Loading...
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