duty power steering of
adequate capacity for service intended.
2. Steering to turn front wheels lock to lock in not more than five revolutions of
steering wheel.
XLIV.LUBRICATION SYSTEM
1. Oil fill pipe shall be conveniently located and large enough to permit easy
filling of oil reservoir when engine is running.
2. Engine,transmission and rear axle shall have magnetic drain plugs.
3 An SKF (formerly Vogel) twenty-four point centralized lubrication
system shall be provided. The lubrication system shall consist of a 2.7
liter capacity lubrication pump, mounted outside the chassis frame rail,
easily accessible for visual checks and replenishment.
a. The distribution hose shall be plastic. The system shall include
metered, piston distributors at lubrication points for the chassis
front axle king pins, front and rear spring suspension pivot
points, steering draglink and tie rods, and front and rear brake
actuation and adjustment mechanisms and all stationary grease
points.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 20 of 50
b. An electronic control unit shall be provided to monitor the system
requirements and operation. The control unit shall be mounted within the
cab of the chassis. The electronic control unit shall utilize an indicator
light to alert the operator of any fault within the lubrication system and it
shall be mounted in the dash panel within easy view of the driver.
XLV. BRAKING SYSTEM
1. The front brakes shall be 16-1/2"X 6", S-Cam drum type,air operated. The rear
brakes shall be 16-1/2"X 7", S-Cam drum type,air operated. Both front and rear
brakes shall be equipped with automatic slack adjusters.
2. Air Compressor will have a minimum of 18.7 cubic feet per minute capacity. Air
Brake system will be the quick build up type.The chassis air system shall meet
the current NFPA 1901 for rapid air pressure build-up within sixty seconds from a
completely discharged air system.This system will provide sufficient air pressure
so that the apparatus has no brake drag and is able to stop under the intended
operating conditions following the sixty seconds build-up time.
a. A Bendix air dryer system AD-IP and automatic blowdown
ejector on each air tank shall be provided. The moisture ejector on the wet tank
shall be automatic and heated.
3. Air horns must be able to blow continuously for 30 seconds or more without
hampering the brake system.
4. A spring set parking brake shall be provided that locks the rear wheels.
5. Apparatus shall have an ATC automatic traction control device that is
incorporated in the braking system. The system shall include a Deep Mud/Snow
switch to allow more engine power and wheel spin during ATC operation.
6. Vehicle to be equipped with Mentor G4 6S6M Electronic Stability Control(ESC)
system that combines the function of Roll Stability Control (RSC)with yaw or
rotational sensing.
8. The full air system shall meet current FMUSS-21 standards.
9. Heated, automatic moisture ejectors with a manual drain provision shall be
installed on all reservoirs of the air supply system.
10. One(1) air inlet shall be installed with the male coupling located on the
Driver's door area.This system shall tie into the "wet"tank of the brake system
and include a check valve in the inlet line and an 85-psi pressure protection valve
in the outlet line.
XLVI.AXLES
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES X NO
Page 21 of 50
1. Front: shall be Meritor MFS-20,easy steer,21,500 lbs.capacity.
2. Rear: shall be Meritor RT-46-160,46,000 lbs. capacity rear tandem axle.
3. Axle housing shall clear road surface at least eight(8)inches.
4. Inter-axle differential locking shall occur by an air switch in the cab. When locked
at least one wheel from both the front and rear axles shall turn at the same speed.
XLVII. DRIVE-LINE AND UNIVERSAL JOINTS
1. Drive-line must be heavy duty,Spicer 1810 Series universal joints,or equal.
XLVIII. SUSPENSION AND WHEELS
1. Alcola polished aluminum,ten stud,piloted hub wheels shall be provided.
Each tire must have a tire pressure monitoring system included. One extra
wheel and tire shall be provided for the front and one for the rear per truck.
2. Front tires shall be single and rear tires shall be dual.
3. All tires shall be tube less radials and load rated for this vehicle.
4. Front: Highway Tread Tire size, load&speed rating 425/65R 23,000 60MPH
Rear: Mud&Snow Tread Tire size, load&speed rating 12R22.5 48,000 60MPH
5. Front wheels to include stainless lug nut covers and stainless steel baby moons.
Baby moons to have cutouts for oil seal viewing when applicable.
6. Rear wheels shall include stainless steel lug nut covers and band mounted
spring clip stainless steel high hats.
7. Heavy-duty shock absorbers shall be provided on front and rear to stabilize
Anticipated load.
8. Rear suspension to be Hendrickson RT series steel leaf spring suspension.
Equalizer beams to have bronze center bushings with cross tubes and torque
rods. Suspension to be rated for maximum axle capacity.
9. Describe all springs to be installed. All springs must be certified to meet
weight requirements of this apparatus. Provide access plates for servicing rear
spring pins.
Front: Capacity 23.000 Type: Meritor 10 Leaf
Rear: Capacity 48.000 Type: Meritor Ridewell RD-202 Rubber
EXCEPTION If yes, please see exceptions/clarifications yEs ✓ NO
Page 22 of 50
10. Provide and Install "On Spot" TM Automatic Tire Snow Chains or approved equal
system.
11.Provide one (1)set of LACLEDE single regular/cam 2200 series tire chains per
truck.
XLIX.FRONT BUMPER
1. The chassis shall be equipped with a severe duty front bumper constructed from
structural steel channel. The bumper material shall be .38 thick ASTM A36 steel
which shall measure 12.00 inches high with a 3.05 inch flange and shall be 104.50
inches wide with angled front corners. Bumper to be extended approximately 24
inches ahead of the A hinged diamond tread cover with gas struts shall be installed to
protect the hydraulic tools and reels. Cover to be built to hold a person standing on
the front bumper when cover is closed. Bumper to be painted the same color as the
lower cab color. Front, each corner and sides of the bumper to be covered with 10
inch high stainless steel overlay.
2. There shall be storage well in the extended front bumper.The center portion of this
well shall have special fabricated brackets,and On Scene brand straps,that will
accommodate four(4)department supplied rescue tools. Brand and tool to be
determined by the pre-build conference.
3. Two compartments,one on each side of the bumper, shall be constructed to
accommodate one hydraulic hose reel in each compartment and pre-connected
hydraulic spreaders and cutters. Reels shall accommodate 100'of hydraulic rescue
hydraulic hose.Reels are NOT to be bid here but will be bid in the option section.
4. The front bumper shall include an electro mechanical Federal Q2BTM siren.
The siren shall be recess mounted in the center on the front fascia of the bumper
between the frame rails.
a. The front of the Federal Q2B siren shall include(2)stainless steel flat bars
approximately 1.00 inch wide by 19.00 inches long. Each bar shall be placed
vertically on the right and left side of the siren face wrapping around towards the
back of the siren into the bumper extension offering protection to the Q2B siren and
mounted so that it may be easily serviced and or removed if necessary.
L. FUEL SYSTEM
1. Fuel tank shall be corrosion-resisting material and have not less than a sixty-five
(65) Gallon capacity. Tank shall have a drain plug and not be the lowest part of
the vehicle. The fuel tank is to be secured with two(2) stainless steel straps
with protective rubber insulation. The fuel level sending unit shall be mounted
in a way that is accessible to replace without removing the fuel tank.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 23 of 50
2. Necessary valves, filters and drains shall be installed on fuel lines to insure
proper engine operation.
3. Tank fill piping shall be placed to be protected from mechanical
injury and protected from heat from the exhaust or other source of ignition. The
fill tube shall have an aluminum door installed with"diesel"signage on cap.
LI. BATTERIES
1. Battery system to include four 18ORC 12 volt 31 S series threaded post type
batteries,each with 925 CCA at 0 degrees Fahrenheit.Battery compartments shall
be enclosed and accessible without removing screws.
2. A heavy duty on/off single battery master disconnect switch shall be mounted in
the cab within easy reach of the driver.
3. A Kussmaul 1200 Battery Conditioner and Air Compressor shall be installed with
a Kussmaul auto-eject 20-amp receptacle. This conditioner shall also be prewired
to provide constant 12-volt power to operate a mobile data terminal in the cab
area.
4. A Kussmaul 20 amp auto-eject electrical receptacle shall be supplied. Electrical
inlet to be yellow in color and installed in the left hand side near the driver's door.
Electrical inlet to be connected to the battery conditioner.
5. The starting system shall include battery jumper studs.These studs shall be
located in the forward most portion of the driver's side lower step.
LII. ELECTRICAL SYSTEM AND DEVICES
1. A Leece-Neville or Neihoff 250 amp or larger alternator shall be furnished.
2. Alternator and starter shall be of moisture resistant type,mounted in an easily
accessible location and protected against excessive heat.
3. All electrical circuit wiring shall be of stranded conductors of a carrying
capacity commensurate to anticipated maximum circuit loading,with installation
in accordance with recommended SAE.
4. Wiring should be secured in place and suitably protected against excessive
heat,oil and physical injury and water spray. No more than 3" exposed at the
ends are permissible. Wire loom shall be constructed of plastic and tees and
crosses provided at all branch sections as required. All loom tees and crosses
shall be secured with black electrical tape at each end. Wire grommets shall be
provided whenever a metal body part is breached.
5. All light switches shall be conveniently located on dash.
6. Dash instrument panel shall be hinged and provided with sufficient slack in
wiring and other connections, so necessary service work may be accomplished
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES X NO
Page 24 of 50
without disconnecting wiring and/or connections. The dash panel must not be
able to contact the windshield when opened.
7. Apparatus to have Weldon V-Mux multiplex system with the latest Vista display,
mounted within easy reach of the driver. TOUCH SCREEN DISPLAY NOT
ACCEPTED.
8. Apparatus to have a rear view camera installed at the rear of the apparatus with
the display through the Weldon V-Mux system. Rear view camera to activate
when vehicle is placed in reverse.
9. An electrical load manager shall be provided which will shut down preselected
loads on a charging system overload.
LIII. APPARATUS COMPARTMENTS
All enclosed interior equipment compartments shall be made of brushed bent and
bolted stainless steel 304 with no paint to maximum practical dimensions to provide
maximum storage capacity. They shall be furnished with drip moldings. They shall
have ROM Robinson roll up aluminum doors with two(2)integrated ROM LED track
lighting strips per compartment.
1. Compartments to have a weight rating of 1,000 pounds
2. Compartments shall be of the sweep out type construction. Vents to be installed
on lower cabinets, frame side. Vents must be protected from outside moisture
(road spray).
3. Compartment light switches shall be magnetically activated by an
automatic door switch.
4. Removable Dri-Deck flooring shall be installed in bottoms of all compartments
and on all shelves and the apparatus hose bed.
6) All seams and areas where metal abut shall be caulked with top grade silicone
clear coat.
7) There shall be a distance of at least two inches(2") below the cabinet door release
bar.
8) Transverse compartments shall have lighting LED lighting in the center of the
compartments which shall come on with the normal compartment lights. Lights shall
be mounted to be protected from damage.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 25 of 50
LW. APPARATUS COMPARTMENT LAYOUT
1) LEFT SIDE (drivers side):
a) L 1 Cabinet above the front outrigger shall be large enough contain the electric hose
reels with 200' of 10/4 cable. The compartment shall also contain One 120v
household electrical outlet,the 100' extension chord specified in miscellaneous
equipment and the portable light specified in the lighting section. The door to this
compartment shall be a hinge on the front flip open door with circular handle and pin
latch. Door shall not be held open.
b) L2 There shall be one (1) single door transverse compartment L2. The
compartment shall be approximately 40" wide x 60" high x 23"deep and
transverse over the torque box frame rails. Compartment to have one(1)
adjustable shelf.The transverse area above the frame rails shall have a roll out 500#
tray with a vertical tool board in the middle of it. Roll out will exit both through L2
and R2.and roll out 70%. A roll out tray 250#shall be installed on the floor of L2.
c) L3 There shall be one (1) single door compartment L3. Compartment to be
28"wide x 60 High x 23" deep and transverse over the torque box. One (1)
SCBA bracket shall be installed in the compartment that will be used to store one
Scott 75 4.5 30-minute bottle. One hook shall be installed next to the SCBA bracket
to secure a SCBA face piece. One (1) adjustable shelf shall be installed in the
lower section of the compartment. The transverse area shall have a "slots"
built across it. One will contain the Fresno ladder, one will contain a "stokes
basket", one will contain two (2) back boards and one will contain the "Little
Giant" ladder.
a) L4 There shall be one (1) compartment L4 over the rear wheels. The
compartment shall be approximately 65" wide x 27" high x 23" deep. Any
space which can be added above the torque box shall be added to this
compartment for depth. The compartment shall be wide enough to have a
250# roll out and tilt down tray. This tray shall be big enough to hold all four
saws listed as additional equipment. The saws shall have brackets to hold
them in place when tray tilts down. The two one gallon gas cans shall also be
stored on this tray along with a storage are for saw tools, extra blades, bars
and chains.
e) L5 There shall be one (1) compartment L5 over the rear stabilizer. The
compartment shall be approximately 53" wide x 16" high x 23" deep.
f) L6 There shall be one (1) compartment L6 behind the rear stabilizer ahead of
the rear staircase. The compartment shall be approximately 30" wide x 46"
high x 23" deep. The top portion of the compartment shall be divided into 4
equal compartments no larger than 12" x 12" Compartment to have one (1)
adjustable shelve. The exterior door of this compartment shall be labeled in
reflective 2" wide x 10"tall vertically configured the word "LAST".
g) LADDERS to turntable at rear of apparatus on both side of the rig shall be
fold out and extend down type. Ladders shall be secured to prevent coming
out when not in use.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES X NO
Page 26 of 50
2. RIGHT SIDE (passenger side):
A. RI Cabinet above the front outrigger shall be large enough contain the
electric hose reels with 200' of 10/4 cable. The compartment shall also contain
One 120v household electrical outlet,the 100' extension chord specified in
miscellaneous equipment and the portable light specified in the lighting section.
The door to this compartment shall be a hinge on the front flip open door with
circular handle and pin latch. Door shall not be held open.
B. R2 There shall be one(1)single door transverse compartment R2.
The compartment shall be approximately 40" wide x 60" high x 23"deep and
transverse over the torque box frame rails. Compartment to have one(1)
adjustable shelf.The transverse area above the frame rails shall have a roll out
500#tray with a vertical tool board in the middle of it. Roll out will exit both
through L2 and R2 and roll out 70%.A roll out tray 250#shall be installed on
the floor of L2.
C. R3 There shall be one(1) single door compartment R3.
Compartment to be 28"wide x 60 High x 23"deep and transverse over the
torque box. One(1)adjustable shelf shall be installed in the lower section of the
compartment.The transverse area shall have a"slots"built across it. One will
contain the Fresno ladder,one will contain a"stokes basket"and one will contain
two(2) back boards and one will contain the "Little Giant" ladder.
D. R4 There shall be one(1)compartment R4 over the rear wheels.
The compartment shall be approximately 65"wide x 27" high x 14"deep.The
compartment shall have four adjustable shelves which shall each be
approximately 32" in length.
E. R5 There shall be one(1)compartment R5 over the rear stabilizer.
The compartment shall be approximately 53"wide x 16"high x 14"deep.
F. R6 There shall be one(1)compartment R6 behind the rear stabilizer ahead
of the rear staircase. The compartment shall be approximately 30"wide x 46"
high x 23"deep.The hose shoot may have an impact on the depth of this
compartment at its top side.This compartment shall contain two adjustable
shelves one the depth of the top side and one the depth of the bottom.
LV. AIR BOTTLE STORAGE(SINGLE BOTTLE)
A total of eight(8)air bottle compartments shall be provided located in the fender wells,
four each side. The air bottle compartment shall be in the form of a round tube(7.63"
diameter minimum) and of adequate depth to accommodate different size air bottles.
Flooring shall be rubber lined and have a drain hole. A stainless steel door with a
chrome-plated latch shall be provided to contain the air bottle. A dielectric barrier shall
be provided between the door hinge, hinge fasteners and body sheet metal.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 27 of 50
LVI. APPARATUS HOSE STORAGE
Ladder truck hose bed shall hold two (2) 100'and two (2) two 50' sections of 5" attack
fire hose (300 psi service test) in an open compartment below the ladder. The Hose and
couplings shall easily exit the apparatus through an opening on the rear of the truck.
There shall be no door on the hose exit opening; a removable net shall keep the hose in
the chute. The hose bed shall have a removable tarp covering it.
LVII. LIGHTS AND WARNING DEVICES
1. All lights,warning devices and signals shall conform to state highway and.DOT regulations and
meet S.A.E. minimum standards and current NFPA requirements.
2. Lights and audible warning devices shall consist of:
(1) Dual seal-beam headlights mounted in chrome housing. Headlights shall have a fast
alternating Federal FHL2-SC flasher,wig wag pattern,which will be switched at the
dash electrical console.
(2) Two lights under hood;one on each side.
(3) Mars 888, (clear lens)shall be mounted center of cab, below windshield.
(4) Dual Grover#1501 Stuttertone 24"air horns shall be recessed in the front bumper,
one each on the left and right sides. A 3/8"air line"teed"equal distance from each
horn shall be installed. A 90-PSI protection valve shall also be installed to prevent
depletion of brake air system. Actuation shall be accomplished by horn button on
steering wheel,driver's side foot switch and a right hand officer's foot switch. Foot
switch shall be on a built up pedestal angled back at 45 degrees.
(5) One Federal Q2B Mechanical recessed mount Q-siren in the front bumper. Q-siren to
be controlled by foot switches located on the officer's and driver's side floor. Foot
switch shall be on a built up pedestal angled back at 45 degrees.
(6) Federal Quadraflare QL64Z4V LED Brake/Tail, Turn, Backup light, red/blue rear
warning light assembly w/casting.
(7) UPPER LEVEL
i. Zone A
ii. Two(2) Federal AeroDynic LED 22"(ADX2210) Lightbars with 6 Solaris LED
Reflectors,mounted on top of apparatus cab corners.
iii. Zone C
ME2QLDC-R,(1) ME2QLPC-R Micro Escape LED, Red LEDs/Clear Dome
(8) LOWER LEVEL
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES X NO
Page 28 of 50
i. Zone A
Two Quadraflare 6x4 LED lights, one red one blue
ii. Zone B
Two Quadraflare 6x4 LED red lights
iii. Zone C
Two Quadraflare 6x4 LED lights,one red one blue
iv. Zone D
Two Quadraflare 6x4 LED red lights
v. MidShip
Two Quadraflare 6x4 LED red lights
3. All compartments in body and four passenger doors to have LED lights with automatic magnetic
switches and tattier light on dash for open compartment door.
4. One Federal CL-70 map light on dash,officer's side.
5. Necessary dash lights shall be installed.
6. Four interior overhead cab lights in front and rear of cab,which operate independently when cab
door is opened. Overhead light may also be manually operated without opening the door.
7. Sufficient LED clearance and marker lights to comply with DOT standards.
8. One(1) Federal Signal 42" LED SignalMaster with eight(8) LED light modules installed at the
rear of the apparatus. Directional signal to be controlled by a remote Federal Signal control head
model 331105 from within the cab. Auxiliary output of the control head to be wired into the rear
upper zone light switch to satisfy the zone requirements for emergency lighting. Light shall be
recessed mounted so that it does not protrude out from the body to prevent damage. Must easy
accessible for replacement or repair.
9. Two(2) Whelen PFP2 LED contour roof mount light shall be installed on the front of the cab brow
above the front windshield,one on each side of the ladder. The mounting brackets shall attach to
the bottom of the lamphead and be machined to conform to the roof radius. Lights to be controlled
from inside the cab.
10.Two(2) Whelen LED Model PFP2 fifteen degree 14,000 lumens recessed lights shall be installed
one on each side of the cab, switched from the inside of the cab.
11. Two(2)Akron DC Scene Star ELSS-XLDC lamp heads shall be installed, one on each side of the truck.
Lights to be mounted at the rear of compartments L4 and R4 on top of the compartment body.
12.One(1) Whelen LED Model PFP2 fifteen degree 14,000 lumens recessed lights shall be installed
one on each side of the rear of the ladder truck, switched from the inside of the cab.
13.Two(2)Akron Brass ELSS-XLAC-PL lights.One light each to be stored and secure mounted in
compartments LI and R1.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES X NO
Page 29 of 50
_4. One(1)handheld spotlight,200,000 candlepower, with momentary "on"switch, mounting hook
and permanently wired at front seat passenger side.
15. Six(6) STREAMLIGHT FIRE VULCAN LED Part#44451 with D/C vehicle mounted charger.
Location to be determined by OFD.
16. A 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)Dba above surrounding environmental noise levels.
LVIII.HYDRAULIC PTO POWER GENERATOR AND ELECTRIC REELS
1. An Onan 6RBAB 6.0 kw PTO/hydraulic powered generator shall be provided and
mounted to manufacturers recommendations. The generator shall be 120/240
volts, 60 HZ,single phase,rated at 6000 watts. Except where superseded by the
requirements of NFPA 1901,all components,equipment,and installation
procedures shall conform to NFPA 70,National Electric Code(NEC).
2. A 2 to 3 gallon hydraulic fluid reservoir shall be provided and mounted in area
above the system to allow gravity flow of hydraulic fluid to the system and allow
easy filling of the reservoir.The reservoir shall have a replaceable filter that is
easily accessible
3. Instructions that provide the operator with the essential power source
operating instructions, including the power-up and the power-down
sequence shall be permanently attached to the apparatus at any point
where such operations can take place. A Power Source Specification
Label shall be permanently attached to the apparatus near the operators
control panel. The label shall provide the operator with the following
information:
• Rated voltage(s)and type(ac or dc)
• Phase
• Rated frequency(at rated voltage(s))
• Rated amperage
• Continuous rated watts
• Power source engine speed.
4. The generator shall be powered by a Chelsea or Muncie"Hot Shift"power take off. A
lighted and guarded switch shall be provided on the control console that electrically
engages/disengages the power take off.
5. A piggy-back type PTO shall be provided to allow two separate
hydraulic pumps to be driven from the same transmission PTO pad
mount.
6. A main over current protection device shall be provided on the
generator. The device shall be factory installed by the generator
manufacturer.
7. The power generator shall be tested to the NFPA 1901 110/220 Volt
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 30 of 50
Power testing standard.
8. All 120/240 electrical equipment shall be installed by the apparatus
manufacturer.This shall include any item related to the system,
including, but not limited to the following:
1) Generator
2) All 120/240 Volt scene lighting accessories.
3) All outlets,and cord reels(where applicable)
4) Breaker panel.
9. Each individual circuit that is to be powered by the generator shall have a Branch
Circuit over current Protection device(circuit breaker). The device shall be sized at
not less than 15 amps in accordance with Section 240-3 (Protection of Conductors)of
the NEC. If more than 6 individual branch circuits are required on the apparatus, the
panel board shall have a main breaker. The panel board shall be readily visible and
located so that there is unimpeded access to the panel board controls.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.
10.The breaker panel shall be located in the front driver's side
compartment(L-1).
11. There shall be a Fire Research FROG D provided with the generator.
The FROG D shall automatically sense a generator signal and begin
displaying information. The digital meter display shall constantly
monitor and display Voltage, Frequency(accurate to within I decimal
point),and Current Draw on two separate lines. The display shall be
capable of displaying total accumulated run time hours when the
MODE button is pressed. This information shall be stored in a non-
erasable memory. The frog display shall be located in the front driver's
side compartment(L-1).
12.There shall be two (2)double outlet type L5-15 twist lock female
outlet receptacles provided on the apparatus,one on each side of the
apparatus body,one in compartment Ll and One in compartment RI.
13.There shall be two(2)Haney model ERC 1618-17-18 electric rewind cord reels(s)
mounted one on each side of the apparatus body in compartments(R-1 and L-1).
Each reel to be wired to the electrical breaker panel located in compartment R-1.
Each reel to have a push button switch in close proximity of the reel to activate the
electric rewind. Switch to be labeled "CORD REEL REWIND". A label indicating
the following information to be mounted in an area within close proximity of the cord
reel(s):
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES X NO
Page 31 of 50
I) Current rating
2) Current type
3) Phase
4) Voltage
5) Total cable length
14.Cord reels to have 200 feet of yellow 10/4 electrical cable. Cable to terminate with a
lighted junction box with two(2) L5-15 twist lock receptacles that are compatible
with a Hubbel HBL4720C cord,one household straight blade outlet and one(I) L6-
20 twist lock 250 volt outlet.Each junction box to have a junction box bracket to
secure the junction box during transport.
LIX. GROUND LADDERS AND PIKE POLES
1. The following ground ladders and pike poles shall be provided by the builder:
a) Tools with asterisk shall be mounted in the torque box ladder compartment:
• One (1) Duo Safety model 1525 40 ft. 3-section extension ladder w/o stay poles*
• One (1) Duo Safety model 1200-A 28 ft. 2-section extension ladder*
• One(1)Duo Safety model 775-A 14 ft. roof ladder*
• One (1)Duo Safety model 875-A 16 ft.roof ladder*
• Two(2)Duo Safety model 875-A 20 ft. roof ladders*
• One(1)Duo Safety model 12-701 12 ft.two section "Fresno"extension ladder.
• One (1)Duo Safety model 585-A 10 ft folding ladder*
• Four(4) UT-6-D90-LARH 3/,"TRASH HOOKS.
• Two(2) 8 ft.Nupla fiberglass pike poles with D-Handles*
• One(1) 12 ft.Nupla fiberglass pike pole with D-Handle*
• One (1) 16 ft.Nupla fiberglass pike pole with D-Handle*
• Two(2)6 ft.Nupla fiberglass pike poles with D-Handles
• One (1)Duo Safety model 775-A 14 ft. roof ladder mounted on the base section
of the aerial ladder behind the right side aerial sign.
• One (I)Duo Safety model 875-A 16 ft.roof ladder mounted on the base section
of the aerial ladder behind the left side aerial sign.
• Two(2) of the four TRASH HOOKS shall be mounted on the base section of the
aerial ladder with the two roof ladders, one on each side.
• One(1)Duo Safety model 12-701 12 ft two section"Fresno"extension ladder to
be mounted on the base section.
• One (I)"Little Giant" Super Duty, Type IAA, Model 22, OSHA, ANSI 375 Lb
Capacity.
2. Ladder and pike pole compartment to be located in the apparatus torque box with access
from the rear of the apparatus. Compartment to have one roll up door. The ladders shall be
individually located in holders lined with anti-wear strips. A ROM roll up door shall enclose
the ladders at the rear. LED light to come one in the compartment to illuminate the ground
ladder fronts when door is opened. There shall be a stop in the front of each compartment to
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder yEs NO X
Page 32 of 50
prevent the items from sliding forward.Any bolts/nuts used to secure the holders shall be of
a locking type.
LX. AERIAL LADDER DESIGN AND CONSTRCUTION
1. A 100', four-section, painted steel or aluminum rear mount aerial ladder shall be
provided.
2. The aerial shall be capable of being operated with full rated capabilities in any
plane up to 5-degrees out of level with the turntable leveled as much as possible
by placement of the outriggers. Operation beyond this limit shall be at the
operator's discretion.
3. Aerial to have at least a 750 lb. tip load while flowing 1,500 gallons per minute
from the aerial waterway.
LXI. AERIAL HOUR METER
1. An aerial hour meter shall be installed in the cab adjacent to the aerial power and
PTO control switches. The hour meter shall be wired to the aerial PTO circuit to
record hours of operation for the aerial.
LXII. LADDER CRADLE ALIGNMENT LIGHT
1. An amber LED indicator light will be supplied on the control console to indicate
to the operator when the aerial is aligned with the travel bed support and can be
lowered into the travel support.
LXVIII. TECHNICAL DRAWINGS
1. Technical and engineering drawings shall be provided for the aerial ladder as
follows: left side view,top view and rear view.
2. Technical and engineering drawings shall be provided for the 12 volt electrical
system for the model of apparatus specified.
3. Technical and engineering drawings shall be provided for the aerial device
hydraulic system.
LXIV.TESTING CRITERIA
1. The aerial ladder shall be inspected and tested by a third party. A non-destructive test
shall be performed on each unit at a rate of 100% inspection by the Underwriters
Laboratories inspector, exceeding the requirements applicable section of NFPA
#1901 for new apparatus. All non-destructive procedures shall be fully documented
and meet or exceed the requirements of applicable sections of NFPA#1901.
2. The waterway flow test shall be conducted by an accredited third party testing
organization with certified results provided on delivery of the apparatus. A flow test
shall be conducted to determine that the water system is capable of flowing 1500
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder},ES X NO
Page 33 of 50
GPM at 100 psi nozzle pressure with the aerial device at full elevation and extension.
LXV. FLY SECTION -- EGRESS SECTION PAINTING
1) The fly section shall have a bolt-on egress section. The egress area shall be
painted the same as the primary vehicle color. The sides and bottom of the tip
shall have a heavy duty reflective striping adhered to it. Location details to be
determined at pre-build conference.
LXVI. GALVANIZED OUTRIGGERS
1. See options
LXVII. AERIAL LADDER BED
1. A heavy duty ladder bed shall be provided for support of the aerial in the travel position.
LXVIII. AERIAL LADDER RUNG COVER
1. For ease of climbing the ladder rungs shall be equally spaced on a maximum 14" centers
and minimum 11.75"centers and shall have a skid-resistant surface or covering.
2. For added safety, skid-resistant rung covering shall be provided. The rung covering shall
not twist and shall cover at least 60 percent of the climbing area of each rung. Each aerial
rung shall be covered with one (1) continuous piece of a protective, Hi-Traction safety
walk non-skid material.
LXIX.AERIAL WEAR PADS
1. The aerial wear pads shall be "PET"type and shall incorporate semi-crystalline hardness,
rigidity, mechanical strength with exceptional sliding properties and very low sliding
wear.
The pads shall be used between the telescoping sections for maximum weight
distribution, strength, and smooth operation. Side wear pads shall be nylatron GSM,
stainless steel adjustment screws shall be provided on the side wear pads to permit proper
side clearance.
LXX. AERIAL SIGNS
1) The aerial manufacturer shall supply aerial sign brackets welded to the base section of the
aerial. These brackets shall be located on both sides of the base section.
2) The base section of the aerial device shall include sign panels, 16" high x 133" long, one on
each side of the aerial. The sign panels shall be painted to match the aerial ladder sections.
LXXI.EXTENSION MARKINGS
1. To improve safety and to provide the operator with vital information,extension markings
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 34 of 50
shall be provided. For best visibility the base section of the ladder shall include markings
on the outside of the left handrail and the inside of the right handrail to indicate extension
position of the ladder in operation. The markings shall be BLACK numbers that will
mark every 10 feet.
LXXII. ROOF LADDER MOUNTING BRACKETS--BASE SECTION
1. There shall be two(2)sets of welded plates and bolt on roof ladder mounting brackets
installed on the outside of the left and right side of the base section of the aerial behind
the aerial ladder signs.
LXXIII. FOLDING STEPS -- FLY SECTION
1. The ladder shall be equipped with two (2) folding steps, one on each side of the ladder at
the upper end of the fly section. These steps are spring loaded to hold in the stowed
position. Once lowered, steps lock in the lowered position for use.
2) When steps are in the use position there shall be approximately a 7-1/2"diameter circular
space for a hose to be placed on the rungs. The folding steps shall comply with applicable
standards of NFPA#1901.
LXXIV. ROPE RESCUE EYELETS -- FLY SECTION
1. Two(2)rope rescue eyelets shall be installed one on each side at the tip of the fly section,
each anchor being rated at 350 pounds, for a total combined weight rating of 700 pounds
without water in the waterway.
LXXV. MOUNTING PLATE FOR AXE AND PIKE POLE FLY SECTION
1. Welded-in mounting plates shall be installed for an axe mounting on the right side and a 12'
pike pole mounting on the left side of the fly section.
LXXVI. ROTATION SYSTEM
1. The rotation system shall be powered by a hydraulic motor to drive an eccentric planetary
gearbox, capable of field adjustment, to rotate the aerial for 360 degree continuous
rotation in either direction.
2. Two (2) pressure relief valves shall control the force of the rotation to protect the aerial
from excessive side loads.
LXXVII. AERIAL CONTROL OPERATING SYSTEM
1. The aerial control system is monitored by programmable logic control. The monitored aerial
control functions are as follows:
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO
X
Page 35 of 50
2) Aerial Speed
The speeds of all aerial functions are proportionally regulated by the elevation and extension
of the aerial. The aerial shall have proportional slow down on full extension and full
retraction.
The turntable control console shall have a toggle switch to energize the hydraulic system for
the aerial functions. The switch shall have three(3) functions, "high speed", "low speed",and
"off'. All ladder controls operate at high (full speed) or low (reduced speed). Each aerial
control handle shall lock in the neutral position. With the ladder control handle activated the
RPM's shall increase to 1,250 RPM and maintain there for two (2) seconds after returning to
the neutral position. An emergency stop button shall be used for emergency stopping and
shall return the system to the "off' position, allowing the engine speed to return to normal
idle speed and the hydraulic system to de-energized.
3) Cab and Body Collision Protection
Programmable cab and body collision protection will have three (3) amber lights to indicate
Right Rotation Disabled, Down Disabled and Left Rotation Disabled. The lights shall
illuminate when aerial functions (right rotation, left rotation or lowering) are disabled. All
three lights shall illuminate when the E-STOP is pushed or the outrigger interlock is active.
4. Retraction Safety System
A safety system to prevent injury to personnel on the end of the fly section while the ladder is
being retracted shall be installed. The system shall be designed as to prevent retraction of the
aerial device any time the folding steps at the end of the fly section are in overlap with rungs
of another section. When steps are in an overlap condition, retraction will only be
accomplished by an operator at the turntable control pedestal depressing a momentary switch
while the retraction control is operated.
5) Rung Alignment
The aerial rung alignment light shall be monitored by an absolute encoder system. The
indicator light shall illuminate when the rungs are aligned for the safety of climbing the
aerial.
6) Short Jack Outrigger
Programmable logic control system allows the aerial to rotate over the short jacked
outriggers, when the aerial is within the safe operating parameters of the programmable logic
control program. A warning light at the outrigger and aerial operator's control consoles shall
warn the operator that one (1) or more outriggers have been short set. In the event the
vehicle has been set up with one (1) or more of the outriggers short set, any rotation of the
turntable to an unsafe short set outrigger shall automatically ramp the rotation of the turntable
to a feather-soft stop and allow the operator to return to safe operating parameters.
7) Aerial Load Gauge
An aerial load gauge shall give a continuous reading of the load on the device. This gauge
shall have a green light showing the load on the ladder, an amber light will tell the operator
when the aerial is nearing the rated load and a red light will flash at the point where rated
load capacity is reached. Additionally, there shall be a warning horn that shall sound if the
ladder is overloaded by 0 - 10% of its rated capacity. The horn shall emit a constant sound
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 36 of 50
when rated capacity is exceeded by more than 10%. If the ladder is over loaded the
extension and lowering ability of the aerial shall be disabled until the weight can be removed
or shifted.
8) Overload Warning Light
Two(2)amber Tomar strobe overload warning lights,model #470S-1280-A, shall be
installed, one on each side of the base section to warn of aerial overload.
9) Cab Tilt Aerial Interlock
A limit switch shall be installed on the aerial boom support to inhibit cab tilt unless the
aerial is raised from the ladder travel support.
9) Aerial Control Panel
The turntable shall have the control console mounted on the left side with the following items
on the panel:
a) One(1)switch for High/Off/Low
b) One(1)switch for auto bedding
c) One(1)switch for retraction override
d) One(1)tip light switch
e) One (1) turntable tracking light switch (panel light and tracking lights will be connected
to this switch)
f) One (1) rung alignment light
g) One (1) emergency pump switch
h) One (1) system pressure gauge,0-5,000 psi minimum
i) One (1)emergency stop button
j) One (1)red light to indicate when outriggers are not fully extended
k) Three (3) function control handles for extension/retraction, rotating and elevation of the
aerial ladder
1) Three (3) lights green, amber, and red with audible alarm for the aerial load system
display
m) Three(3)amber lights for left rotation disable,down disable,and right rotation disable.
n) One pressure gauge to read monitor pressure
o) One(1) TFT Monitor/Nozzle control unit P/N Y4E-RP-D
(1) The system shall be capable of performing simultaneous outrigger functions or
simultaneous aerial functions.
p) Waterway flow meter.
LXXVIII. AERIAL LADDER CONTROL LEVERS
1. The aerial control levers shall be arranged as per NFPA standards. The first lever from the
left shall be the extension control. The second lever shall be for rotation, and the third shall
be for elevation.
LXXIX. LADDER TIP CONTROLS -- FLY SECTION
1. The ladder shall be capable of operation at the tip of the fly section with creeper controls.
Operation of the fly section controls shall be enabled only when the turntable operator has
engaged a momentary switch at the turntable.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab In the Bid Binder YES X NO
Page 37 of 50
2. Three (3) toggle switches will be used to activate the aerial functions, raise/lower,
extend/retract,and rotate,at 30%of the rated speed.
3. A toe guard shall be installed at the front of the aerial to prevent the foot from slipping in
between the rails as per NFPA.
LXXX. CONSOLE COVER AND LIGHTING
1. A hinged cover shall be provided on the turntable control console with one (1) courtesy
light located in the cover. Cover shall be secured with a latching device and seal around
the edge of the lid.
a) When light is on the door/ajar outrigger extended light in the cab will come on.
2. Three(3)turntable work lights shall be provided on the turntable for added operator
visibility and safety.
LXXXI. AERIAL TURNTABLE
A. The turntable shall be two sided(left and rear)with the corners cut to
allow for personnel to enter and exit the turntable. The turntable walking area shall be
covered with NFPA#1901 compliant skid resistant aluminum tread plate material.
B. Two(2)42" high, slip resistant handrails shall be installed on the
turntable.
C. Two(2)Fire Research ManSaver bars shall be installed on the left and right
side of the turntable.The safety bars shall lift either upward or inward to open,and be
spring loaded to automatically return to the horizontal closed position.
LXXXII. TURNTABLE ACCESS STAIRS
1. Access stairs to the turntable shall be located on both the left and right sides at the rear of
the apparatus. Ladders shall be fold out and down type to be climbed on up to the
turntable.
LXXXII. AERIAL WARNING LABELS
1. Danger,caution,and warning labels shall be installed at all aerial control stations, individual
controls,and at various locations on the aerial device. These labels shall be in compliance to
industry warning symbols,ASME, SAE,and applicable NFPA#1901 standard. These labels
shall be in English with symbols commonly used in the fire industry.
LXXXIII. AERIAL LOAD CHART -- TURNTABLE CONTROL STAND
1. An aerial load chart shall be mounted on the base section of the aerial to supplement the
load gauge installed on the aerial control console. The load chart shall include the height
and reach and the load at six (6)different angles with and without water. An arrow will
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 38 of 50
be attached to the load chart to indicate the angle of elevation. To comply with NFPA
standards the load chart shall be illuminated by a light.
LXXXIV. HYDRUALIC SYSTEM HIGH PRESSURE OIL FILTER
1. The hydraulic system shall be equipped with a 'high pressure'hydraulic oil filter between
the pump and the control valve designed to meet the flow requirements of the system.
The high pressure filter will have a dirty element light on the outrigger panel for the
convenience of the mechanic. It will include a light on the panel.
LXXXV. TORQUE BOX
1. The torque box connecting the turntable to the outriggers shall provide the rigidity
needed for the aerial to be operated at -6 degrees to a +75 degrees elevation and full
extension.
LXXXVI. LADDER STORAGE RACK -- INSIDE TORQUE BOX
1. A slide in ladder rack shall be installed inside the torque box to allow the storage of
ground ladders and pike poles previously mentioned within this specification.
LXXXVII. AERIAL OUTRIGGERS AND STABILIZER SPECIFICATIONS
1) With the stabilizers set, the aerial device shall be capable of being raised from the bedded
position to maximum elevation and extension and rotated 90 degrees. Two or more of these
functions shall be permitted to be performed simultaneously. These functions are required to
be completed within 120 seconds or less.
2) The jack cylinders shall have check valves for both the raised and lowered positions. Each
jack tube shall be drilled for mechanical pin locks for a safety backup.
3) The outrigger deployment alarm shall sound at all times while the outrigger master switch is
in the on position and stops sounding only when the outrigger switch is turned off. The
audible alarm shall warn personnel that outrigger movement is possible at any time the
switch is on.
a) A red LED flashing light shall be mounted to the inside of the vertical outrigger jack
beam. The aerial master switch shall activate the lights.
b) An indicator light shall be located on the outrigger control panel for each outrigger to
indicate when the outrigger jack is supporting enough load to be in firm contact with the
ground.
4) The outrigger system provides the following safety features:
A. Indicator light at the outrigger control station shall indicate circuit completion to show
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 39 of 50
that the unit is ready for aerial operation.
B. Warning lights at the outrigger and aerial operator's control consoles shall warn the
operator that one (1) or more outriggers has been short set.
C. An aerial/outrigger interlock system shall be provided to prevent the lifting of the aerial
from the nested position until the operator places all jacks in the load supporting
configuration.
D. LED Ground illumination lights shall be provided to illuminate the area directly under
the outriggers for each extending outrigger.
E. The specified outriggers and torque box system shall provide a 1-1/2 to 1 stability safety
factor when the aerial is in any operating position.
F. The aerial device shall be capable of sustaining a static load 1-1/3 times its rated capacity
in every position in which the aerial device can be placed when the apparatus is on a
slope of 5 degrees downward in the direction most likely to cause overturning.
G. All outriggers and stabilizers that protrude beyond the body of the apparatus shall be
striped or painted with reflective material so as to indicate a hazard or obstruction.
Each outrigger or stabilizer shall also be provided with one or more red warning light(s)
located either on the stabilizer or in the body panel visible on the side of the apparatus
where the stabilizer is located.
LXXXIX. OUTRIGGERS
1) Four(4)out-and-down outriggers shall be installed and connected to the torque box. Two(2)
sets of extendable criss-cross underslung stabilizers will be accepted.
2) The total width from the center of pivot pin to center of pivot pin when the outriggers are
fully extended shall be less than 18'.
XC. OUTRIGGER CONTROL PANEL
The outrigger control panel shall have a switch to energize the hydraulic system for
outrigger functions. The switch shall increase the engine speed to 1,200 RPM when in
the "ON" position. In the "OFF" position, the engine speed shall return to normal idle
speed and the hydraulic system shall be de-energized.Control panel shall include:
A. Manual override system to override the outrigger-aerial interlock system
B. One(1) switch to start and stop all aerial and outrigger operations.
C. One(1) switch for the emergency power unit.
D. Green indicating lights shall signal when the outriggers are extended or supporting
sufficient load.
E. A pulsing beeper shall be activated when the outrigger system is in use.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 40 of 50
F. One(1)red flashing light shall be provided to indicate if outriggers have been short set.
G. One (1) aerial hour meter connected to the PTO shall be installed at the outrigger
control station.
H. One (1) hydraulic pressure filter indicator light.
I. Rotation interlock system override
XCI. ELECTRIC OUTRIGGER CONTROL VALVES
1) Apparatus shall be equipped with electric outrigger control valves activated by momentary
rocker switches. The controls shall be located at the rear and to the outside of the chassis.
The outrigger control switches shall be enclosed in a recessed compartment to protect each
control from damage or accidental movement.This location shall give the operator full view
and control of each outrigger.
XCII. SIDE TO SIDE LEVELING GAUGE
I) Two(2)leveling gauges shall be installed on the rear to show when the apparatus is level
from side to side and from front to rear.
2) Outrigger control system shall have a Leveling Assist System (LAS). The LAS shall have a
push button activation which will automatically level the ladder truck when set up is
occurring on slopes within the defined parameters of incline set up.
a) Controls and indicators at the rear outrigger set up station. LED indicator shall give the
operator an actual, instantaneous visual indication of the level status of the truck.
b) LAS shall display in the cab on the VMUX system. Three LED lights indicating slope
and angle status of the apparatus.Red,amber and green lights shall indicate the trucks
ability to set up on the slope allowing operator to maneuver the truck until the green light
is on indicating 100%operational slope.
XCIII.OUTRIGGER AUXILIARY PLATES
An auxiliary outrigger plate shall be provided for each outrigger. The units shall be 2'x 2'in
size,one for each outrigger made from 1/2" aluminum with a handle for easy movement.
XCIV.OUTRIGGER WARNING LIGHTS
A. Warning lights shall be located on the outside of the outrigger shield. The lights
will be wired to the chassis warning lights switch located in the cab.
B. One(1)6 inch diameter,double faced red flashing light shall be mounted on each
stabilizer facing to the front and rear of the apparatus.These warning lights shall
be activated with the aerial master switch.
XCV. OUTRIGGER SCENE LIGHTS
A. A 4 inch LED diameter clear floodlight shall be mounted at each stabilizer to
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 41 of 50
illuminate the surrounding area. Light shall be activated by aerial master switch.
XC VI.OUTRIGGER STOWED INDICATOR
An outrigger stowed indicator light will be provided in the cab to show that one or more
outriggers are not in the stowed position. The light will be connected to the door ajar/
outriggers extend light in the cab.
XCVII. WATERWAY
1. 4" WATERWAY SWIVEL
a) There shall be at least a 4" waterway swivel with 360 degrees continuous rotation. It
shall be installed through the turntable and torque box to connect the aerial waterway
plumbing.
2. WATERWAY RELIEF VALVE
1. A safety relief valve shall be installed in the base section of the aerial
waterway. The relief valve to be set at 250 psi.
3. WATERWAY INLET
A. The inlets are to be terminated with a 5 inch storz coupling with cap and chain.
B. Each truck shall be delivered with:
a. TFT LDH Siamese P/N AS4ST-ST.
b. TFT LDH Gated Wye P/N AL21TITO
4. WATERWAY DRAIN
A. A 1 '/2 inch drain valve to be installed in the lower section of the aerial plumbing under the
apparatus. Valve to be controlled with a handle accessible from the outside of the apparatus.
5. TELESCOPING WATERWAY -- AERIAL
A. An aerial waterway shall be provided from the base of the aerial device to the tip of the fly
section. The aerial telescoping aluminum waterway shall be fabricated of aluminum or steel.
Tubes shall be:
B. Sufficient in size to flow 1,500 GPM @ 100 PSI nozzle pressure and not exceed maximum
inlet pressure while at full extension and full elevation.
C. Protected from rust and or corrosion.
D. Friction loss in the aerial device water system can not exceed 100 psi measured from inlet to
monitor outlet, flowing 1,500 GPM and fully extended.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 42 of 50
E. Designed to minimize the pressure at the inlet to achieve the above listed flow. Required
pressure can not be more than 200 psi at the ladder pipe inlets. Bidders shall state the
waterway inlet pressure necessary to achieve the above flows at extension and
elevation: 175 psi below the swivel
F. A flow test shall be conducted to determine and verify the above standards at final
inspection.
G. The aerial water way shall be capable of flowing 1,500 Gallons Per Minute:
H. Rating shall be at full extension at the end of the fly section while at 75 degree elevation.
Minimum 7501b tip load with water way flowing.
J. State any restrictions on ladder or nozzle positioning while flowing 1,500
GPM No Restrictions for 750 lbs.
6) MONITOR INSTALLATION AND RETRACTABLE
A. An electronically controlled monitor with nozzle shall be mounted to a retractable pan
capable of being pinned to the end of the fly section or the next lower-section by a
single lever handle. Electronic system for pinning of waterway is acceptable.
Systems using manual hand plugs or external reels are not acceptable.
B. The lever handle latching to the forward position connects the monitor to the fly and the
lever handle latching to the back position connects the monitor to the next lower-
section. Aerial ladder shall be retracted when moving the retractable waterway
handle.
C. Monitor controls shall be located at the tip of the aerial fly section, at the turntable
console and remote control stored in the cab.
7) AERIAL WATERWAY FLOWMETER/PRESSURE GUAGE
A. An FRC digital flow/pressure gauge with two display heads
1) One display head at the aerial turntable control stand and one near the water inlet on the rear
of the truck.
2) One pressure gauge on the turn table console which will read the monitor pressure.
3) All shall be labeled to which pressure/volume which they are reading.
8) AERIAL WATERWAY VALVE.MONITOR.NOZZLES AND CONTROL
1) Valve: at end of the waterway shall be TFT VUM P/N AKP I IBD,C-1 plug shall be 2.5
extension,elbow,valve and Male 2.5"NST with cap and chain.
2) One(1)TFT WATER THIEF P/N WT5NJ-NJ-NF 2-1/2"female inlet shall be provided.
Device to be supplied with 1 %2"caps and chains.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 43 of 50
3) Monitor: shall be TFT Monsoon with control head,PM Y4-EP1AL.
4) Nozzles:
i. (1)one fog nozzle TFT P/N M-ERP-1500-NN 3.5"NH
ii. One(1)Stacked tips,TFT model YST-4NN
5) CONTROLS: Control units shall all be TFT.
a) Turntable pedestal:TFT P/N: Y4E-RP-D
b) Remote control unit: YE-RF-900-D
c) In addition to 6 C above.
XCVIII. AERIAL LADDER LIGHTING
1. TRACKING LIGHTS -- 12 VOLT BASE SECTION
a) Two(2)Akron DC Scene Star ELSS-XLDC lampheads shall be installed at the lower end
of the base section ahead of the lift cylinders of the ladder. These are to be activated from
the tracking light switch on the main control station and from a switch on the lamp head.
2. TIP LIGHTS -- 12 VOLT FLY SECTION
a) One(1)Akron DC Scene Star ELSS-XLDC lamphead shall be provided on the fly section
of the ladder. The light shall be activated from the tip light switch on the turntable and
from a switch on the lamphead.
3. TIP MARKER LIGHTS -- FLY SECTION
a) Two (2)Tomar strobe lights, shall be installed at the tip of the fly section.These lights
shall be activated by the aerial master power switch. The aerial tip marker lights shall be
blue in color,model #470S-1280.
4. LADDER RUNG LIGHTING-LED LIGHTS
The entire length of the aerial ladder shall be lit with LED lighting. Switch for the lighting
shall be at the turntable pedestal. LIGHTING SHALL BE PROTECTED FROM BEING
DAMAGED AND EASILY REMOVABLE FOR REPAIR OR REPLACEMENT.
XCIX.HYDRAULIC SYSTEM
1. The hydraulic system shall be supplied by a 30 gallon oil tank with a mesh filter on the pump
inlet side.
2. A means for checking and filling the hydraulic reservoir shall be readily accessible.
3. Fill cap shall have a hasp attached so it can be locked with a padlock.
4. The fill location shall be conspicuously marked with a label that reads"Hydraulic Oil Only."
C. HYDRAULIC DRAIN LINE
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder yES X NO
Page 44 of 50
1. One(1)quarter turn shut-off valve shall be connected in the drain line of the hydraulic oil
tank. Valve shall be securable to prevent accident opening.
CI. HYDRAULIC PUMP DRIVE SYSTEM
1) An electrical start-stop "hot shift" PTO shall be mounted to the transmission. The PTO shall
be connected to the hydraulic pump and shall supply power for all aerial and outrigger
operations. Electrical safety wiring shall require that the vehicle be in neutral and the
parking brake set before the PTO will operate.
2) A "PTO Engaged" indicator light is installed in the cab of the apparatus.
CII. EMERGENCY HYDRAULIC SYSTEM -- 12VOLT
1. An emergency hydraulic system shall be provided for capability for limited ladder
functions and to stow the ladder and outriggers in case of prime motor failure. The
emergency system shall be powered from the 12-volt electrical system from the apparatus
battery system and shall not be load managed.
CIII. AERIAL OPERATING INSTRUCTIONS AND DEMONSTRATION
1. As required by applicable sections of NFPA #1901, operating instructions and
demonstration of the aerial apparatus shall be provided at the purchaser's location. A
trained and qualified technician of the sales representative shall provide these instructions
and demonstration of the aerial apparatus.
2. Personnel providing the instructions shall be professionally trained by the aerial
manufacturer prior to the delivery process. All costs of these instructions shall be borne
by the bidder. The bidder shall notify the purchaser a minimum of 14 days prior to the
instruction period.
3. The bidder shall provide classroom instructions, instruction and operating manuals as
required by NFPA #1901, and provide all other necessary material necessary to assure
proper operation of the aerial device.
4. This instruction period shall be a minimum of three (3) days, one day per shift, at the
purchaser's location. An additional class/day to cover maintenance and familiarization for
the City's fleet mechanics shall also be held at the City shop.
CIV. MISCELANEOUS EQUIPMENT
1. The following equipment shall be provided by the manufacturer and installed in a location to
be determined by the OFD.
a) One(1)20 lb. A.B.C.Ansul fire extinguisher No. 14349 A-20E with mounting bracket.
b) One 2.5 gallon rechargeable pressurized water extinguisher with mounting bracket.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 45 of 50
c) Two(2) 100' 10/4 Electrical extension chords,to match plugs on the above reels to be
supplied per truck.
d) Six (6) 12 ft by 18 ft 10 oz. Red Vinyl salvage covers
e) Four(4) ladder belts meeting NFPA 1983 standard
f) Two (2)Akron Brass PPB 51"prybars with mounting brackets
g) Two (2) Stihl Chainsaws model # MS461 RDR chains and 20" bars.
h) Two (2) Stihl `CUTQUICK"Circular saws model# TS700 with M K Diamond Fire Tiger
Tooth Blades 164584 Fire/Police and one(1)extra blade for a total of three(3)per truck.
i) One(1) Dewalt DCG412B 20V Max Li-lon Cordless 4-1/2 cut off tool.
j) One(I) Dewalt DCS380B 20V Max Li-Ion Cordless Reciprocating Saw.
k) One(I) Dewalt DCD790B 20V XR Li-Ion Cordless Drill.
I) One battery for each Dewalt tool.
m) One battery Charger with one (I)extra battery.
n) One I20v adapter which will work on each Dewalt tool.
o) One(1)TEAM EQUIPMENT TG5000XHP Pneumatic rescue tool set.
p) Six(6)6 lb. fire axes with Nuplaglass 36" handles,three(3) AP6 pick head and three (3)
FP6 flat head. Chrome holders to cover entire blade and have closed bottom. Pick head
to have leather or rubber protector on tip with chain.
q) Two(2)5" Storz quick connect spanner wrench sets with brackets.
r) One (1)36 inch bolt cutter with mounting bracket
s) One(1) 18 inch wire cutter with mounting bracket
t) Two(2)30 Akron Brass Tri-Bar(Halligan)with marrying strap,shoulder strap and
mounting brackets
u) Two (2) 12 lb.fiberglass handle sledge hammers with mounting brackets,Akron Brass
part#FSY-12
v) Four(4)flat bottom shovels with D-handles, 36 inches long with brackets
w) Two (2)Akron Brass BF-8 forcible entry tools with mounting brackets.
x) Two (2)hose/ladder straps
y) One(1)"TEAM EQUIPMENT"THR6000 Heavey Duty Rescue chain package.
z) Two (2)20 ft. 3/8 in. log chains with hook ends for extrication
aa) One(1)"Dura Crib"cribbing kit B, black in color
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 46 of 50
bb)Four wheel chocks, mounted in readily accessible locations,each designed to hold the
apparatus when loaded to its maximum in-service weight.
cc) The following hose shall be provided, meeting the current NFPA 1961 standard And the
attached Omaha Fire Department Hose Specifications:
dd)300 ft of 5"Combat attack green hose able to withstand 300 psi. service pressure (200' in
100' sections& 100' in 50' sections)
ee) One(1)Task Force Tips Dual-Force nozzle, model HD-VPGI 1.5"w/H-A adapter.
ff) Eight(8)"C"style clamp brackets for Paratech brand shores and extensions. Two(2)
brackets for Paratech shoring bases. Equipment to be supplied by the department and
mounted by the dealer.
gg)Two(2)one-gallon fuel cans with mounting brackets
hh)One(1)SUPERVAC VR3 24"variable speed 120V PPV fan.
CV. PAINT AND STRIPING
1) Color of apparatus to be:
a) L
ower Half of cab: PPG FBCH 71371 Red
Upper Half of cab: PPG FBCH 2185 White
Truck Body: PG FBCH 71371 Red or Brushed Stainless Steel
Aerial Ladder: PPG FBCH 2185 White(steel ladder only)
A 0.50 inch gold reflective tape with black borders shall be applied on the break line
between the two different colored surfaces on the cab.
2) The inside of compartments to be 304 stainless steel.
3) Provide and install 3M brand#580-85 Scotchlite white reflective lettering and
Striping.
i) OFD on cab side panels and Gold Maltese Cross with Omaha Fire& Rescue on cab
doors, emblem to be provided by the OFD.
ii) Two—4"stripes affixed to the apparatus body and chassis cab.
4) Provide and install a reflective 10"company number on the front bumper and rear cab doors.
A 20"company number on rear roll up door.
a) A"T" shall precede all company numbers.
5) Provide reflective OMAHA FIRE& RESCUE on ladder signs
6) Apparatus to have rear reflective Chevron marking to comply with the NFPA requirement.
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES X NO
Page 47 of 50
CVI. INTERCOM SYSTEM
1. The successful bidder will supply and install FireCom brand Wireless voice activated
type intercom with radio interface capabilities. The intercom system interface with the
radio must allow all communications, both transmitted and received to be heard through
each headset.
2. All headsets shall be wireless UH under the helmet, normal person to person
communication shall be voice activated. Each head set shall interface with the truck radio
and each headset shall have push to talk radio capabilities.
3. One extra headset shall be delivered with each aerial truck.
4. If any of the intercom communication positions are being used in an intercom .
voice activated capacity when a radio transmit location is activated, (by officer or driver)
intercom communications will be automatically muted. While this is occurring,all
positions shall be able to hear both the transmitted and the received radio transmissions.
CVII. OPTICOM EMITTER
1. The successful bidder shall provide and install a 3M Opticom Emitter mounted outside
front center of the cab in area not blocked by ladder or monitor. The Emitter will be
wired to be operational only when the vehicle light bar is operating,the transmission is in
a forward gear and the park brake is released.
CVIII. MANUALS
1. Two(2)sets Operator and Part List Manuals
2. Two(2)sets Engine and Transmission Operation Manuals
3. One(1)set As-Built Wiring Diagrams
4. One(1)set As-Built Air Plumbing Diagrams
5. One(1) Engine Service Manual
6. One(1)Transmission Service Manual
CIX. CERTIFICATION OF REPRESENTATIVE OF BIDDING COMPANY
1. We hereby certify that the bid submitted by this company is for apparatus
that will meet all requirements set fourth in these specifications, including all equipment
specified,except where exceptions are indicated on this copy.
2. Enclosed with our bid is a statement"EXCEPTIONS TO SPECIFICATIONS"
explaining that we propose to provide in place of specific requirements, where we have
indicated exceptions.
3. This copy of specifications and our statement of"EXCEPTIONS TO
SPECIFICATIONS"shall be considered a part of the final contract.
OPTIONS
EXCEPTION If Yes Please see Exceptions/Clarifications Tab in the Bid Binder YES NO X
Page 48 of 50
1. PREPAY
a) The City of Omaha will consider as an option,prepaying for 80%of the contract price at
the time of final approval from the City Council.The remaining 20%would be paid to
the successful bidder upon completion and delivery as described in these specifications.
Successful bidder, if prepayment is approved by the city council,shall provide a
performance bond to protect the City's prepayment investment.
b) Should the City offer this option,will that result in a discount of the bid price of the
ladder trucks as specified?And if so, what is the discount?(for both trucks)
$ 64,604
2. OPTIONAL TRADE IN
a) The Omaha Fire Department request a prices for the optional trade in of one(1)Ladder
Truck and one pumper. Both will be available for viewing on the date of the pre-bid
meeting. The Omaha Fire Department reserves the right to surplus these vehicles, using
other means, up until the bid is awarded.
b) Truck59 1995 Smeal 75' Aerial ladder
YIN 4S7AT9D0 I TC418826
Unit to be taken within 30 days after delivery of new unit.
TRADE IN PRICE$ 5,000
c) Engine 130 1991 Smeal Pumper
VIN 1D91D31E2L3008296
Unit to be taken within 30 days after delivery of new unit.
TRADE IN PRICE$ No Bid
3) GALVENIZING
a) Truck frame rails $ No Bid
b) Aerial Ladder plus painting $ No Bid
c) Torque Box $ 4,229
d) Outriggers-The aerial outriggers assemblies,beam,outer jack tube, inner jack tube,jack
cover plate,and jack pad shall be galvanized inside and out. $ Standard
4. PLUMBING FOR BUMPER MOUNTED TOOLS
a) As specified above,the front bumper is to be built for holding two(2) 100' hydraulic
hose reels for our hydraulic rescue tools. As an option provide a cost for:
EXCEPTION If yes, please see exceptions/clarifications YES NO ✓
Page 49 of 50
b) Adding the two reels, installed and with 100' of hose each.
c) Adding a diverter valve in the bumper compartment to run one reel or the other.
d) Running the necessary plumbing back to Compartment L2 to terminate with fixed(on the
compartment wall)fittings.
e) Five(5')sections of hydraulic hose to run from the fixed fittings on the inside wall of the
cabinet to a power unit sitting on the slide out tray of compartment L2.
f) All lines filled with the proper oil for the correct tool.
COST OF OPTION#4$ Included per Addendum#1
5. ALTERNATE SCBA SEAT MOUNTS
a. IMMI"SmartDock"in place of"Secure All"
COST OF OPTION#5$ No Credit
DATE 1/14/15
NAME Kevin Fendrick
TITLE Director of Inside Sales
EXCEPTION If yes, please see exceptions/clarifications YES NO ✓
Page 50 of 50
DOUGLAS COUNTY
PURCHASING DEPARTMENT
1819 FARNAM STREET
902 CIVIC CENTER
OMAHA, NE 68183-0902
PHONE (402)444-4954 FAX(402)444-4992
December 12,2014
NOTICE TO BIDDERS:
REQUEST FOR BID ON
CITY OF OMAHA—Fire Apparatus 1100 Ft., 1500 GPM Waterway Aerial Ladder Fire Apparatus)
BID OPENING DATE: Wednesday, January 14, 2015,at 11:00 a.m. CST
ADDENDUM NO. I:
Please see the attached changes to specifications per the atlached six(6) pages.
ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING
THIS ADDENDUM COVER SHEET WITH YOUR BID.
END OF ADDENDUM
ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS
ADDENDUM COVER SHEET WITH YOUR BID.
441tHolly Hurt Senior Buyer City of Omaha/Douglas County Purchasing Department
Danko Emergency Equipment
Name of Firm eo
Signed By Mark . Kreikemeier
Vice President-Apparatus Sales
Title
ADDENDUM #1
AERIAL LADDER FIRE APPARATUS
DECEMBER 12, 2014
ITEM # 1-12
Change to the following:
Manufacturer shall indicate delivery time in calendar days from date of
execution of contract, which bidder's proposal is a part of and which shall
not exceed 330 calendar days from the date of the award of the bid and/or
sighed agreement where purchase order (s) have been issued. The
manufacturer shall provide the final draft blue prints within 30 days after the
award of the bid. A penalty of$150 per day, per unit shall be assessed for
late delivery starting beyond the 300th calendar day after the approved final
draft blue prints are received by the bidder. Demonstrator units are not
acceptable.
ITEM # XVII-1 page 7
Medium Four Door cab (54" from center of front axle to rear of cab), width
of 100" allowable. The seating shall be two (2) forward facing seats and
one rear facing seat in the rear plus driver and officer seats as specified in
front. All three rear seats shall be SCBA flip up bottom seats. EMS cabinet
shall be one instead of two to accommodate this arrangement. Single EMS
cabinet shall be larger than previously specified, dimensions to be
provided. Spartan Motors representative Jeff Seal was consulted and may
be contacted for your reference.
ITEM # XXXIII
Clarification:
2) SCBA flip up seat, not NON SCBA.
3) For location see XVII-1 page 7 above.
Page 1 of 6
ITEM # XXXIV-4 page # 12
Change to the following:
One (1) EMS compartment shall be located in the middle of the wall above
the right front wheel well. This compartment shall measure 18" wide x 47"
tall and 30" deep. The compartment shall be installed behind the officer's
seat and shall be accessible from both the outside and inside of the cab.
Both doors shall be ROM roll up doors with locks and shall be as a large as
possible for maximum allowable opening when the doors are open. Inside
door shall be clear slats. The compartment shall be constructed of
aluminum and painted inside and out with grey zoltone. Cab window to
replace the compartment door on the left side behind the driver.
ITEM # XXXIV-10 page 13
Delete.
ITEM # XXXIV-11 page 13
Clarification:
One or two piece windshield acceptable.
ITEM # XXXIV-23 page 14
Clarification:
"Linex" brand is acceptable for undercoating.
ITEM # XXXIX-4 page 19
Clarification:
Five (5) gallon DEF tank acceptable.
ITEM # XLII-5 page 20
Change to the following:
Transmission to have the three Prognostic functions enabled. The
Prognostic must be able to be reset using the Allison Shift Selector. Gear
shift selector shall be Allison push button selector.
Page 2 of 6
ITEM # XLIII-1 page 20
Clarification:
TRW components acceptable.
ITEM # XLV-2 page 21
Clarification:
WABCO Components acceptable.
ITEM # XLV-3 page 21
Clarification:
Addition of auxiliary air storage tank to meet this requirement acceptable.
ITEM # XLVIII-10 page 23
Clarification:
"Insta-Chains" are acceptable.
ITEM # 3 XLIX-1 page 23
Clarification:
A 28" extension to meet requirements for the front bumper storage
acceptable, apparatus must still meet overall length requirement.
ITEM # LI-1 page 24
Clarification:
Use of six (6) batteries instead of four (4) acceptable to meet electrical
system requirements.
ITEM # LIII page 25
Welded or bolted 304 stainless acceptable, finish maybe painted or
brushed.
ITEM # LV page 27
Clarification:
Plastic constructed tubes acceptable and if plastic rubber mat may be
deleted.
Page 3 of 6
ITEM # LVII-2-(1) page 28
Change to the following:
Dual seal-beam headlights mounted in chrome housing. Headlights shall
have a fast alternating Federal FHL2-SC flasher, wig-wag pattern, which
will be switched on the VMUX.
ITEM 3 LVII-11 page 29
Change to the following:
Two (2) Whelen LED Model PFP2 lampheads shall be installed, one on
each side of the truck. Lights to be mounted at the rear of compartments L4
and R4 on top of the compartment body.
ITEM # LVIII-13 pane 31
Addition:
Add Ball stops and roller guides to the electrical reels.
ITEM # LXVIII-2 page 34
Add the following item:
3. Aluminum ladders which have a permanent NFPA approved slip-
resistant stepping surface shall not require rung covers.
ITEM # LXXVII-9-b page 37
Auto-bedding feature preferred, however, not required.
ITEM # LXXXV-1 page 39
Change to the following:
The torque box connecting the turntable to the outriggers shall provide the
rigidity needed for the aerial to be operated at -6 to a +72 degrees
elevation and full extension.
ITEM # XCIII page 41
Clarification:
Plastic outrigger plates acceptable.
Page 4 of 6
ITEM # XCIV-B page 41
Clarification:
Lights to LED lights.
ITEM # XCVII-5•F Dade 42-43.
Clarification:
The flow test shall be,conducted at final;inspection. Test shall be witnessed
by City of Omaha personnel and all items of XCVII-5-A through J must be
met in order for delivery to occur. Third party testing is allowed and will be
adequate in lieu of this witnessed test if documentation of third party test is
received prior to final inspection which shows all;requirements.being met.
ITEM # XCVII-5-H
Clarification:
72 degree elevation is acceptable.
ITEM # XCVII-7-A page 43
Clarification:
Gauge to be FRC Insight plus
ITEM # XCVIII-1&2 page 44
Change of lights:
Tracking and Tip light to be Whelen LED Model PFP1 lights, not Akron DC
Scenestars.
ITEM # XCVIII 4 page 44
Change of switching:
Ladder rung lighting to switch on with the "Ladder Power" switch.
ITEM # CIV page 45-47
Only the following items are to be mounted: a), b), f), p), q), r), s), t), u), v),
w), bb), ff).
Page 5of6
ITEM # CVI pane 48
Clarification:
Each truck to be delivered with six (6) headsets.
OPTIONS ITEM # 4
Change of terms:
Option item #4 shall be bid as a regular item and NOT as an option, all
necessary couplings to be included.
Clarifications:
a) Reels to have roller guides and ball stops.
b) Diverter valve may not be necessary with certain brands/models.
c) Both tools/reels to have live hydraulics simultaneously.
d) Hoses from cabinet wall to power unit shall be long enough to roll tray
out to full extension without snugging tight.
ADD OPTION ITEM #6
Additional new option.
Provide a price, as an option, to replace the MFD cab with an Extended
Medium Four Door cab (60" center of front axle to rear of cab) and all
associated and necessary additional expenses. Using this cab we would
return to the two EMS cabinets as specified in XXXIV. The rear seating
arrangements would include three forward facing flip up SCBA seats
across the rear wall of the cab. This arrangement would delete ITEM
XXXII-2 and require another area to be used for the truck radio. The
provided front axle to rear of cab measurements are from Spartan Motors
and for Spartan cabs. Variants from these measurements for cabs other
than Spartan must be identified. Truck body adjustments to meet OAL
requirements must be identified and only if necessary.
COST FOR OPTION #6. $35,000.00
Page 6 of 6
DOUGLAS COUNTY
PURCHASING DEPARTMENT
1819 FARNAM STREET
902 CIVIC CENTER
OMAHA, NE 68183-0902
PHONE (402)444-4954 FAX (402) 444-4992
December 17, 2014
NOTICE TO BIDDERS:
REQUEST FOR BID ON
CITY OF OMAHA —Fire Apparatus(100 Ft., 1500 GPM Waterway Aerial Ladder Fire Apparatus)
BID OPENING DATE: Wednesday,January 14, 2015, at 11:00 a.m. CST
ADDENDUM NO. 2: — --
Please see the attached additional information per the attached one (1) page.
ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING
THIS ADDENDUM COVER SHEET WITH YOUR BID.
END OF ADDENDUM
ACKNOWLEDGE RECEIPT OF THIS ADDENDUM BY SIGNING BELOW AND RETURNING THIS
, ADDENDUM COVER SHEET WITH YOUR BID.
Holly Hurt— ehior Buyer-City of Omaha/Douglas County Purchasing Department
Danko Emergency Equipment
Name of Firm
Signed` 1_‘,S A
By4 .(Z44-7-ze..
Mark A. Kreikemeier
Vice President-Apparatus Sales
Title .
ADDENDUM LIGHT AND AIR TRUCK
AND LADDER TRUCK.
15 December, 2014
The "trade ins" will be picked up by the successful bidder as you saw them
at the pre-bid conference. The only items which we intend to remove are
any radios and head set equipment and any loose tools which may have
been on either. The ground ladder compliment on T59, will stay with truck
59.
NO. 0.2i0
Resolution by
Res. that, as recommended by the Mayor, the `•
attached bid of Smeal Fire/Danko Apparatus
in the amount of one million, four-hundred
seventy-four thousand and seventy dollars
($1,474,070.00) for the purchase of two (2)
100-foot 1500 GMP Waterway Aerial Ladder
Fire Apparatus is hereby approved; and, the
Finance Department is authorized to pay the
cost of such purchase from Public Safety
Bonds Fund 13298, Organization 114512,
Project 1862, Account 47033.
s:\fire-city council documents\2015\10003n1w.doc
Presented to City Council
MAR 1. 0 2015
Adopted -(7
gaiter Brown
City Clerk