Loading...
HomeMy WebLinkAboutBid Packets and Informationr7, F/!t �4IN — _ Company Amount Alternative Alternative pleat- 611,c/M,6 E7WA±ACy RoA ® SCJ, an/ /i ° 7, 6���� 35, care/ ,4 -Le f SArn y �0n/;c/ ° 5fr i aZ 40 z 5‘30 7 (5 -mfr --,(a. pC'f�,411 ,e�7-45 c /' O/0 ‘9eva gPo-ver ter- ‘\V'-'7 Q\, A, wg__O �w9"/CC 3� 'Co Notice to Bidders City of Carmel Notice is hereby given that the Board of Public Works and Safety for the City of Carmel, Hamilton County, Indiana will receive sealed bids for two (2) Custom Fire Engines. All bids shall be sealed, clearly marked "Fire Engine Bid" on the outside of the envelope, and shall be delivered to the office of the: Clerk -Treasurer, City of Carmel, One Civic Square, Carmel, Indiana 46032, no later than 10:00 am April 1s`, 2015 No Late Bids will be accepted. Bids will be publicly opened and read at the Board of Public Works and Safety Meeting at 10:00am on April 1s`, 2015 in Council Chambers at Carmel City Hall. 1 Civic Square Carmel, Indiana. All bids must be on Indiana State Board of Accounts Form 96 or its equivalent, with a Non - Collusion Affidavit attached, and must be accompanied by a bid bond or certified check made payable to City of Carmel in an amount not less than ten percent (10%) of the total bid. The bid bond or check of the successful bidder shall be held until delivery of the apparatus. All bids submitted must remain open no less than sixty (60) days from bid opening. All bids received will be evaluated by the City of Carmel Fire Department on the basis of such factors as bid amount, date of apparatus delivery, service facility location, warranty, experience of the bidder, and any other factor deemed pertinent by the City of Carmel Fire Department. The City of Carmel reserves the right to reject any or all bids, to waive any formalities or irregularities in any bid or bidding procedures, or to accept any bid that meets or exceeds the specification that is the lowest responsible and responsive bid. Failure to follow the instructions detailed in the specifications regarding the submittal of voluntary exceptions or alternates, or other bidding instructions, may disqualify your bid. A specifications packet may be picked up at: A "Pre -Bid" meeting while be held at Carmel Fire 4th, 2015 at 09:00 for all interested bidders. Technical questions concerning the specifications VanVoorst at 317-571-2600 or 317-664-0958. Diana L. Cordray, Clerk -Treasurer City of Carmel Fire Department 2 Civic Square Carmel Indiana 46032 Department Headquarters on Wednesday March should be directed to Logistics Section Chief Bob Johnson, Sandy M From: Snyder, Denise W Sent: Tuesday, May 05, 2015 2:31 PM To: Johnson, Sandy M Cc: Haboush, David G; VanVoorst, Bob Subject: Engine Bid Per Chief Haboush and Chief VanVoorst we would like to pull awarding the engine bid off the agenda for tomorrow's meeting. We are currently working with City Legal on this and need more time. Thank you and sorry for the inconvenience this may cause. Denise Snyder Budget & Accreditation Manager Carmel Fire Department 2 Civic Square, Carmel IN 46032 317-571-2600 Headquarters 317-571-2615 Fax dsnyder@carmel.in.gov CONFIDENTIALITY NOTICE: This transmission (including any attachments) may contain information which is confidential, attorney work - product and/or subject to the attorney-client privilege, and is intended solely for the receipient(s) named above. If you are not a named recipient, any interception, copying, distribution, disclosure or use of this transmission or any information contained in it is strictly prohibited, and may be subject to criminal and civil penalties under State or Federal law. If you have received this transmission in error, please immediately call us at (317) 571-2600, delete the transmission from all forms of electronic or other storage, and destroy all hard copies. DO NOT forward this transmission. Any error in addressing or sending this e-mail is not a waiver of confidentiality or privilege and does not waive consent to copying or distribution of this e-mail or attachments. Thank you. 1 Johnson, Sandy M From: VanVoorst, Bob Sent: Thursday, April 30, 2015 11:52 AM To: Johnson, Sandy M Cc: Snyder, Denise W; Haboush, David G Subject: RE: BPW Meeting May 6th. Sandy: The Fire Department is planning to recommend that the BPW accept the bid from Global Emergency Products representing Pierce for 2 pumpers for a total amount of $1,053,150.00. Global was not the lowest bidder and we are currently working with Jon Oberlander in city legal on our justification on not taking the lowest bid. Please let me know if you need anything else on this. Thanks Bob VanVoorst Logistics Section Chief Carmel Fire Department 2 civic Square Carmel Indiana, 46032 317-571-2600 Headquarters 317-571-2660 Fax bvanvoorst@carmel.in.gov CONFIDENTIALITY NOTICE: This transmission (including any attachments) may contain information which is confidential, attorney work - product andlor subject to the attorney-client privilege, and is intended solely for the receipient(s) named above. If you are not a named recipient, any interception, copying, distribution, disclosure or use of this transmission or any information contained in it is strictly prohibited, and may be subject to criminal and civil penalties under State or Federal law. If you have received this transmission in error, please immediately call us at (317) 571-2600, delete the transmission from all forms of electronic or other storage, and destroy all hard copies. DO NOT forward this transmission. Any error in addressing or sending this e-mail is not a waiver of confidentiality or privilege and does not waive consent to copying or distribution of this e-mail or attachments. Thank You. From: Snyder, Denise W Sent: Thursday, April 30, 2015 7:49 AM To: VanVoorst, Bob J; Haboush, David G Subject: Fwd: BPW Meeting May 6th. 1 4 Please let sandy know what is going on. Sent from my iPhone Begin forwarded message: From: "Johnson, Sandy M" <SMJohnson@carmel.in.gov> Date: April 30, 2015 at 7:46:41 AM EDT To: "Snyder, Denise W" <DSnyder@carmel.in.gov> Subject: RE: BPW Meeting May 6th. Denise, I need to know who you are awarding bid to, the amount and that it was the lowest most responsive bid. Sandy Johnson Asset Manager City of Carmel — Clerk Treasurer's Office (317) 571-2628 — Direct (317) 571-2410 — Fax smlohnson@carmel.ln.gov CONFIDENTIALITY NOTICE: This E-mail (including attachments) is covered by the Electronic Communications Privacy Act, 18 U.S.C. §§ 2510-2521, is confidential and may be legally privileged. If you are not the intended recipient, you are hereby notified that any retention, dissemination, distribution, or copying of this communication is strictly prohibited, and may be subject to criminal and civil penalties. If you have received this transmission in error, please immediately call us (317) 571-2427, delete the transmission from all forms of electronic storage, and destroy all hard copies. DO NOT FORWARD this transmission. Receipt of this electronic mail message by anyone other than the intended recipient(s) is not a waiver of any attorney-client work product, investigatory law enforcement privilege or any other applicable privilege. Thank you. From: Snyder, Denise W Sent: Wednesday, April 29, 2015 11:53 AM To: Johnson, Sandy M Cc: VanVoorst, Bob J Subject: BPW Meeting May 6th. Could you please put CFD on the BPW Agenda for the May 6th meeting for awarding the Engine Bid? Denise Snyder Budget & Accreditation Manager Carmel Fire Department 2 Civic Square, Cannel IN 46032 317-571-2600 Headquarters 317-571-2615 Fax 2 Johnson, Sandy M From: Snyder, Denise W Sent: Wednesday, April 29, 2015 11:53 AM To: Johnson, Sandy M Cc: VanVoorst, Bob J Subject: BPW Meeting May 6th. Could you please put CFD on the BPW Agenda for the May 6th meeting for awarding the Engine Bid? Denise Snyder Budget & Accreditation Manager Cannel Fire Department 2 Civic Square, Carmel IN 46032 317-571-2600 Headquarters 317-571-2615 Fax dsnyder(a carmel.in.gov CONFIDENTIALITY NOTICE: This transmission (including any attachments) may contain information which is confidential, attorney work - product andlor subject to the attorney-client privilege, and is intended solely for the receipient(s) named above. If you are not a named recipient, any interception, copying, distribution, disclosure or use of this transmission or any information contained in it is strictly prohibited, and may be subject to criminal and civil penalties under State or Federal law. If you have received this transmission in error, please immediately call us at (317) 571-2600, delete the transmission from all forms of electronic or other storage, and destroy all hard copies. DO NOT forward this transmission. Any error in addressing or sending this e-mail is not a waiver of confidentiality or privilege and does not waive consent to copying or distribution of this e-mail or attachments. Thank you. 1 KOVATC KME FIRE APPARATUS By Kovatch Mobile Equipment Corp. One Industrial Complex— Nesquehoning, PA 18240 (570) 669-5132 [Phone] - (570) 669-5124 [Fax] www.kovatch.com URL APPARATUS PROPOSAL April 01, 2015 Carmel Fire Department 2 Civic Square, Carmel, IN 46032 Donley and KME hereby proposes to manufacture and furnish to Purchaser, subject to Purchaser's acceptance of the Bidder's proposal and the proper execution of the appropriate contract, the following apparatus and equipment to be built in accordance with the attached specifications, whether purchase is made via KME contract or customer purchase order. BID A: Quantity: Two (2) KME Predator Severe Service XLFD 4 door Custom Rescue Pumpers For the sum of:FIVE HUNDRED FOURTEEN THOUSAND NINE HUNDRED SIXTY FIVE AND 00/100 Dollars each. (Plus applicable taxes if any) UNIT TOTAL: $ 514,965.00 EACH BID TOTAL: $1,029,930.00 FOR BOTH PURCHASED TOGETHER OPTIONS: SEE ATTACHED DOCUMENTATION Delivery is to be made subject to all clauses of the attached contract, and shall be 360-390 days after receipt of contract. BID B: Quantity: One (1) KME Predator Severe Service XLFD 4 door Custom Rescue Pumper For the sum of:FIVE HUNDRED NINETEEN THOUSAND EIGHT HUNDRED TWENTY FIVE AND 00/100 Dollars each. (Plus applicable taxes if any) BID TOTAL: OPTIONS: $519,825.00 EACH SEE ATTACHED DOCUMENTATION Delivery is to be made subject to all clauses of the attached contract, and shall be 360-390 days after receipt of contract. • Company will not be liable for any delay, failure to make delivery, or other default due to strikes or labor unrest, war, riot, federal, state or local government action, fire, flood or other disaster or acts of God, accidents, breakdown of machinery, lack of or inability to obtain materials, parts or supplies, or any other causes or circumstances beyond the reasonable control of Company which prevent or hinder Company's manufacture and/or delivery of the Apparatus. The Bidder's right to withdraw this proposal, if not accepted within sixty (60) days from the above date is hereby acknowledged or the unit is purchased by another entity. Res• tfly submitted by, I'.- - y F. Esposito Donley Safety, Inc 5546 Elmwood Court Indianapolis, IN 46203 1-800-345-2268 KME FIRE APPARATUS One Industrial Complex Nesquehoning, PA 18240 1-800-235-3928 KME FIRE APPARATUS OPTIONS TO THE BID CARMEL FIRE DEPARTMENT OPTIONS: 1. Change the Class1 electrical system to the standard ESKEY system with traditional style switching, smaller display screen and some reduced function DEDUCT $1,312.00 2. Remove the PAC TOOL boards that were verbally added to the right side compartments at the prebuild meeting. DEDUCT $ 732.00 3. BACKBOARD STORAGE The ladder storage area will be designed to accommodate storage for a backboard, the storage slot will be sized 18" tall x 2" wide x 74" long to accommodate a standard size backboard. The storage area will have nylon material on the bottom surface to protect the backboard. ADD $ 635.00 4. Change rear axle, suspension, wheels and tires to a 24,000lb rating Please see attached weight calculations. Deduct $1821.00 5. Change the cab from a 77" centerline of cab to back of cab to a 67" and reduce wheelbase and overall length by 10" DEDUCT $ 761.00 6. Trade in value on Engine 346 if you so elect to trade. DEDUCT $10,000.00* 7. Trade in Value on Engine 349 if you so elect to trade. DEDUCT $10,000.00* *Please see the attached documentation on the trade ins. BICP73- Department: Sales Engineering I -E5 Weight Analysis Form Original Issue Date: 12/20/2011 Revision: 2 Revision Date: 06/05/2012 •-k� KO V A T C- DATE: 3/30/2015 BY: JJM GSO: PROPOSAL CUSTOMER - DEALER: CARMEL FD IN BODY STYLE: 158" FLEX MEDIUM 3/16" ALUMINUM CHASSIS MAKE & MODEL: 100"W KME SEVERE SERVICE XLFD 10" RR WHEELBASE: 224 NUMBER OF PERSONNEL: 6 FRONT GVWR: 20000 REAR GVWR: 27000 TOTAL GVWR: 47000 ITEM DESCINIF"PIONDETAILSWEIGII'I, ITEM ITEM INCHES FORWARD OF REAR AXLE WEIGHT ON FRONT AXLE WEIGHT ON REAR AXLE CHASSIS WEIGHT: 20925 15122 5803 PERSONNEL (DRIVER/OFFICER): 2 500 246 549 -49 PERSONNEL (CREW REAR FACING): 2 500 224 500 0 'ERSONNEL (CREW FORWARD FACING): 2 500 165 368 132 BUMPER EXTENSION: 125 310 173 - -48 BUMPER STORAGE WELL: 2 125 310 173 -48 CAB EMS CABINET: 0 0 PUMP WEIGHT: 1900 90 763 1137 CROSSLAYS: 0 0 SPEEDLAYS: 3 600 116 311 289 DECK GUN: I 80 100 36 44 FRONT SUCTION: I 375 215 360 15 REAR SUCTION: 0 0 0 FRONT DISCHARGES: I 75 215 72 3 REAR DISCHARGES: I 100 0 0 100 Printed on: 3/30/2015 Page 1 of4 Printed on: 3/30/2015 Page 2 of 4 Engineering Sales Department: En S P73 -I -F5 Weight Analysis Form Original Issue Date: 12/20/2011 Revision: 2 Revision Date: 06/05/2012 1.g IC KOVATC DATE: 3/30/2015 BY: JJM GSO: PROPOSAL CUSTOMER -DEALER: CARMEL FD IN BODY STYLE: 158" FLEX MEDIUM 3/16" ALUMINUM CHASSIS MAKE & MODEL: 100"W KME SEVERE SERVICE XLFD 10" RR WHEELBASE: 224 NUMBER OF PERSONNEL: 6 FRONT GVWR: 20000 REAR GVWR: 27000 TOTAL GVWR: 47000 ITEM Ut;SCRIP'FION ITEM DETAILS ITEM WEIGHT INCHES FORWARD OF REAR AXLE WEIGHT ON FRONT AXLE WEIGHT ON REAR AXLE TOP MOUNT PUMP PANEL: 300 95 127 173 REAR DIRECT TANK FILL: 0 0 HOSE REEL (INCLUDES HOSE): 0 0 WATER TANK (LOWER): 500 4450 4 79 4371 WATER TANK (UPPER): 0 0 0 FOAM TANK: 0 0 0 BODY WEIGHT: 3364 -12 -180 3544 EQUIPMENT ALLOWANCE: 2000 -12 -107 2107 LOCKER COMPARTMENT: 0 0 REAR STEP COMPARTMENT: 0 0 SCBA CYLINDER COMPT.: I 1 330 0 0 330 HOSEBED (GENERAL): 0 0 HOSEBED (5"): 1200 1 164 -12 -62 1226 HOSEBED (4"): 0 0 0 Printed on: 3/30/2015 Page 2 of 4 Printed on: 3/30/2015 Page 3 of 4 Department: Sales Engineering P73-1-F5 Weight Analysis Form Original Issue Date: 12/20/2011 Revision:2 Date: 06/05/2012 °-..«Revision K O V A T C- DATE: 3/30/2015 BY: JJM GSO: PROPOSAL CUSTOMER-DEALER: CARMEL FD IN BODY STYLE: 158" FLEX MEDIUM 3/16" ALUMINUM CHASSIS MAKE & MODEL: 100"W KME SEVERE SERVICE XLFD 10" RR WHEELBASE: 224 NUMBER OF PERSONNEL: 6 FRONT GVWR: 20000 REAR GVWR: 27000 TOTAL GVWR: 47000 ITEM DESCRIPTION DETAILS ITEM WEIGII'F INCITES FORWARD FORWARD OF REAR AXLE WH:IGHT ON FRONT AXLE WEIGIIT ON REAR AXLE HOSEBED (3"): 800 640 -12 -34 674 HOSEBED (2.5"): 0 0 0 HOSEBED (1.75"): 150 57 -12 -3 60 HARD SUCTION HOSES: 2 I50 -12 -8 158 LADDERS: 130 0 0 130 GENERATOR: 273 83 101 172 LIGHTING: 50 100 22 28 SIDE DUMPS: 0 0 REAR DUMP: 0 0 PORTABLE WATER TANK: 0 0 CORD REEL: 1 125 83 46 79 Q2B: I 33 310 46 -13 BELL: I 35 310 48 -13 REAR STEP EXTENDED: 35 -91 -14 49 Printed on: 3/30/2015 Page 3 of 4 Printed on: 3/30/2015 Page 4 of 4 Department: Sales Engineering P73 -I -E5 Weight Analysis Form Original Issue Date: 12/20/2011 Revision: 2 Revision Date: 06/05/2012 -------.a -- PC "" K O V A T C DATE: 3/30/2015 BY: JJM GSO: PROPOSAL CUSTOMER -DEALER: CARMEL PD IN BODY STYLE: 158" FLEX MEDIUM 3/16" ALUMINUM CHASSIS MAKE & MODEL: 100"W KME SEVERE SERVICE XLFD 10" RR WHEELBASE: 224 NUMBER OF PERSONNEL: 6 FRONT GVWR: 20000 REAR GVWR: 27000 TOTAL GVWR: 47000 ITEM DESCRIPTIONDE'I'All ITEM ti ITEM WEIGHT INCHES OF REAR AXI"F; WEIGHT ON FRONT NRON'f AXLF; WEIGHT ON REAR AXLE: 0 0 REAR ACCESS LADDER: 40 -91 -16 56 0 0 0 0 •---�—�—�---'--'^�—�—I---_—' .1'OTAI!—I---'—I---'—' 0 FRONT AXLE 0___ REAR AXLE SUB -TOTAL: 38981 18472 20509 2% SAFETY FACTOR (GVWR): 780 369 410 TOTAL: 39761 18842 20919 CHASSIS GVWR: 47000 20000 27000 WEIGHT DIFFERENCE: 7239 1158 6081 WEIGHT DISTRIBUTION (%): 47% 53% Printed on: 3/30/2015 Page 4 of 4 KME FIRE APPARATUS CLARIFICATIONS & EXCEPTIONS CARMEL FIRE DEPARTMENT GENERAL: Donley and KME is very pleased to propose our Predator Sever Service Rescue Pumper to meet and in many instances exceed the intent of the Beech Grove Fire Department bid specifications. The proposed unit will be tested and certified by Underwriter's Laboratories (UL) to meet NFPA-1901, 2009 edition. Due to the bid specifications favoring a competitors design, the proposed unit is priced and will be built to the KME proposal specifications to meet the intent of the bid specifications. All brand names, system designs, dimensions and performances will be as stated in the KME proposal specifications. PG #8&9 APPARATUS WARRANTIES KME's warranties shall meet or exceed the warranties requested. PG #10 FRONT BUMPER The front bumper shall be 12" tall, in place of the one requestd PG #11 AUXILIARY CYLINDER FOR STEERING: The KME design utilizes a Dual Steering Gear design due to the axle required for the apparatus. Therefore the assist cylinder can't be provided. PG #13 SHOCK ABSORBERS: We are offering Monroe HD shock absorbers PG #19 CAB DIMENSIONS: The Cab being proposed shall have a 77" dimension from centerline of front axle to back of cab. Should the department desire to shorten the wheelbase and overall length by 10" please see the options page for details. PG #22 WINDSHIELD WASHER RESERVIOR: The KME design allows for a visual inspection through the access door on the doghouse, however the fluid can't be filled without tilting the cab. PG 23 HANDRAILS AND GRAB HANDLES: The grab handles in the cab shall be black powder coated. PG #26 DRIVERS SEAT: The seat shall be a HO Bostrom Sierra Air-50FX/HD/ABTS. PG # 28 ELECTRICAL WIRING REQUIREMENTS: The electrical system shall bas per the KME proposal. KME is proposing a Class1 ESKEY system with the ULTAVIEW 700 display. This system exceeds the system requested. PG #33 EMERGENCY & WORK LIGHT SWITCH PANEL: The multiplex system KME is proposing, doesn't not allow this option. Please see our options page for optional functions. PG #42 WALKWAY COMPARTMENT LIGHTS: The lighting for these compartments shall match the body shall be ROM V4 LED compartment lights. PG #43 SPEEDLAY HOSEBEDS: The requested pump access cutouts in the front to the speedlay beds will not be provided. The department requested speedlay cartages that will block access to the front of the pump when they are in place. PG #46 INLET AND OUTLET CONTROLLERS: The valves shall be as per the KME proposal. PG #51 TANK FILL: KME utilizes a 2" tank fill line. PG #52 REDUCING ADAPTERS AND CAPS: The brands shall be a detailed in the KME poropsal. PG #54 APPARATUS BODY The KME body length shall be 158" 3/16" thick formed aluminum body that exceeds the body requested. PG #57 REAR BODY SURFACE The rear of the body shall be laid out as detailed in the KME specifications. PG# 58 CLEAR COAT COMPARTMENT INTERIORS Linex cannot be clear coated. PG# 59 HOSEBED DIVIDERS The fire department specifications reference a backboard compartment that is not called out in the in those specifications. If the backboard compartment is desired please see the options page for details. PG# 69 STRUCTURAL WARRANTIES KME is offering a 10yr warranty on the cab and body structure. April 1st, 2015 WORLD CLASS EQUIPMENT, SUPERIOR SERVICE. 4212 Perry Blvd. Whitestown, Indiana 46075 (800) 382-9788 Board of Public Works & Safety City of Carmel Fire Department 2 Civic Square Carmel, IN 46032 Subject: Proposal for Two (2) Pierce Enforcer Top Mount Pumper Bid #709 Dear Board of Public Works & Safety, With regard to the above subject, please find attached our completed proposal. Pricing, is as follows, including 100% prepay option. Pricing Summary: Sale Price — $525,000.00 each $1,050,000.00 for two units ($35,000.00) Trade -In Allowance - Engines 346 & 349 (subject to trade-in conditions, see attached) $1,015,000.00 Net Price for two (2) after Trade -In 100% Performance Bond: Should the City of Carmel Fire Department elect to have us provide a Performance Bond, $3,150.00 will need to be added to the above price. 100% Prepayment Option: Should the City of Carmel Fire Department elect to make a 100% prepayment at contract execution, a discount of ($34,972.00) can be subtracted from the above "Net Price for two (2) after Trade -In" resulting in a revised contract price of $980,028.00 or $983,178.00 with Performance Bond. Terms and Conditions: Taxes — Not Applicable Freight — F.O.B. — Carmel, IN Terms — Net due upon factory exit. Net due at Contract signing for Prepay discount to be applicable. Delivery — 10 - 11 months from receipt and acceptance of contract. COD FACTORY AUTHORIZED DEALER ILLINOIS -INDIANA Said apparatus and equipment are to be built and shipped in accordance with the specifications hereto attached, delays due to strikes, war, or international conflicts, or other causes beyond our control not preventing, could alter the delivery schedule. The specifications herein contained, shall form a part of the final contract, and are subject to changes as desired by the purchaser, provided such changes are acknowledged and agreed to in writing by the purchaser. This proposal for fire apparatus conforms with all Federal Department of Transportation (DOT) rules and regulations in effect at the time of bid, and with all National Fire Protection Association (NFPA) Guidelines for Automotive Fire Apparatus as published at the time of bid, except as modified by customer specifications. The attached proposal is valid for 60 days. We trust the above and the enclosed to be full and complete at this time; however, should you have any questions or require additional information, please do not hesitate to contact me at 317-557-2727 or gdavis@gep3.com. We wish to thank the City of Carmel Fire Department for the opportunity to submit our proposal. Respectfully, Garry Davis Apparatus Sales Global Emergency Products I 1 1 r I 1 I, I I 1 GENERAL The City of Carmel Fire Department (the purchaser) requests bids for two (2), Custom Pumpers, with cab seating for six (6) Firefighters. The apparatus shall meet the requirements of the latest National Fire Protection Association #1901 Standard. Items in this specification that may exceed the NFPA standard will be considered as minimum for compliance. The bid price must remain valid for a period of Ninety (90) days from the date of bid opening. TWO (2) complete sets of bid documentation must be submitted with the bid, one marked "Original", and one marked "Copy". The terms and conditions set forth in the attached Notice to Bidders are hereby incorporated into these Specifications as if set forth in full. Bids submitted by trusts must comply with I.C. 5-22-3-5. INQUIRIES All questions regarding these specifications must be submitted in writing to the City of Carmel Fire Department. Responses will be in writing and mailed to all vendors who have obtained a registered copy of the bid. Address correspondence to Bob VanVoorst, Logistics Chief, Carmel Fire Department, 2 Civic Square, Carmel Indiana 46032, telephone: (317)-571-2600, facsimile (317)-571-2615, e-mail address: bvanvoorst@carmel.in.gov INTENT OF SPECIFICATIONS It is the intent of these specifications to cover the furnishing and delivery to the purchaser of a complete apparatus equipped as hereinafter specified for use by the City of Carmel Fire Department (the "Purchaser"). In order to obtain the best results and the most acceptable apparatus for service in the Department, these specifications cover only the general requirements as to the type of construction and tests to which the apparatus must conform, together with certain details as to finish, equipment, and appliances with which the successful bidder must conform. Minor details of construction and materials, where not otherwise specified, are left to the discretion of the bidder, who shall be solely responsible for the design and construction of all features. The latest National Fire Protection Association (NFPA) Edition of the 1901 Standard for Automotive Fire Apparatus in effect at the time of the bid shall be used as a reference and, unless otherwise specified in these specifications, the bidder shall meet its requirements. The bidder shall construct the apparatus in accordance with federal and state laws at the time of bid. BIDDER COMPLIES YES NO V The cab and chassis are to be the bidders "top of the line" deluxe custom model. The cab and body ]/ shall be constructed of aluminum for strength, durability, and safety. The apparatus must be made in the continental United States, no exception. Each bidder shall furnish satisfactory evidence of their ability to construct the apparatus specified and shall state the location of the factory where the apparatus is to be manufactured. Each bidder shall also show that it is in a position to render prompt service and to furnish replacement parts for the apparatus. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 1. BIDDER COMPLIES YES NO Each bid shall be accompanied by a "Contractor's Proposal" consisting of a detailed description of the apparatus and equipment proposed and to which the apparatus furnished under contract shall conform. Bidder's proposal shall be in the same order as specifications so that it may be easily compared and ✓ checked for compliance. All bid proposals not complying with this requirement may be rejected. The total price on the bidder's proposal sheet must include all items in the specifications. Listing any requirement contained in the specifications, as an option at additional cost shall automatically be cause for bid rejection. MANUFACTURER'S RELIABILITY The manufacturer must be satisfactory to the purchaser from the standpoint of experience, reliability, reputation, competence, and demonstrated ability to manufacture equipment, comparable as to size and type, as specified, for the past fifteen (15) years. A list of fire departments, with contact names and telephone numbers, who have purchased the same type of apparatus from the bidder over the past five years, must be supplied along with the bid for physical evaluation. BRAND NAMES Whenever a brand or manufacturers name is utilized in these specifications, it is included for descriptive purposes and to establish a level of quality. Products that are equivalent to those named may be proposed, providing that full supporting documentation be furnished establishing such equivalency. Simply providing manufacturers literature will not be considered justification for the substitution. All substitutions must be listed as exceptions for evaluation. The purchaser shall be the sole judge if a ✓ substitution is acceptable as an equivalent. EVALUATION & EXCEPTIONS In order to properly evaluate all bids, the bid checklist, indicating compliance or lack thereof, for each item of the specification, must be completed and returned with the bid. Any exception or variation in construction, performance, test, or items of equipment, between the specification and the bidder's proposal shall be detailed and submitted along with the bidder's proposal in bid sequence, citing page, and paragraph number of the specification. Bidder must explain in detail and with full supporting data, how the proposed deviation meets or exceeds the specifications. Failure to comply with this requirement will automatically disqualify the bid The purchaser reserves the right to determine which (if any) deviations are acceptable. A complete set of bidder's specifications for the proposed apparatus must be submitted with the bid, in bid order. "Yes" answers on the bid evaluation sheets do not relieve the bidder of the requirement to submit an accurate proposal. Discrepancies found in the bidders' specifications will be considered non- compliant. The purchaser's specifications shall, in all cases, govern the construction of the apparatus, unless a properly documented exception or deviation was approved. This is not a RFP (Request for Proposal). Any bid indicating that the bidder's proposal shall supersede the Purchaser's specifications shall be viewed as taking total exception to the specification and will be cause for immediate rejection. 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 2. ,77 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 i 1 1 1 1 t I B All bids received will be evaluated on the basis of such factors as reliability, earliest date of apparatus delivery, life cycle cost, productivity, price, cost of maintenance, service location, past performance, parts availability, transportation charges, cost of service, warranty, the integrity, character, reputation, competency and experience of the bidder, and other factors deemed pertinent by the department. PREBID MEETING A pre-bid meeting will be held at Carmel Fire Headquarters for all bidders on Wednesday March 4th 2015. The pre-bid meeting will allow bidders to discuss the specifications with Carmel Fire Department personnel and ask questions as they relate to the intent of the specification. THE RIGHT TO REJECT BIDS The City of Carmel Fire Department reserves the right to reject any or all bids, to waive any formalities or irregularities in any bid or bidding procedures, or to accept any bid that meets or exceeds the specifications that is the lowest responsible and responsive bid. Failure to follow the instructions detailed in the specifications regarding the submittal of voluntary exceptions or alternatives, or other bidding instructions, may disqualify your bid. PROPOSAL DRAWINGS Two (2) full size blueprint type drawings of the apparatus being proposed shall be submitted with the bid package. These drawings shall be drawn to scale on a CAD system to assure an accurate and professional drawing. The drawing shall show five (5) views of the vehicle (front, rear, both sides and top). The drawings shall show the overall dimensions of the apparatus, proposed compartment sizes and features, the location of all emergency warning equipment, work lights and other major items that are to be provided on the apparatus. Because these drawings are an important tool in the bid evaluation process, the drawings submitted shall be specifically for the apparatus being bid. Drawings that are "similar to" or general in design are not acceptable and shall be considered non-compliant and non-responsive. BID BOND A bid bond or certified check in the amount of ten percent (10%) of the bid shall be furnished with the bidder's proposal. The bid security will ensure that the successful bidder will enter into contract and submit a performance bond within 14 days of notice of award of contract by the purchaser. The successful bidder's security will be returned or released after a contract is executed and a performance bond delivered. In case of failure to comply within the stated time, the bid bond will be forfeited as liquidated damages because of the default. The bid bond or check of all other bidders shall be returned after the contract to build has been entered into with the successful bidder. All bonds provided must be written by a surety company that is licensed to underwrite bonds in the State of Indiana and meet the statutory requirements. AWARD OF CONTRACT All bid proposals shall remain open for no less than (90) days and all bid securities submitted with such proposals will be held by the purchaser until all proposals submitted have been reviewed and award of the contract has been made and executed. The bidder to whom the award is made shall, within Fourteen (14) calendar days after the notice of acceptance of the successful bid, execute a contract with the Purchaser for the complete delivery of all materials, equipment and/or work specified herein and shall provide the performance bond detailed below for the faithful performance of such contract, with sureties whose financial status is satisfactory to the Purchaser. The contract shall be in a form acceptable to the Purchaser, and shall include a failure to deliver charge of $200.00 per day for each 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 3. BIDDER COMPLIES YES NO l� V calendar day over and above the quoted delivery date to ensure the timely delivery of the equipment. Bidders shall provide a draft copy of the bidder's proposed contract with the bid package for review and response by the Purchaser. 'I PERFORMANCE BOND A performance bond in the amount of one hundred percent (100%) of the bid amount shall be furnished by the successful bidder within fourteen (14) days after receiving the official notice of award of contract from the Purchaser. Failure of the contractor to complete delivery according to the contract and specifications will be cause to begin action for forfeiture of performance bond. The bond shall also guarantee compliance and performance with the one-year warranty provisions of the specifications. PRODUCT LIABILITY INSURANCE A Certificate of Insurance evidencing product liability insurance with limits of not less than $5,000,000.00 shall be supplied by the bidder with its bid. The successful bidder shall defend any and all suits and assume liability for the use of patented device or article forming a part of the apparatus or any appliance furnished under the contract. Failure to supply a copy of the Certificate of Insurance with the bid will be cause for immediate rejection of the bid. DRUG FREE WORKPLACE The bidder shall conduct business as a Drug Free Workplace. The bidder/manufacturer shall provide notice to their employees as required under the Drug Free Workplace Act of 1988. A copy of the bidder's Drug Free Workplace policy shall be furnished to the purchaser upon request. E -VERIFY PROGRAM Prior to award of the contract the bidder will be required to verify that they participate in the U.S. Department of Homeland Security and Social Security Administration E -Verify Program. The E -Verify program is used to verify and confirm employment eligibility of employees. Failure of the awarded bidder to produce verification of participation in the E -Verify program will constitute Non -Compliance by the bidder and result in the disqualification of the bid. FACTORY AUTHORIZED SERVICE FACILITY In order to maintain this complex piece of apparatus, the experience, and reliability of the factory authorized service center is of major concern to the Purchaser. The bidder's service facility must comply with the following criteria in order to be considered: • A fixed service facility within one hundred (100) road miles of the City of Carmel. • A minimum of five (5) years experience repairing and maintaining fire apparatus of the make and type of apparatus being bid. • A minimum of two (2) factory trained NAEVT certified technicians to perform repairs, to the power train, chassis, pump and controls must be provided. BIDDER COMPLIES YES NO V 1/ V7 • A mobile shop vehicle must be available to perform warranty work on location at the Carmel Fire Department. The bidder is also required to provide warranty service at the Department's fire station whenever L/ 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL INDIANA PAGE 4. 1 1 1 1 1 3 P 1 1 t 1 1 I • 1 1 1 1 BIDDER COMPLIES YES NO major shop work is not involved. For warranty service requiring shop work, the apparatus must be t/ picked up and returned by the bidder's personnel. Service personnel transporting any City of Carmel Fire Department apparatus must hold a current ✓ Indiana Class B CDL drivers license. While under warranty, if towing of the apparatus to a repair facility is required, it shall be the responsibility of the bidder to provide such service at its cost. The contractor agrees to keep the apparatus in an indoor heated facility at all times while in their !/ possession. All bidders shall make available their local service center for inspection by Department designates prior ✓ to bid award. There shall be no exceptions to the Service Facility section of these specifications. REPLACEMENT PARTS The bidder must ensure that a stock of routine repair parts is maintained at the local service center location. The purchaser reserves the right to reject bids of vendors who cannot produce satisfactory evidence that this inventory is available and that they can furnish promptly all other parts needed for service or repair of the equipment herein specified. The Department reserves the right to visit the facility for purpose of evaluation and reject any bidder who, in their sole opinion, does not fully comply with the provisions. GENERAL CONSTRUCTION The apparatus shall be designed and the equipment mounted with due consideration to distribution of load between the front and rear axles so that all specified equipment, including a filled water tank, full complement of personnel and fire hose shall be carried without damage to the apparatus. Weight balance and distribution shall be in accordance with the recommendations of the NFPA and current standard automotive practices. PRE -CONSTRUCTION CONFERENCE A pre -construction conference shall be held at the factory of the successful bidder. The conference shall be scheduled during normal business hours Monday - Friday. A dealer representative shall accompany the Purchaser on the trip. The conference shall be held prior to the commencement of any work being done on the apparatus. Factory sales and engineering personnel shall participate in the conference to ensure that the apparatus fulfills the requirements of the accepted offer. Authorized representatives from both the Purchaser and manufacturer shall approve and sign any changes made during these meetings prior to the commencement of any work being done on the apparatus. The purchaser will cover all of the associated expenses for department members attending the preconstruction conference. No additional expenses associated with the preconstruction shall be added to the bid price of the truck by the bidder. CONSTRUCTION APPROVAL DRAWING Blueprint drawings with all details therein must be furnished after the pre -construction conference and before the apparatus construction begins. The engineering drawing must be drawn to scale and representative of the bid unit after the pre -construction conference clarifications are incorporated. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 5. IV The drawing shall show five (5) views of the vehicle (front, rear, both sides and top). The drawings shall show the overall dimensions of the apparatus, proposed compartment sizes and features, the location of all emergency warning equipment, work lights and other major items that are to be provided on the apparatus. Views of both sides of the vehicle, as well as the front, back and top must be shown. The Purchaser will endeavor to make every effort to correct the approval drawings before it is returned. However, if a variation or omission, between the approval drawing and the written specifications is discovered, the written specifications shall prevail. FINAL INSPECTION TRIP A final inspection trip shall be held at the factory of the successful bidder prior to the delivery of the apparatus. The inspection shall take place during normal business hours Monday - Friday. A dealer representative shall accompany the Purchaser on the inspection trip. The trip shall be of sufficient duration to complete the business required. The apparatus to be inspected shall be in finished condition (except for the mounting of loose equipment) and ready for shipment when the final inspection is scheduled. A road performance test must be performed during the final inspection. The purchaser will cover all of the associated expenses for department members attending the final inspection trip. No additional expenses associated with the preconstruction shall be added to the bid price of the truck by the bidder. In addition, the purchaser reserves the right to visit the manufacturer's facility at any time, at no cost to the bidder, to monitor the construction of the apparatus. Advanced notice of these visits will be made prior to arrival. PERFORMANCE TEST AND REQUIREMENTS A road test shall be conducted with the apparatus loaded per NFPA recommendations (unless otherwise specified) and a continuous run of ten (10) miles or more shall be made during which time the apparatus shall show no loss of power or overheating. The transmission drive shaft or shafts and rear axles shall run quietly and be free from abnormal vibration or noise throughout the operating range of the apparatus. The apparatus when loaded shall have not less than 25% nor more than 45% of the weight on the front axle and not less than 55% nor more than 75% on the rear axle. The successful bidder shall furnish a weight certificate showing weights on front axle, rear axle, and total weight for the completed apparatus at time of delivery, but without personnel and equipment. A. The apparatus must 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. B. The fully loaded vehicle shall be capable of obtaining a speed of 50 mph on a level concrete highway with the engine not exceeding its governed RPM (full load) C. The apparatus shall be able to maintain a speed of 20 mph on any grade up to and including 6%. D. The service brakes shall be capable of stopping the fully loaded vehicle in 35 feet at 20 mph on a level concrete highway. E. The apparatus shall be tested and approved in accordance with NFPA standard practices. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL INDIANA PAGE 6. BIDDER COMPLIES YES NO V 1 1 1 1 1 1 i 1 1 1 1 I I 1 I p 1 I 1 BIDDER COMPLIES YES NO FAILURE TO MEET TEST In the event the apparatus fails to meet the test requirements of these specifications on the first trials, second trials may be made at the option of the bidder within 30 days of the date of the first trials. Such trials shall be final and conclusive and failure to comply with these requirements shall be cause for rejection. Permission from the manufacturer to keep or store the apparatus in any building owned or occupied by the purchaser or its use by the City of Carmel Fire Department during the above- specified period shall not constitute acceptance. DELIVERY TERMS The apparatus shall be delivered by the bidder, under its own power, to the Department. Rail or truck ✓ freight delivery is not acceptable. The bidder must submit a firm delivery time (number of calendar days from date of order to date of delivery) of said apparatus with the bid. Quoting number of days after receipt of all components is unacceptable. A penalty of $200.00 per calendar day shall be deducted from the purchase price for each day over and above the quoted delivery date, The penalty will also apply if the unit is delivered and rejected for failing to meet specifications and shall continue until the unit is returned meeting specifications EQUIPMENT MOUNTING Any equipment mounted within the passenger -seating compartment must be mounted in a manner that complies with the latest NFPA impact restraint requirements. SPECIAL REQUIREMENTS The overall size and weight of the finished apparatus is of concern to the purchaser. The bidder shall supply a list of the following specifications: overall length, width, height, wheelbase, all compartment sizes, curb -to -curb turning radius, individual axle loads, and fully loaded weight of the apparatus with its bid The apparatus shall be designed to accommodate 2,000 pounds of loose equipment, as per the requirements of latest edition of NFPA 1901. Weight distribution shall not load the vehicle in such a manner as to exceed any individual axle rating, spring or spring hanger rating or tire and wheel rating. Axles are to carry weight distribution as per S.A.E. Axle loading recommendations. Certified weight readings shall be furnished with the apparatus as to front, rear, right and left side ✓ loaded curb weight. APPARATUS TRAINING The dealer shall coordinate with the Department Training Division a time for new apparatus training. The training period shall consist of three (3) daytime sessions during the normal workweek (Monday through Friday). An experienced and qualified dealer representative shall familiarize Department personnel in the proper operation, care, and maintenance of the delivered apparatus. The day of delivery shall not be considered one of these training days. The bidder agrees to allow a fire department representative to videotape the instructional j/ presentation for future reference and training. 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL INDIANA PAGE 7. In addition, the dealer agrees to have the same dealer representative return for three (3) additional days of training after the vehicle has been in service for 30 days. The additional training shall be limited to no more than 4 hours per day. CERTIFICATION The manufacturer shall provide at time of delivery of the apparatus a certification that all materials used for exterior surfaces designated as stepping, standing and walking areas, all interior steps and all interior floors meet the slip resistance requirements of the latest edition of NFPA 1901 GENERAL WARRANTY STATEMENT The contractor guarantees that all articles of equipment, including all parts thereof, comply in all respects, or are fully equal to standards called for in the bid. APPARATUS WARRANTY The bidder shall warrant the apparatus and all major components for a period of 1 year from delivery and acceptance of the apparatus. Consumable items such as: tires, batteries, hoses, belts, bulbs, and wiper blades will be the responsibility of the Department to maintain. BIDDER COMPLIES YES NO V Component failure such as: engine, transmission, suspension, brake and axle parts, alternator, starter, ✓ water pump, and AC generator are the responsibility of the bidder to coordinate warranty claims during their individual warranty periods. The successful bidder also agrees to assist the Carmel Fire Department in the coordination of warranty claims of the other major components, such as the engine, transmission, pump, tank etc. after the initial 1 -year warranty period Components parts that do not have a 1 -year warranty will be the responsibility of the bidder to repair or replace at its own cost. During the warranty period, minor service shall be provided at the purchaser's location by mobile repair units. If major shop work is required, the apparatus shall be driven to the repair facility by the bidder's personnel. If towing of the apparatus to a repair facility is required, it shall be the responsibility of the bidder to provide such service, at its cost. The frame rails of the vehicle shall be warranted for cracks and failure for the life of the vehicle. The structural components of the body shall be warranted for a period of not less than TEN (10) Years from the date that the apparatus is placed in service. V U, V Corrosion perforation of the sheet metal shall be warranted for a period of not less than TEN (10) Years. The paint shall be warranted for a period of not less than TEN (10) years against peeling, fading or cracking. The specifications shall prevail in any variation between the manufacturer's offered warranty and ✓ those required in the specifications, unless an exception has been granted. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 8. 1 I 1 1 1 1 1 I 1 I I Any difference between the warranty offered by the manufacturer and the requirements of these specifications must be clearly stated and taken as an exception. Serious consideration of the warranty exceptions will be made during the bid evaluation process. COMPONENT WARRANTY The tires, batteries, and electrical devices subject to deterioration from normal wear and tear shall be covered by the respective manufacturer's warranty or guarantee. Where the component manufacturer does not provide a warranty equal in time to the one (1) year specified, the additional warranty will be the responsibility of the bidder. Any costs involved, including, but not limited to: labor for removal or installation, parts, components or shipping fees, during the warranty period will be the sole responsibility of the bidder. ENGINE WARRANTY The engine shall be covered by the Cummins five (5) year parts and labor warranty. TRANSMISSION WARRANTY The automatic transmission shall be covered by a manufactures parts and labor warranty for five (5) years. PUMP WARRANTY The fire pump shall be covered by a manufactures parts and labor warranty for three (3) years. TANK WARRANTY The booster tank shall be covered by a Manufacturer's lifetime warranty. AXLE WARRANTY Front and rear axles shall be covered by Meritor Corporation's three (3) year parts and labor warranty. BRAKE WARRANTY The front and rear EX225H disc brake systems shall be covered by Meritor Corporation's three (3) year parts and labor warranty. START OF WARRANTY PERIOD All warranties shall commence at the date of delivery of the apparatus to the Department. CHASSIS SPECIFICATIONS The chassis shall be a heavy-duty, custom fire apparatus design built expressly for the fire service. All standard components that have not been specified shall be provided. Chassis shall be designed, engineered and built by the bidder and be the manufacturer's first line custom chassis. The chassis shall be suitable for heavy-duty service with all components having adequate strength and capacity for the intended load to be sustained and the type of service required. BIDDER COMPLIES YES NO V t/ tz WHEELBASE The wheelbase shall be: 223.5 inches n 3 y .nchps pie fo Olt) 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL INDIANA PAGE 9. L-emi SEATING CAPACITY The safe seating capacity of the cab for properly belted passengers shall be: Six (6) GROSS VEHICLE WEIGHT RATINGS Front Vehicle Weight Rating shall be: [20,000 lbs.] Rear Vehicle Weight Rating shall be: [27,000 lbs.] Gross Vehicle Weight Rating shall be: [47,000 lbs.] FRAME The chassis frame shall be built using two steel channels and a minimum of six (6) formed steel crossmembers. The frame rails shall be formed from 120,000 -psi heat-treated steel alloy. The cross members shall be of heavy duty, fabricated, all -welded design, made out of a minimum of 50,000 -psi material. Additionally, a full-length "C" straight channel frame inner liner shall be provided. The frame rails and cross members shall be assembled using 5/8" flange head, grade eight bolts and "Spiralock" flange nuts. Spiralock nuts shall be used exclusively in the frame assembly for mounting spring hangers, steering gear, engine, transmission, etc. to maintain constant torque tension and prevent loosening from vibration. FRONT BUMPER A heavy duty, 10" high, ribbed, highly polished stainless steel bumper shall be mounted to the front of the chassis. The bumper shall be a "ribbed" cross section shape with 2" flanges and rounded corners. FRONT BUMPER 24" EXTENSION A bumper extension shall be installed at the front of the cab. The front of the bumper shall be approximately 24" from the front face of the cab. A gravel pan made of 3/16" aluminum treadplate shall be installed between the front bumper and the cab. The bumper extension shall be designed and constructed so that the apparatus can be pulled by the extension. The bumper extension shall be designed and constructed so that the apparatus can be lifted and towed by the extension. FRONT BUMPER CENTER HOSE TROUGH A bumper center trough capable of holding 100 ft. of 1-3/4" double -jacketed fire hose with a pre - connected nozzle shall be installed in the center of the bumper extension. The front center trough dimensions shall be approximately 17" wide x 27" long x 13" deep, constructed of smooth aluminum and be easily removable from the gravel pan. The horizontal top mounting flange shall have mitered outside corners and its surface shall be DA'd. Drain holes shall be provided. The trough shall be installed with recessed (countersunk) flathead screws to avoid damaging the hose. Black Dri-Deck shall be provided in the bottom of this front bumper trough. CARGO NETTING COVER FOR CENTER HOSE WELL A "cargo" type netting of 1" black nylon webbing shall be provided to cover the hose well opening. The netting for the hose well shall be permanently attached at the front and secured with "shock" style cords at the rear. This cover shall secure the hose stored in the front hose well and prevent unintentional deployment of the hose while the vehicle is underway. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 10. BIDDER COMPLIES YES NO cdi 1 1 1 I 1 v/ t ✓ 1 1 V 1 I ✓ 1 i 1 1 1 1 1 • 1 The design and attachment of the hose well cover end shall be discussed and approved at the pre - construction conference. FRONT BUMPER RIGHT SIDE HOSE TROUGH A bumper trough capable of holding 50 ft. of 5" double -jacketed supply hose shall be installed on the right side of the front bumper extension inboard of the front suction. It shall have interior dimensions of approx. 15" wide x 16" long x 13" deep. It shall be constructed of smooth aluminum and be easily removable from the gravel pan. The horizontal top mounting flange shall have mitered outside corners and its surface shall be DA'd. Drain holes shall be provided in the bottom of the trough to prevent water from accumulating. It shall be installed with recessed (countersunk) flathead screws to avoid damaging the hose. Black Dri-Deck shall be provided in the bottom of this front bumper trough. BIDDER COMPLIES YES NO RETAINING STRAPE FOR RIGHT HOSE WELL A two-piece black polypropylene Velcro retaining strap shall be provided for the right hose well. It shall be permanently attached on the inboard and outboard side of the trough and shall secure in the V" center. This strap shall secure the hose stored in the front hose well and prevent unintentional deployment of the hose while the vehicle is underway. The design and attachment of the hose well strap shall be discussed and approval at the pre- ✓ construction conference. FRONT TOW HOOKS Two (2) painted tow hooks shall be furnished below the bumper securely attached to the bumper support. REAR TOW LOOPS Two (2) painted rear tow loops shall be provided, welded to the underside of the rear step subframe. j/' STEERING A heavy-duty power steering system with a gear engine driven hydraulic pump shall be provided. AUXILIARY CYLINDER FOR POWER STEERING An auxiliary power assist cylinder shall be provided in the power steering system. CHASSIS ALIGNMENT The chassis frame rails shall be crosschecked for length and square. Front and rear axles shall be laser aligned. The front axle shall be aligned and toe -in and caster set on the front tires at the manufacturer's facility. The completed apparatus should be rechecked for proper alignment after the chassis has been fully ✓ loaded. AIR PIPING / The service brake system shall be full air type. The system is to meet or exceed current FMVSS-121 V requirements. Other components or accessories shall be as follows: 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 11. • Pressure protection valve • Quick build up system • Engine mounted, gear driven air compressor • Bendix Model E-6 dual circuit brake treadle valve • Two (2) air pressure gauges on cab dash with indicator light and buzzer • One (1) Bendix DV2 automatic drain valve on wet tank • Manual drain valves on remaining air reservoirs • Air reservoirs The brake piping shall consist of SAE approved, DOT rated "Synflex" reinforced color -coded nylon tubing. The lines shall be wrapped in a heat protective loom where necessary in the chassis. Braided hoses shall provide flexibility between axle and frame connections. Air inlet to air brake compressor shall be from the engine intake manifold, i.e. after the engine air cleaner. A combination of flexible stainless steel braided Teflon hose and copper line and braided stainless Teflon hose shall be provided from the compressor to the air dryer. The parking brake system is to be the spring set type operated by control valve on driver's console. A brake indicator light shall also be provided. ADDITIONAL AIR RESERVOIR One (1) additional 1770 cubic inch air reservoir shall be installed for the operation of the air horns. The additional reservoir shall be isolated and be plumbed with a pressure protection valve on the reservoir supply side. AIR DRYER A Meritor WABCO 1200 System Saver air dryer shall be installed in the air brake system. It shall have a minimum capacity of 30 cfm airflow. Dryer shall be equipped with an integral, automatic, 12 -volt heated moisture ejector which is thermostatically controlled. The air dryer system shall be plumed per the manufactures installation instructions. AUXILIARY AIR SUPPLY An auxiliary air outlet shall be provided on the forward sidewall of the left (drivers) side walkway compartment. The auxiliary air outlet shall have a 1/4" turn shut off valve and a 1/4" pipe nipple. The auxiliary air supply shall be connected to the apparatus air reservoir tank. Filial location of the auxiliary air supply shall be approved at the preconstruction conference. FRONT AXLE A Meritor MFS front axle with a 20,000 -pound rating shall be provided. The front axle shall include composite low -friction bushings with diagonal grooves to better distribute lube, camber settings of +1/4 degree for both left and right sides to help improve tire life and a large diameter, heat treated kingpin with a lube retaining seal. FRONT DISC BRAKES The front axle shall be provided with Meritor #EX225H air disc brakes with internal automatic adjustment, sealed synchronized twin pistons, and robust sealing of slide pins for environmental protection. The #EX225H air disc brakes shall have 17" rotors and a fully sealed lever mechanism with variable mechanical ratio. A visual indicator of brake wear shall also be provided. 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL INDIANA PAGE 12. BIDDER COMPLIES YES NO V 1 1 I 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 a Ii FRONT SEMI -ELLIPTICAL SPRING SUSPENSION, The front suspension shall be semi -elliptical 4" constant rate type springs with a military wrapped eye. The correct material, spring length, width, thickness, and number shall be provided to match the leaf spring rating with that of the gross axle weight rating of the vehicle. SHOCK ABSORBERS Gabriel heavy-duty telescoping shock absorbers shall also be provided on the front axle. REAR AXLE The rear axle shall be a Meritor model RS -25-160 with a rated capacity of 27,000 pounds at the hub. REAR DISC BRAKES The rear axle shall be provided with Meritor #EX225H air disc brakes with internal automatic adjustment, sealed synchronized twin pistons, and robust sealing of slide pins for environmental protection. The #EX225H air disc brakes shall have 17" rotors and a fully sealed lever mechanism with variable mechanical seal. A visual indicator of brake wear shall also be provided. REAR SUSPENSION The single rear axle shall feature a Hendrickson Firemaax" air suspension. The suspension shall include two optimized air springs mounted to cast structural trailing arms, a transverse crossbeam for increased roll stability, and two heavy-duty shock absorbers. Dual air height control valves shall be installed to ensure equal frame height on both sides of the vehicle regardless of the load. Axle alignment is maintained using two eccentric bushings at each frame bracket. The rear suspension shall have a rated capacity of 27,000 pounds. TELMA FOCAL RETARDER A Telma Focal retarder shall be installed on the front of the differential in the driveline to provide an auxiliary braking device for the vehicle. The first two (2) stages of retarder activation shall be through accelerator release, with the two (2) following stages activated through brake pedal application. There shall also be a four -lamp indicator mounted on the cab dash within view of the driver to indicate retarder application. The Telma Retarder instillation shall include all of the Telma required mounting cable strain relief hardware. ROAD SPEED The top road speed of the vehicle shall be 68 MPH at the governed engine RPM. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 13. BIDDER COMPLIES YES NO V V Ve BIDDER COMPLIES YES NO ANTI-LOCK BRAKING SYSTEM (ABS} The vehicle shall be equipped with a WABCO 4S4M anti-lock braking system (ABS). The ABS shall provide four (4) channel anti -lock-up braking control on the (2) front and (2) rear wheels. The system shall employ a digital electronics system with microprocessor controls divided into two (2) diagonal circuits. In the event of one circuit malfunction, the second circuit shall operate unaffected. Each wheel shall be constantly monitored by the system when the vehicle is in motion. When any wheel begins to lock-up during braking, a signal shall be transmitted to the processor from the wheel sensor. The control unit shall instantly reduce the braking force applied to the wheel and immediately re -apply braking force so that the wheel rapidly slows without locking. The system shall control all wheels simultaneously to provide maximum vehicle braking in a relatively straight line. 1✓ An ABS warning light shall be installed in the warning light panel of the driver's dash. The ABS system shall automatically disengage the auxiliary braking system whenever the anti-lock braking mode is activated. WARRANTY Meritor Corporation provides a two (2) year parts and labor warranty on the rear axle. ✓ VEHICLE STABILITY COMPLIANCE — ELECTRONIC CONTROL In compliance with NFPA 1901-2009 Edition Standard 4.13.1, the vehicle, as specified, shall be equipped with a Meritor-WABCO Electronic Roll Stability Control system shat shall utilize a cab mounted tipping sensor and steering shaft position sensor interacting with the chassis' ABS traction control, auxiliary braking system and the engine ECM to minimize the vehicle's potential for rollover in a turning at speed maneuver, AUTOMATIC TRACTION CONTROL WITH DEEP SNOW AND MUD SWITCH Automatic Traction Control, working in concert with the ABS system, shall be provided which shall reduce wheel slip on acceleration on wet or slippery road conditions. A light shall illuminate on the driver's dash when the drive wheels slip during acceleration. A deep snow and mud option switch shall be provided in addition to the ATC option. This function increases available traction on extra soft surfaces like snow, mud, or gravel by slightly increasing the permissible wheel spin. FRONT TIRES The front tires shall be Michelin 315/80R22.5, XZA2 Energy, load range "L", highway tread (heavy loads ✓ and high speeds for extended periods of time) with a maximum rating of 10,000 pounds at a top speed of 75 mph. %.7.- A- REAR TIRES The rear tires shall be Michelin 12R22.5, XDN2, load range "H", neige tread (all-weather premium drive tire optimized for exceptional traction and mileage) with a maximum rating of 7,220 pounds at a top speed of 75 mph. WHEELS Front axle and rear axle outer wheels shall be Alcoa polished aluminum with "Dura Brite". Inner rear axle wheels shall be steel painted black. All wheels shall be disc type and hub piloted. Chrome plated nut covers shall be furnished. 150302 CITY OF CARMEL FIRE DEPARTMENT- CARMEL, INDIANA PAGE 14. V 1 I 1 1 1 1 1 1 1 j 1 1 FRONT AXLE "BABY MOON" HUB CAPS Stainless steel Real Wheels brand "Baby Moon" type hub caps shall be provided on the front axle. The hubcap style shall match the requirements of the front axle wheel seals. REAR AXLE "HIGH HAT" HUB CAPS Stainless steel Real Wheels brand "High Hat" type hub caps shall be provided on the rear axle(s). TIRE PRESSURE INDICATORS 5j. A Stemco "AirBat RF" tire pressure monitoring system shall be provided and installed on the apparatus to meet the NFPA tire pressure -monitoring requirement. The system shall consist of a single wheel monitor installed on each front wheel and a dual wheel monitor installed on each rear wheel. The purchaser does not desire the installation of the AirBat RF in cab display. ENGINE The chassis shall be powered by a 2013 emissions compliant Cummins ISL -450 diesel engine as described below: • Model ISL9 • Number of Cylinders Six • Bore and Stroke 4.49 x 5.69 • Displacement Liter (Cu. In.) 8.9 (543) • Rated BHP 450 @ 2100 RPM • Torque 1250 ft.lb. @ 1400 RPM • Governed RPM 2200 • Oil Capacity / Type 7.3 gallons / SAE CJ -4 • Fuel Requirement Ultra low sulfur diesel (15 -ppm max.) Standard equipment on the engine shall include the following: • Selective Catalytic Reduction (SCR) after treatment • Cooled Exhaust Gas Recirculation system • Fan — 29", 11 blade • Charge air cooling • High pressure, common rail fuel system • Fuel filter with check valve and water separator • Fuel strainer • Governor — electronic, interact system • Injectors —electronically controlled full authority injection • Lube oil cooler — integral • Lube oil filter — full flow • Turbocharger — variable geometry type • Air compressor — Wabco 18.7 CFM The engine exhaust system shall be a horizontal design constructed from heavy-duty truck components. Flexible couplings shall be utilized to absorb the torque and vibration of the engine. The outlet shall be directed to the forward side of the rear wheels, exiting the right side, with a straight tip. A heat -absorbing sleeve shall be used on the exhaust pipe in the engine compartment area to reduce stored heat, providing protection for the alternator, and also to protect hands when checking or adding 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 15. BIDDER COMPLIES YES NO oil in the engine compartment. ENGINE AND CHARGED AIR COOLING SYSTEMS A serpentine core type radiator with continuous louvered copper fin design shall be provided. The radiator shall be fitted with formed steel side frames. The top tank shall have a built-in de -aeration system. A drain shall be located at the lowest point. The engine charged air heat exchanger shall be located directly in front of the radiator and be bolted to its side rails. It shall be all aluminum -brazed construction. Air cooler shall be the cross flow design with cast aluminum side tanks, horizontal inlet, and outlet at top and louvered serpentine design, aluminum external air fins. Plastic tanks shall not be acceptable, no exceptions. Cooler tubes shall also be constructed of aluminum and shall have internal fins that eliminate laminar airflow. The charge air cooler and the radiator shall be produced by the same manufacturer as a single assembly to provide continuity throughout the cooling system. This shall ensure a certified "balanced" package for the chassis engine air and fluid cooling systems. The radiator charge cooler shall be mounted in a manner so that it "floats" with the engine and increases the fan's efficiency by minimizing the fan tip clearance while preventing torque contact between fan and ring. ENGINE COOLING CERTIFICATION "EPO." (End Product Questionnaire) certification shall be provided by the apparatus manufacturer and shall be done on a completed unit (after pump and complete body installation). Incomplete certifications (chassis only) shall not be acceptable. FLEETGUARD FUEL WATER SEPARATOR with ALARM A Fleetguard FS106S spin -on 10 -micron filter with fuel water separator and water sensor alarm shall be provided. BIDDER COMPLIES YES NO V AIR COMPRESSOR A Wabco 18.7 cfm air compressor shall be furnished. The air compressor shall be gear driven off the )/ engine. ALTERNATOR A 420 -amp Delco alternator, model 55SI, shall be provided. EXHAUST A SCR chamber shall be installed in series with the DPF chamber on the right side of the vehicle, y immediately behind the cab, and shall ingest urea from a remote storage tank providing a catalytic reaction with diesel exhaust particulates. The exhaust assembly shall be mounted outboard of the frame rail. 3 co Leece/IJev:r1Q ye 5T- .Elva;!Abee - DEF TANK A DEF tank shall be installed that meets the 2013 emissions compliant Cummins ISL -450 diesel engine specifications. The DEF tank shall be of sufficient size that one (1) tank full of urea solution shall be required for every 500 gallons of diesel fluid. The DEF tank shall be equipped with a level sensor and alarm to prevent run -out. EXHAUST HEAT SHIELDS 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 16. V I 1 I I 1 V I 1 1 I 1 I I I 1 1 I 1 BIDDER COMPLIES YES NO Heat shields shall be provided as needed to prevent damage to body and wiring from excessive exhaust temperatures. The exhaust pipe shall be wrapped in multi -layered insulation blankets, from just aft of ✓ the turbo down to inlet side of the DPF, Each blanket shall have a fiberglass inner layer and a silicone impregnated fiberglass cloth outer layer The cab shall receive 1.25" thick foil back insulation blanket under the crew floor to reduce floor temperatures. All harnesses and cables, in proximity to exhaust system components, shall be protected with insulation. FAN CLUTCH A pneumatically operated, thermostatically controlled, clutch shall be provided for the engine -cooling fan. The clutch shall be of a failsafe design, in that it shall fail in the "on" mode and thus prevent overheating in the event of component or airline failure. Manufacturer shall also wire the clutch so that it remains "on" in the pumping mode to prevent water pressure fluctuations. COOLANT OVERFLOW RESERVOIR A six (6) quart coolant overflow reservoir shall be provided. It shall be easily accessible for visual inspection and refilling without tilting the cab SILICONE HOSES All hoses in the cooling system shall be silicone type with stainless steel constant torque clamps. TRANSMISSION An Allison, Model 3000 - EVS, electronically controlled, 5 -speed automatic transmission with integral fluid filter shall be provided. A transmission cooler shall be installed in the radiator bottom tank. A warning light and buzzer shall be provided on the cab dash to alert the driver should the transmission overheat. The transmission shall include the following: an oil life monitor, a filter life monitor, and a transmission health monitor. The oil life monitor determines fluid life remaining by monitoring various operating parameters. The filter life monitor determines when fluid filter(s) need to be replaced. The transmission health monitor determines when clutch system inspection is required. The monitors send a message via a blink code to a special prognostic light on the shift pad. Also on the shift pad shall be installed a digital, double-digit display that identifies the level of transmission oil. The display shall identify the oil level as "Ok", "Lo", or "Hi", also indicating the number of quarts lo or hi. The transmission shall include the following emergency vehicle specifications: • Maximum gross input power: 425 hp • Maximum gross input torque: 1250 ft.lb. • Input speed range: 2000 to 2800 rpm • Direct gear lock-up: 4th @ 1.00 to 1.00 • Overdrive gear and ratio: 5th @ 0.75 to 1.00 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 17. Gear ratios shall be as follows: • 1st . 2nd . 3rd . 4th . 5th • Rev 3.49 to 1 1.86 to 1 1.41 to 1 1.00 to 1 0.75 to 1 -5.03 to 1 BIDDER COMPLIES YES NO TRANSMISSION FLUID The Allison 3000-EVS transmission shall be delivered from the factory with Allison "Transynd" synthetic Ve ATF. TRANSMISSION TOUCH PAD SHIFT CONTROL The transmission touch pad shift control module shall be mounted to the right of the driver on the console and be indirect lighted for after dark operation. WARRANTY Allison provides a 5 -year warranty on the EVS transmissions. TRANSMISSION PROGRAMMING The transmission shall be programmed as a 5 -speed with 5th gear (overdrive) selected by mode button only. DRIVELINE Drivelines shall be built with heavy-duty metal tubes and utilize Spicer 1710 series or "Equal" mechanics type universal joints with "half round" end yokes. The driveline shall be dynamically balanced by the truck manufacturer before installation in the chassis. A splined slip joint shall be provided in each shaft assembly. FUEL SYSTEM The vehicle shall be furnished with a stainless steel 65 -gallon fuel tank mounted behind the rear axle. The tank shall be equipped with a swash partition and a vent. The fuel tank shall meet all FHWA requirements including a fill capacity of 95% of tank volume and all DOT and FMVSS regulations for rollover protection. A 2" diameter fill inlet shall be provided. Fuel cap shall be of brass or bronze construction, non -vented and have lead safety fuses. It shall be chained to inlet tube or to the body sheet metal to prevent loss. Braided hoses shall be provided for the fuel lines. A 1/2" NPT drain plug shall be located at the bottom of the tank. The tank shall be installed using stainless steel straps and hardware, separated from the tank by a rubber -insulating strip to prevent against chaffing. The fuel tank pickup tube and sending unit shall be accessible without having to remove the tank. The fuel fill inlet shall be located on the left (drivers) side of the apparatus. It shall be concealed behind a door marked "DIESEL FUEL ONLY". The fuel inlet area, recessed behind the door, shall be completely enclosed to prevent dirt and debris from entering. Provision shall be provided inside the fill recess for drainage of any spilled fuel within the cavity. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL INDIANA PAGE 18. i 1 i 1 1 1 1 1 1 1 1 1 1 FUEL FILL DOOR The fuel door shall be constructed of stainless steel and shall have a brushed finish. A black rubber bumper shall be installed in a position to prevent the door from damaging the surrounding surface when the door is opened. ENGINE FUEL COOLER An engine fuel cooler shall be provided on the apparatus. The engine fuel cooler shall cool the returning fuel from the engine using the water from the water pump. AIR CLEANER A dry type engine air cleaner shall be provided. It shall be installed in a location so that the filter element can be easily serviced. AIR RESTRICTION INDICATOR IN INFORMATION DISPLAY CENTER An electrical engine air restriction indicator shall be provided. The display shall be in easy view of the driver. FAST IDLE SWITCH A fast idle switch shall activate an engine high idle potentiometer. The circuit shall be wired through the neutral safety/parking brake interlock to prevent activation when the transmission is in the road mode. Fast idle shall be set at 1000 RPM's. A switch located inside the cab convenient to the driver shall be provided for this system. LUBRICATION PLATE A permanent plate shall be installed which shall specify the type and quantyiy of lubrication fluids and coolants used in the following chassis or apparatus components: engine, chassis transmission, pump transmission, pump primer, and rear axle differential. CUSTOM CAB DESIGN AND CONSTRUCTION FULL TILT CAB The cab shall be designed specifically for the fire service and shall provide roll cage strength and safety. The cab shall be bidder's top-of-the-line model. No plastic or fiberglass shall be used in the construction of the cab sub -frame, floor assembly, front assembly, side assemblies, back wall assemblies, or roof assembly. CAB DIMENSIONS The back wall of the cab shall measure approximately 72" from the center of the front axle. The cab shall have an inside width of approximately 91" and outside width of approximately 96". i d CAB TILT The cab shall tilt a minimum of45 degrees for normal servicing of the engine and other equipment. A four point isolated cab mounting system shall be provided. The mounting system shall consist of two (2) front pivot mounts fabricated of steel and two (2) rear cab mounts that are center bonded rubber. Each front pivot mount shall consist of a greaseless pin and a multi -layered, self-lubricating, composite bearing. In addition to the lift cylinder velocity fuses, a secondary safety system shall be provided to hold cabin the fully raised position in the event of a failure in the primary lift mechanism. It shall consist of a 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 19. BIDDER COMPLIES YES NO 10/1 I✓ 1/ BIDDER COMPLIES YES NO metal channel device, which automatically drops over the extended rod of the left side hydraulic lift cylinder thereby preventing its retraction. The safety channel can only be released through an overt action made by the operator such as pulling a lever or cable. Automatic release of the safety system shall not be acceptable. CAB TILT REMOTE CONTROL The cab tilt system shall be remotely controlled utilizing a twelve -foot cable with a hand held push button device, which is to plug into a receptacle. )Z CAA The location of the cab tilt plug receptacle shall be approved at the preconstruction conference. ✓ CAB DOOR CONSTRUCTION - BARRIER CLEARING The cab doors shall be barrier -clearing design and be approx. 34.75" wide. The interior and exterior door handles shall be flush mounted paddle style with a keyed lock incorporated in the exterior handle and lever control lock incorporated in the interior handle. Six (6) inch wide strap style door checks shall be provided. The door's latch locking mechanism shall make it impossible to lock oneself out of the cab unless locked with the supplied key. Doors shall be hung on high polished stainless steel full- length hinges attached to cab and door with .25" bolts. The doors shall be designed so as to allow the windows to roll completely down. Doors shall meet Federal Motor Vehicle Safety Standard #206. INNER DOOR PANELS The cab interior door panels shall be constructed of metal and coated to match the cab dash. The door panels shall be easily removable for service. Each inner door panels shall have at least 96 square inches of a Chevron style reflective material that complies with the NFPA requirements The use of Plastic or and molded type of material for door panel is not acceptable. ATP OVERLAY ON BACK OF CAB An aluminum treadplate overlay shall be provided over the entire exterior rear wall of the cab. Aluminum treadplate overlay on the rear exterior of the cab shall consist of no more than two (2) individual panels. Seam between the panels shall be vertical, centered on the cab. The diamond pattern along the seam between the two (2) panels shall be aligned to minimize the appearance of the seam. CAB GRILLE The cab front opening shall be covered with a custom made polished stainless steel grille. ENGINE AIR INTAKE GRILLE WITH WATER/EMBER SEPARATOR The air intake shall be concealed behind the cab grille. The water and ember separator shall set behind the cab grille on the officer's side. This may be cleaned or replaced by tilting the cab. RAISED CREW CAB ROOF The rear section of the cab roof, over the crew cab area, shall be raised 10" higher than the driver and officer's section. The raised portion shall start just behind the centerline of the front axle. The leading forward face of the raised roof shall slope backward 45 degrees to provide a streamlined look. The interior floor to ceiling height of the forward portion of the cab shah be approximately 57". The interior floor to ceiling height of the rear crew portion of the cab shall be approximately 67". 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL INDIANA PAGE 20. >/ V 1 I 1 1 1• 1 1 1 1 The rear crew cab doors shall be extended into the raised portion to provide maximum headroom for entering and exiting the rear crew cab. The top of the rear crew doors shall increase by 10" and have an additional piece of fixed glass at the top of the door, above and separate from the standard door glass. DOOR WINDOW TRIM Flat black trim shall separate the roll -down glass of the crew doors and the fixed glass above it. PAINTED CAB ROOF The exterior surface of the cab roof shall be painted in compliance with the cab paint specifications detailed elsewhere in this specification document. INTERMEDIATE CAB STEPS Four (4) stationary steps shall be provided, one at each cab door. The steps shall be approximately 12.0" long, have a 9.0" radius, and be located to the front of each cab step well. The steps shall be constructed of aluminum grating. TWO-WAY RADIO ANTENNA MOUNT One (1) universal antenna mount(s), model MATM, with 17 feet of coax cable and weatherproof cap shall be provided for the two-way radio equipment. The antenna shall be installed in the cab roof on the right hand side to the rear of the light bar. The cable shall be routed to the officer's seat riser, with any excess cable secured in an accessible location. The antenna mounting location and cable routing shall be confirmed with the customer at the preconstruction conference. FRONT STAINLESS STEEL INNERLINERS Semi -circular innerliners shall be provided at each front wheel housing. They shall be constructed of 304 stainless steel and shall be bolted in place so they may be removed if damaged. Self -tapping sheet metal screws are not acceptable. FRONT FENDERETTES Polished stainless steel fenderettes shall be installed in the front wheel openings. They shall be sufficiently wide to completely cover the outside rear tire and reduce wheel splash along the sides of the body. The fenderette shall have a full width rubber welt placed between the fenderette and body wheel well opening flange. The outside edge of the fenderette, at the wheel opening shall be rolled inward to eliminate a sharp edge and prevent injury when cleaning apparatus. The fenderette's shall be installed with 1/4" stainless steel hex head bolts. The use of self -tapping sheet metal screws is not acceptable. FRONT AND REAR MUD FLAPS Heavy-duty mud flaps with manufacturer's colored "logo" shall be provided at the rear of each front wheel and at the rear of the rear dual wheels. Front flaps shall be 15" wide and rear flaps shall be 24" wide. Mud flaps shall be made of 3/16" heavy-duty semi -flexible vinyl material to prevent "sailing". 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL INDIANA PAGE 21. BIDDER COMPLIES YES NO 1✓ V CAB MIRRORS WITH AUTOMATIC TEMPERATURE CONTROL Two (2) Lang Mekra 300 Series chrome plated West Coast style main and convex mirrors shall be installed, one (1) on each side of the vehicle. The main mirror shall be a four-way heated, remotely controlled adjustable 7" x 16" second surface chromed flat glass. The convex shall be a four-way adjustable 7" x 7" second surface chromed 400 mm radius glass. A separate on/off "Mirror Heat" control switch shall be located adjacent to the mirror control and properly labeled. WINDSHIELD The windshield shall be of tinted automotive laminated safety plate glass with a curved two-piece design. The windshield shall have approximately 2900 square inches of visual area. Right and left hand windshield glass shall be symmetrical and interchangeable from side to side to minimize spare parts stock and expense. The windshield shall be installed and held in place by an extruded rubber molding with a bright finish, decorative, locking bead. The cab shall be finish painted prior to the windshield glass being installed. WINDSHIELD WIPERS AND WASHERS One (1) wet arm operated windshield wiper shall be provided for each plate of windshield glass for optimum windshield wiping surface areas. The wipers shall be two -speed with a intermittent wiping feature. One (1) control switch shall be provided for both wiper arms and be located within reach of the driver. WINDSHIELD WASHER RESERVOIR A four (4) quart windshield washer fluid reservoir shall be provided. Visual inspection and filling of the reservoir shall be possible without tilting the cab (NO EXCEPTIONS). DOOR WINDOWS A retractable window with automotive type tempered safety glass shall be provided in all four (4) -cab doors. All glass shall be tinted. Glass shall slide in stainless steel side channels with cloth/fiber liners. Rubberized fiber seals shall be located at the bottom of the window opening to prevent water and debris from entering the interior of the door when the glass is up (or down). A seal shall be placed on both sides (interior and exterior) of the glass. The front door glass shall be approx. 23" high x 25" wide. The rear door glass shall be approximately 23" high x 30" wide. The window regulators shall be the enclosed, sliding flexible shaft, gear type for ease of operation and reliability. The shaft shall enter a vinyl plastic protective sheath whenever it is exposed. Window crank effort shall be the same over the entire raising or lowering process. Crank arm shall be installed on a 3/8" square shaft (splined shaft will not be acceptable). The regulator shall not require any periodic maintenance over its lifetime and sector gear/lever action or sprocket/moving arm type regulator mechanisms will not be acceptable. BIDDER COMPLIES YES NO 1 DRIVER'S DOOR ELECTRIC WINDOW The driver's door shall be equipped with an electric operated window regulator. The electric power window regulator shall be the enclosed sliding flexible shaft gear type for ease of operation and j„/ reliability. The shaft shall enter a vinyl plastic protective sheath whenever it is exposed. A 12 -volt electric motor with gear reduction box to slow driven gear rpm and increase power transmission shall IA\ be provided. The Final location of the driver window switch shall be determined at the pre- EC -4( construction conference. 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 22. 1 1 1 1 i I 1 EXTERIOR CAB TRIM Decorative molding is to be provided across the front and along both sides of the cab just below the windshield level at the paint break line. The molding shall be the automotive adhesive type made of poly vinyl chloride (PVC). It shall be 5/8" wide with chrome plated outer edges and a 5/16" textured black center strip. CAB HANDRAILS AND GRAB HANDLES Exterior handrails shall be 1-1/4" diameter extruded aluminum, knurled, with a bright -anodized finish. All exterior handrail stanchions shall be chrome plated. They shall be bolted to the body with 1/4" stainless steel hex head bolts. Stanchions shall have a rubberized gasket placed between them and the body surface they are mounted on. A drain hole shall be provided in each bottom stanchion. Interior grab handles shall be of the rubber -covered design. Handrails and grab handles shall be installed as follows: Four (4) 24" handrails shall be installed on the side of the cab, one just to the rear of each cab door. Stanchions shall be offset to the rear to provide hand clearance and prevent injury when opening or closing cab doors. Four (4) rubber covered grab handles shall be provided, one on the inside of each cab door. Two (2) 12" rubber covered grab handles shall be provided, one on the driver's side and officer's side front A -pillar, above the door hinge, to assist in entry to the cab. Two (2) 12" rubber covered grab handles shall be provided, one on each rear crew doorC-pillar, on the hinged side of the door, to assist in entry to the cab. CRASH TEST The cab shall be certified for the following tests: • SAE J2420: Cab Over Engine (COE) Front Strength Evaluation - Dynamic Loading Heavy Trucks • SAE J2422: Cab Roof Strength Evaluation - Quasi Static Loading - Heavy Trucks • ECE Regulation 29: Protection of Occupants of Cab in Commercial Vehicle Performance Measure: .1. 2. 3. shall remain After undergoing each test, the cab of the vehicle shall exhibit accommodating a 50th percentile male ATD in the median position ' h between the manikin and non -resilient parts for all seating positions) None of the doors shall open during the tests. The cab attachments may be distorted or fractured, however, the cab attached to the vehicle frame in at least one attachment location. a survival space without contact OCCUPANT PROTECTION 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 23. BIDDER COMPLIES YES NO V AIR BAG PROTECTION SYSTEM An advanced air bag system shall be installed to protect the vehicle occupants in the event of a frontal impact, side impact or vehicle rollover. The system shall consist of a steering wheel air bag and dual knee air bags for the driver, a knee air bag, and side curtain air bag for the officer and side curtain air bags for the jump seat occupants. The air bag protection system shall be coupled with an advanced seat belt systems that shall secure the occupants in the event of an impact. Bidders shall describe in detail the occupant protection system they are proposing. SEAT ALARM SYSTEM A seat alarm system shall be installed in the cab, as mandated by NFPA 1901 14.1.3.10. The alarm system shall be activated anytime the parking brake is released or the automatic transmission is not in park. The system shall consist of an audible alarm that can be heard at all positions designated to be occupied while the vehicle is in motion and a visual display to the driver or officer showing the condition at each seating position. HELMET HOLDERS Four (4) On Scene Solutions "Talon" helmet holders that comply with NFPA current edition requirements shall be provided. The helmet holders shall be shipped loose from the manufactured and installed by local dealer. BIDDER COMPLIES YES NO V I/ V HELMET CAUTION LABLES Helmet caution labels shall be posted at all four doors so that they shall be visible from each seat , / position. The labels shall read: "Do Not Wear Helmets While Seated". v HEADLINER The cab shall be provided with a removable headliner for ease of servicing the electrical wiring placed in the cab roof. The headliner shall be the multi -piece type (minimum of three (3) sections) so that the entire liner does not have to be removed for localized maintenance. BACK LINER The cab shall be provided with a removable back liner for ease of servicing the electrical wiring placed Ve in the cab back wall. The back liner shall be the multi -piece type (minimum of three (3) sections) so that the entire liner does not have to be removed for localized maintenance. A Pack Trac tool board mounting system approx 20" X 52" shall be installed on the inside of the rear ✓ wall of the cab outboard of the forward facing seat on both sides. ENGINE ENCLOSURE The engine enclosure structure shall be properly sealed and insulated to prevent the transmission of V heat and noise in to the crew compartment. A minimum of 1" shall be provided between the right edge of the accelerator pedal and the side of the engine hood. ENGINE ENCLOSURE MOUNTING TRAY The top portion of the engine enclosure shall have a 1/8" thick aluminum tray to facilitate the mounting of accessories and equipment. The tray shall have a 1" high edge around it perimeter ✓ welded at the corners. The tray shall be spaced off of the engine tunnel to allow for the running of 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 24. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 electrical wires and cables. ENGINE COMPARTMENT ACCESS DOOR An access door shall be provided at the rear of the engine enclosure for routine engine fluid checks. The access door shall be insulated from engine heat with aluminized foil/foam/barrier composite and sealed to prevent exhaust fumes from entering the crew cab. AM/FM STEREO RADIO One (1) car audio AM/FM stereo radio with LCD display and four (4) premium speakers shall be installed. The stereo radio shall be centrally located in the overhead console and the speakers shall be located two (2) in the front of the cab behind driver and officer, and two (2) in the rear cab corners. The bidder shall specify the make and model of the stereo and speakers to be installed. The antenna for the AM/FM radio shall be installed on left hand side of the cab roof between the rear of the light bar and the front of the AC cover. The final location of the antenna shall be approved at the preconstruction conference. 18" STEERING WHEEL WITH TILT/TELESCOPE A padded 18" steering wheel with center horn ring and air bag shall be provided. The upper steering column shall be of the tilt and telescopic type. A self -canceling directional switch with wiper control and headlight dimmer control shall be mounted on the steering column with an ICC four way flash switch. The self -canceling directional switch shall be easily removable and replaceable without removing the steering wheel or column assembly. The junction of the shaft and the cab floor shall be sealed to prevent air exchange between the cab interior and exterior. LINE -X FOR CAB DASH The cab dash and engine tunnel shall be sprayed with Line -X or a similar material having a high resistance to abrasion and tearing. A vinyl cloth glued or laminated in some manner to a metal backing surface shall not be acceptable. The Line -X shall absorb impact without surface damage. The Line -X shall be resistant to gasoline, diesel fuel, paints, bleaches, organic solvents and other cleaning agents and chemicals. It shall include sound dampening and vibration elimination properties. The Line -X shall be solvent free and be environmentally safe to apply with no VOC or CFC hazards. Its surface shall have a non -glare, granular texture and be easily cleaned with common cleansing compounds. SUN VISORS Two (2) 6.625" x 29.50" padded sun visors shall be provided, one on the driver's side and one on the officer's side. Visor shall be supported at both ends to prevent drooping. VEHICLE DIMENSION SIGN A sign visible to the driver while seated indicating the height of the apparatus in feet and inches, length of the completed apparatus in feet and inches, and the gross vehicle weight rating (GVWR) of the apparatus shall be provided. POWER STUDS (CAB DASHI 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL INDIANA PAGE 25. BIDDER COMPLIES YES NO BIDDER COMPLIES YES NO Four (4) studs shall be provided in the cab dash area to provide a 12-volt feed. The studs shall consist of a 12-volt direct stud, switched battery stud, switched ignition stud, and grounding stud. C') gOtO p B,nnrrfy.1);n'cr. 00 b,,; ADDITIONAL POWER STUDS (II) 2Hrre'i 5 r'✓ Z--edp, SrP r. Two (2) additional two (2) stud power buss bars shall be provided in the specified locations. The studs shall consist of a 12-volt direct stud, and grounding stud. The additional buss bars will be located as follows: • One (1) on the inboard sidewall of the officer's seat riser. • One (1) centered on the upper portion of the rearward wall of the seat riser compartment below the two (2) forward facing rear crew seats. DRIVER'S SEAT The driver's seat shall be an H.O. Bostrom Sierra ABTS Air -100 fixed high back seat with air suspension. This seat shall have 5" horizontal adjustment. The driver's seat shall be limited to the NFPA regulated height. A DOT approved 3 -pt. shoulder harness shall be furnished that is red in color. The seatbelts shall meet NFPA 1901 length requirements. OFFICER'S SEAT An H.O. Bostrom Tanker 450 ABTS SCBA seat shall be provided for the officer. A DOT approved 3 -pt. shoulder harness shall be furnished that is red in color. The seatbelts shall meet NFPA 1901 length requirements. A NFPA compliant H. 0. Bostrom "SecureAll" universal SCBA bracket shall be installed in the seat. V 1 CREW REAR FACING SEATING The rear crew cab section shall contain two (2) outboard rear facing H. 0. Bostrom Tanker 450 ABTS SCBA passenger seats. The seats shall be installed one (1) each side at the rear of the engine enclosure. The seating area shall allow maximum room for firefighters in full turn out gear. A DOT approved 3 -pt. shoulder harnesses shall be furnished that is red in color. The seatbelts shall r/ meet NFPA 1901 length requirements. A NFPA compliant H. 0. Bostrom "SecureAll" universal SCBA bracket shall be installed in each seat. CREW FORWARD FACING SEATING The rear crew cab section shall contain two (2) center forward facing H.O. Bostrom Tanker 450 ABTS SCBA passenger seats. The seats shall be installed on the rear wall of the cab directly behind the engine enclosure. To maximize leg, elbow and shoulder space between the center forward facing seats, the Purchaser shall specify the distance to be provided between the seats and between the seats and the engine enclosure. Two (2) NFPA compliant H. 0. Bostrom "SecureAll" universal SCBA bracket shall be installed in the seat(s). OFFICERS SEAT COMPARTMENT 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 26. 1 1 1 1 1 1 1 1 1 i 1 I i 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDER COMPLIES YES NO The officer's seat shall be held at NFPA regulated height by a frame, which will create an enclosed "radio" compartment under the seat. The under seat compartment shall be accessed by a drop down hinged door on the front REAR SEAT COMPARTMENT There shall be one (1) compartment constructed of aluminum and measuring approximately 41" W x 11" H x 16" D. It shall be installed under the two rear inboard forward facing seats. Access to this / compartment shall be through two (2) drop-down doors in the front face of the compartment. Each ✓ door shall be equipped with a push button type of latch, D ring, and lift and turn style door latches are not acceptable. The interior and exterior walls of the compartment shall have a black spatter finish. The final dimension of this compartment shall be determined by the rear seat spacing, which shall be ✓ discussed at the preconstruction conference. SEAT UPHOLSTERY Six (6) cab seats shall be upholstered in black H.O. Bostrom "Durawear" waterproof cloth fabric. INTERIOR DECOR The interior components, accessories and trim, shall be medium gray in color. CAPACITY SIGN A sign visible to the driver, that states the number of personnel the vehicle is designed to carry, shall be provided. HEATER/DEFROSTER-FORWARD CAB A front cab heater/defroster unit shall be provided. The unit shall have a heating capacity of 30,000 ✓ BTU's and combined 520 CFM variable speed blower assembly. REAR CREW CAB HEATERS Two (2) rear crew cab heaters with a combined rating of 64,000 BTU output and 850 CFM airflow shall be provided. The rear cab heaters shall be mounted under the rear facing outboard seats each side. The units shall have a variable speed blower, and a removable, replaceable filter. The fan speed switches for the rear crew cab heaters shall be installed in a location that allows for easy access when seated in the rear facing seats. HEATER COOLANT SHUTOFF VALVES The forward cab heater and the crew cab heaters shall have coolant shutoff valves mounted behind the engine for engine coolant flow control. The valves shall be 1/4 turn style with label for ease of use and identification. AIR CONDITIONER The cab shall be equipped with an air conditioning with a cooling capacity of 79,000 BTU and variable speed blower assemblies for a combined 1100 CFM. The air conditioning system shall be compliant with all EPA regulations and use R -134A Refrigerant. All hoses used in the air conditioning system shall be "barrier" type construction for containment of the refrigerant. The condenser shall be a stacked type, low profile, dual fan compact design with dryer and pressure switch included. The condenser shall be located on the cab roof and protected from damage with a cover. 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL INDIANA PAGE 27. The air conditioning system shall exceed the industry norm by cooling the cab from the ambient temperature of 100 degrees Fahrenheit at 50% relative humidity to an average cab temperature of 75 degrees Fahrenheit in 30 minutes. The bidder shall specify the type of the heating and air-conditioning system being proposed AUXILIARY FANS Two (2) adjustable 6" auxiliary two (2) speed fans shall be provide. The two (2) auxiliary fans shall be mounted to the bottom of the overhead console one on each side windshield center post. The final mounting location of the auxiliary fans shall be determined at the preconstruction conference. MAP BOX A map box shall be provided between the driver and officer installed on the top of the engine tunnel. The map book box shall be constructed of welded .125 -inch thick smooth aluminum. The box shall have six (6) slots spaced on 3.00 -inch horizontal centers, with each slot being 14.00 inches wide and 8.00 inches deep. The slots shall slant at a 30 -degree angle towards the front of the truck. The box shall have a web style strap to secure the binders into the box. The strap shall be attached at the rear of the box with a Velcro attachment strip at the front The final mounting location of the map box shall be determined at the preconstruction conference. ELECTRICAL WIRING REQUIREMENTS The apparatus shall be equipped with a multiplex electrical management system for control of the electrical system devices, where applicable. CIRCUIT PROTECTION Circuit protection devices shall be utilized to protect each electrical circuit. All circuit protection devices shall be sized according to 125% of the anticipated load to prevent wire and component damage when subjected to extreme current overload. SOLID STATE CIRCUIT PROTECTION Power distribution modules shall utilize solid-state output channels and feature fully protected high - side drivers (+12V) to protect wiring. High -side drivers shall provide overload protection, current limitation, transient protection, and replicate the function of an automatic reset circuit breaker. If output current exceeds the rated amperage, the output shall automatically turn off. After 30 seconds, the module shall attempt to re-energize the load. If the output is still overloaded, it shall remain off until the power is cycled or the output is manually reset though the Information Center. In the event of a communications loss with the vehicle's control module, all outputs not controlling a moving device, such as a ladder rack, shall remain in their previous state until communication is restored or the power is cycled. NON -SOLID STATE CIRCUIT PROTECTION Circuit breakers shall be Type -I automatic reset (continuously resetting) and conform to SAE 1553 or J258 unless operational requirements and/or safety concerns dictate Type -III manual reset type conforming to SAE J1625. Automotive -type fuses conforming to SAE 1554, 11284,11888 or 12077 shall be utilized when required to protect electronic equipment. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 28. BIDDER COMPLIES YES NO 1 t/ V 1 1 POWER CONTROL RELAYS AND SOLENOIDS Power control relays and solenoids when used shall have a direct current (dc) rating of 125 percent of the anticipated current load. AUTOMATED ELECTRICAL LOAD MANAGEMENT SYSTEM The apparatus shall be equipped with an automated load management system. The load management system shall monitor battery voltage and activate the engine high idle system (provided NFPA interlocks have been established) before disabling any electrical loads. If engine high idle is not available or activation does not result in sufficient battery system voltage, individual electrical loads shall be automatically and sequentially deactivated until voltage returns to an acceptable level. Loads shall be sequentially reactivated to avoid a sudden large voltage demand on the system. Electrical loads defined in NFPA 1901 as "minimum continuous" shall not be subject to automatic load management. Load prioritization shall be independently field programmable by authorized users. If the load management system becomes active, the "LOAD MANAGEMENT" indicator shall flash on the information center screen. LOAD SEQUENCER A sequential switching portion of the multi-plexing system shall automatically energize the specified optical warning devices to minimize potentially damaging voltage fluctuations due to the sudden addition or removal of large current demands on the electrical system. Upon activation of the "EMERGENCY MASTER" warning switch and provided the individual optical warning device switches are also activated, the following loads shall be activated (or deactivated) in 0.5 -second intervals: • Front Light Bar • Side Light Bar (if applicable) • Front and Rear Flashing Lights • Side Warning • Rear Beacons High Beam Headlight Flash INFORMATION CENTER A 6.5" high-resolution color display capable of displaying graphical images as well as text messages shall be located on the cab dash. The main display page shall include the date and time and shall indicate what soft buttons will display additional pages. APPARATUS STATUS INDICATORS AND AUDIBLE ALARMS If a monitored "Not Stowed" or "Warning" condition is active, a corresponding status indicator shall flash accordingly. The alarm system status indicator shall flash yellow when a "Not Stowed" condition is active. The alarm system status indicator shall flash red when a "Warning" condition is active. In addition to visual indicators, audible alarms shall sound when designated conditions activate the "Not Stowed" and "Warning" status indicators. WARNING INDICATOR A flashing red triangle symbol shall alert the vehicle occupants of an active "WARNING" condition. This is defined as a situation or status on the vehicle that is of high priority or "mission critical" nature. The flashing red triangle shall be displayed on the Information Center and dash gauge panel in front of the driver. The following are typical "Warning" (high priority) conditions: 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL INDIANA PAGE 29. BIDDER COMPLIES YES NO L/ V HYDRAULIC FILTER CAB NOT LOCKED AIR RESTRICTION TRANSMISSION TEMP LOAD MANAGE LOW VOLTAGE ABS FAULT NOT STOWED INDICATOR A flashing Not Stowed indicator shall alert the vehicle occupants of an active "Not Stowed" condition. This is defined as a situation or status on the vehicle that is not of high priority or "mission critical" nature, but requires attention before the vehicle is put in motion. The following are typical "Not Stowed" (not high priority) conditions: The following items are considered Not Stowed only when the parking brake is released. • DECK GUN RAISED, TELESCOPIC QUARTZ LIGHT UP, AUDIBLE ALARMS The following conditions shall cause the audible alarm to sound "steady" (not an intermittent beep); signifying a "mission critical" condition exists that requires immediate attention. STOP ENGINE LOW AIR LOW COOLANT CAB NOT LATCHED ABS FAULT CHECK TRANSMISSION LOW VOLT CHECK ENGINE LOW OIL PRESSURE Corresponding "Low Air", "Stop Engine", "Check Engine", and "Check Transmission" visual indicators shall be located in the dash gauge panel in front of the driver. The following conditions shall cause a chime alarm to sound "intermittently" (i.e., beep), once the parking brake is released, signifying a condition exists that may become "mission critical" if not quickly addressed. • ANY LIGHT NOT STOWED • ANY BODY DOOR OPEN • ANY CAB OR CREW CAB DOOR OPEN • DECK GUN RAISED OPEN DOOR WARNING INDICATOR When a cab or compartment door is open and the parking brake is released the "DOORS" indicator shall flash and the audible warning alarm shall sound. Pressing the corresponding button shall display an overhead graphical representation of the apparatus indicating which door is not closed. ADDITIONAL DOOR AJAR INDICATOR LIGHT (DO NOT MOVE APPARATUS) In addition to the information display screen a separate red flashing LED light shall illuminate and an audible warning indicator shall sound whenever the apparatus parking brake is released and any cab or body door is open The hazard warning light shall be identified with a label that reads: "Do Not Move Apparatus" The light shall be located on the ceiling between the driver and the officer. The compartment open warning light shall not be tied to the seat belt warning light system. DATA RECORDER 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 30. V V S 1 I 1 I BIDDER COMPLIES YES NO 1 1 1 1 1 1 1 1 1 f 1 1 i i BIDDER COMPLIES YES NO An on -board electronic recording device shall record select apparatus status and usage information. The data logging unit shall communicate with all major vehicle component electronic control units, including engine, transmission, anti-lock brakes, and the body electrical system controller. It shall record seat belt status of ten seat positions. The data logger shall also communicate with the RollTek System if present. All recorded events shall include date and time stamped information. The recorder shall be capable of recording 100 engine hours' worth of minute -by -minute data. When memory capacity has been reached, the system shall erase the oldest data first. All data stored shall be uploadable by the user to a computer and importable into a data management software package. The software shall be capable of running on both Windows and Apple operating systems and shall be capable of producing reports over a specified time range. Reports shall include: Raw second -by -second data, daily logs for the time the engine is running for a given data, weekly summaries showing maximum values each hour for each day, monthly summaries showing maximum values each day for every day of the month. ELECTRICAL SYSTEM DIAGNOSTICS The apparatus shall feature on -board electrical system diagnostics and provision for off -board diagnostic service equipment. ON -BOARD DIAGNOSTICS On -board diagnostic indicators shall be provided to support rapid troubleshooting of the electrical power and signal system. The input and output status of each system module shall be easily determined through easy to use display pages. Switches shall be provided in the cab to allow the operator or service personnel to obtain On -Board diagnostic information from the ABS system and Engine Controller. A troubleshooting guide shall be provided with the vehicle to assist with interpretation of the diagnostic signals. OFF -WARD DIAGNOSTIC PROVISION A USB interface port shall be provided for service access to the electrical control system data bus. The diagnostic port shall be mounted inside the cab on the driver side in a location that is accessible from the ground. DASH LAYOUT The Manufacturer shall furnish a dash layout drawing to the purchaser for their review and approval. The drawing shall detail the locations for installation of radios, sirens, light switches, gauges, etc. Due to the cab dash configuration and electrical wiring design, the components shall have designated locations that each will fit. The purchaser shall review and approve the layout during the Pre - construction Conference. CAB DASH AND INSTRUMENTS FOR 2013 EMISSIONS ENGINE A non -glare instrument panel, custom designed to accommodate the appropriate functions, shall be / provided. Illumination shall be provided for controls, switches, instruction plates, gauges, and L/ instruments necessary for the operation of the apparatus. The cab dash shall be forward slanted, and constructed of aluminum. A system shall be provided that interacts with the engine electronics and eliminates redundant senders 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 31. and switches. The electronic engine gauges shall receive information on the SAE J1939 data link to improve reliability and gauge accuracy. Connectors shall be utilized for ease of service. The dial face shall be black with white lettering. The primary letters shall be in Imperial with the secondary, smaller letters in metric. The dial shall have international non -language symbols for the gauge function (except speedometer). Gauges shall have illumination with a monochrome LCD display located on the speedometer gauge. They shall also have a 250 -degree dial sweep for greater definition of scale. SAE J1939 Faults and Warnings shall be displayed on the LED display. DRIVER'S INSTRUMENTATION The following gauges shall be provided: Main Gauges • 3" Speedometer: • Speedometer Mode Switch: • Speedometer Up Switch: • Speedometer Down Switch: • 3" Tachometer: Satellite Gauges • 2" Fuel Level: • 2" Voltmeter: • 2" Coolant Temperature: • 2: Engine Oil Pressure: • 2" Transmission Oil Temp: • 2" Front Air Pressure: • 2" Rear Air Pressure: • 2" DEF Level: 0-85 mph with built-in LCD display Allows operator to select menu items in the display screen Allows operator to scroll up through display menu items Allows operator to scroll down through display menu items 0-4000 rpm Empty — full with low level warning indicator 10-16 VDC 100-240 Degrees Fahrenheit 0-80 psi 100-320 Degrees Fahrenheit 0-150 psi 0-150 psi Empty — full with low level warning indicator DRIVER'S INDICATOR LIGHT MODULE The following indicators shall be mounted in a removable modular panel in front of the steering column. The indicators shall be identified with universal ISO 2575 symbols where applicable and visible to the driver while seated. All applicable indicators in the modular panel shall automatically illuminate for 1 second upon activation of the ignition switch to verify operation: • Battery Switch "On" green indicator light • Ignition Switch "On" indicator • Check Transmission amber indicator light • Check Engine amber indicator light • Stop Engine (Engine Warning) red indicator light • High Exhaust Temperature (HEST) amber indicator light (if applicable) • Diesel Particulate Filter Regeneration (DPF) amber indicator light (if applicable) • Wait to Start amber indicator light (if applicable) • Malfunction Indicator Light (MIL) amber indicator light (if applicable) • ABS warning amber indicator light • ATC/ESC activated amber indicator light • Spring (Parking) Brake "On" red indicator light 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 32. BIDDER COMPLIES YES NO 1 1 i 1 r I I 1 1 • High Beam "On" blue indicator light • Low air pressure red indicator light • Left Turn signal green indicator light • Right Turn signal green indicator light • General Warning red indicator light (if applicable) • DEF Level Indicator Light DRIVER'S/OFFICER CONTROLS The following rocker style control switches shall be identified and accessible to the driver while seated. Switches shall include integral indicator lights (where applicable) to advise that the switch has been energized and identification labels shall be illuminated for night driving. • Ignition switch with green indicator light • Engine Start switch • Headlight / Tail -Marker -ID light switch • Instrument Panel Dimmer control rheostat • Parking Brake Control • Other Controls as defined elsewhere in this specification The following controls shall be stalk mounted on the steering column and identified and visible to the driver while seated: • Turn Signal Control and 4 -Way Hazard Warning switch • High -beam headlight switch • Windshield wiper control switch • Windshield washer control switch The following controls shall be identified and accessible to both the driver and officer while seated. Controls shall be identified and illuminated for night driving. • HVAC control panel • High Idle control switch • Other controls (as defined elsewhere in this specification) EMERGENCY & WORK LIGHT SWITCH PANEL - DRIVER'S SIDE All emergency light and work area lighting control switches shall be mounted in a removable panel located in the overhead position on the driver's side of the cab. The light switches shall be "rocker" type with an internal indicator light to show when the switch is energized. All switches shall be properly identified by an illuminated label. A master warning light switch and individual switches shall be provided to allow pre -selection of emergency lighting. DIGITAL CLOCK A 12/24 hour real-time digital clock shall be identified and visible to both the driver and officer while seated. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 33. BIDDER COMPLIES YES NO 12 -VOLT RECEPTACLES Two (2) 12 -volt power outlets with covers shall be provided. The plug and receptacle shall be made from corrosion resistant marine grade materials. One (1) 12 -volt outlet shall be installed in the center of the cab dash; the second shall be installed on the officer's side switch panel. Final location of the power outlets will be determined at the preconstruction conference. BATTERIES Six (6) 12V Group 31 950 CCA batteries shall be installed three each side of the cab under the rear entrance way. Oe(pit, f3r4^1J Heavy-duty battery cables shall be provided to maximize power available to the electrical system. BATTERY BOXES Battery compartments shall be constructed of stainless steel and shall be located one (1) each side of the apparatus mounted on the vehicle frame. They shall be well ventilated and enclosed to protect against road splash and debris. Suitable provisions shall be provided for drainage. The batteries shall be held firmly in place by providing a full frame type top clamp, which shall enclose the battery set on all four (4) upper corner sides. The one-piece clamp shall be fabricated of 3/4" stainless steel angle welded at the corners and be held in place by two (2) "J" shaped stainless steel clamping bolts. JUMPER CABLE STUDS A pair or jumper cable studs with color -coded covers shall be provided under the driver's side battery box. MASTER BATTERY SWITCH A master load disconnect switch shall be provided between the battery positive bus bar and the remainder of the switched battery electrical loads on the apparatus. The master battery switch shall be mounted near the driver's entrance in a location so it may be turned on or off by a person standing on the ground outside the vehicle. It shall have the capacity to handle 350 amps of continuous power. A green "battery on" pilot light that is visible from the driver's position shall be provided. BATTERY CHARGER There shall be one (1) Kussmaul #091 -53 -12 -REMOTE, high output battery charger system installed in the vehicle's electrical system. The charger shall be fully automatic and shall maintain the truck batteries at a full charge level when connected to a 110 VAC source. The charger shall have a maximum output current of 40 amps and shall utilize remote voltage sensing to recharge the batteries exactly as much as required. The charger shall have a remote display that will show a bar graph of charge of the batteries whenever shoreline power is applied to the vehicle. The bidder shall specify the mounting location of the charger. REMOTE CHARGE DISPLY A Kussmaul 091-199-001 Bar Graph Display shall be installed. The state of charge of the batteries shall be indicated on a remotely located bar graph display whenever power is applied to the vehicle. Battery charger display shall be located adjacent to the drivers' door. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 34. BIDDER COMPLIES YES NO V VI V !/ IV I 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SHORE LINE AIR COMPRESSOR A Kussmaul model #91-9HP-AD "Auto Pump AC" redundant air compressor shall be installed. The Auto Pump shall be wired to the 120 VAC shoreline. Operation shall be automatic with the pressure switch sensing the system pressure and controlling the power input. The compressor shall automatically replace air lost due to leakage in the brake system without any interference to engine mounted air compressor functions. The bidder shall specify the mounting location of the Shoreline compressor. AUTO EJECT PLUG A Kussmaul model #091-55-20-120, 120 VAC, 20 amp "Super Auto Eject" shoreline power connector shall be provided for the battery charger. The shoreline power connector shall be provided with a spring-loaded cover to prevent water from entering when the shoreline is not connected. A label shall be permanently affixed at the power inlet that indicates the line voltage in volts and the current rating in amps. The auto eject plug shall be located adjacent to the driver's door. The cover shall be yellow. 120 -VOLT SHORELINE POWERED RECEPTACLE (5) IN CAB INTERIOR One (1) NEMA #5-20R, 120 -volt, 20 amp, 3 -wire, straight blade, duplex receptacle shall be provided in the cab interior. A brushed stainless steel cover plate shall be provided to protect the receptacle. The receptacle shall be powered by the shore power inlet and labeled accordingly. Final location of the outlet will be confirmed at the pre -construction conference. HEADLIGHTS Front headlights shall be halogen rectangular quad type with bright finished trim rings and bezel. Headlights shall be flush mounted in the front face of the cab in the lower portion of the upper knockout panels. The headlight control circuit of the multiplexing system shall be set to allow for the future replacement of the quad halogen type of headlights with a Bi -XP -4656 HID headlight system by BrightHeadlights.com. The control circuit of the multiplexing system shall allow for a startup amp draw of 10 amps for the first 5 seconds of light startup. LIGHTS Exterior cab lighting shall meet or exceed Federal Department of Transportation, Federal Motor Vehicle Safety Standards and any National Fire Protection Association requirements in effect at the time of proposal. Five (5) Weldon 9186-1500-20, amber LED type clearance and identification lights shall be surface mounted across the top leading edge of the cab roof. Two (2) Weldon 9186-1500-20, amber LED type marker lights with guards, shall be surface mounted, one on each end of the front bumper, or forward end of the cab. Seven (7) Weldon 9186-1500-10, red LED marker and clearance lights shall be installed at the rear of the body. The three light identification cluster shall be recessed behind the rear step vertical flange. 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL INDIANA PAGE 35. BIDDER COMPLIES YES NO Two lights shall be placed at each lower rear body corner, facing the side. Two lights shall be placed in the upper rear body corners, facing the rear. TURN/MARKER LIGHTS One (1) TruckLite model 60115Y LED amber turn/marker light shall be provided and installed forward of a single rear axle or between tandem rear axles on each side of the vehicle. The lights shall have black flanges. LICENSE PLATE LIGHT & BRACKET A license plate bracket is not desired. If it is necessary the plate bracket, containing a 12 -volt lamp shall be mounted under the tailboard on the left (driver's) side of the truck. D.O.T. REFLECTORS Reflectors shall be placed on the cab and body as required by Federal standards. An amber reflector, Signal Stat, model 32ADB, shall be placed on each side of the cab. Four (4) Signal Stat model 32DB red reflectors shall be located on the rear face and sides of the body. The reflectors shall be rectangular in shape. BIDDER COMPLIES YES NO 1 1/7 1 ✓ V FRONT DIRECTIONAL LIGHTS There shall be one (1) Whelen 600 Series LED amber arrow directional signal light installed on each side of the cab front face. Light lens shall have an amber arrow shape with black background. They shall be !/ mounted in the upper portion of a chrome plated dual light bezel that matches the headlight housing. Turn signals shall have a "sweep" pattern. SIDE DIRECTIONAL LIGHTS Cab side directional lights shall be provided in addition to the front turn signals. They shall beTrucklite model 60115Y "Super 60" LED side turn signal lamps. One (1) light shall be flush mounted above the front wheel well on each side of the cab. Lights shall have an amber polycarbonate lens and a chrome plated plastic grommet cover, #60703. The lights shall be wired into both the turn signal and the marker light circuits. BRAKE/TAIL LIGHTS Two (2) Whelen series 600 maximum intensity LED red brake/tail lights, model 60ROOXRR, shall be vertically mounted, at the rear of the apparatus, one on each side. All brakes lights shall be shall be programmed for "steady burn" operation in compliance with FMVSS No. 108. TURN SIGNAL LIGHTS Two (2) Whelen series 600 LED amber arrow turn lights, model 6OA0OTAR, shall be vertically mounted, at the rear of the apparatus, one on each side. The turn signals shall have a "sweep" pattern. BACK UP LIGHTS Two (2) Whelen series 600 LED clear back up lights, model 6000OWCR maximum intensity, shall be vertically mounted, at the rear of the apparatus, one on each side. REAR LIGHT BEZELS Four (4) pair of Whelen #6E Flange chrome plated bezels shall be provided for the 600 series rear stop, turn, backup and warning lights the rear light cluster from top to bottom to be: Directional, Stop/Tail, Backup, and Warning. CAB STEP LIGHTS 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 36. 1 1 1 1 1 1 1 1 1 1 1 Four (4) TecNiq Eon LED step lights LED step lights shall be provided, one (1) at each cab entrance door. BODY STEP LIGHTS Four (4) TecNiq Eon LED step lights with a chrome flange shall be surface mounted, one (1) on each side of the rear step area to illuminate the rear step and one (1) on each side on the forward face of the side compartments. GROUND LIGHTS CAB Four (4) weatherproof TecNiq E10 LED ground lights shall be provided underneath the cab, per NFPA requirements. GROUND LIGHTS PUMP ENCLOSURE Two (2) weatherproof TecNiq E10 LED ground lights shall be provided underneath the pump enclosure, one each side, per NFPA requirements. GROUND LIGHTS BODY Four (4) weatherproof TecNiq E10 LED ground lights shall be provided underneath the body, per NFPA requirements. STEP / GROUND LIGHT ACTIVATION The cab step and ground lights shall activate when the parking brakes are applied and the marker lights are on and/or with each respective cab door open switch. All step lights and ground lights on the body shall be wired to activate when the parking brakes are applied and the marker lights are on. ENGINE COMPARTMENT WORK LIGHT One (1) LED engine compartment work light with integral switch shall be provided. The light shall activated by the engine compartment access door switch, providing illumination of fluid dipsticks. PUMP MODULE WORK LIGHTS Two (2) LED pump module work lights with integral switch shall be installed, one (1) on the left hand side and one (1) on the right side hand side of the pump module. INTERIOR CAB DOME LIGHTS — LED Four (4) Weldon 8080-7000-13 red/clear LED lights with push button shall be mounted in the cab ceiling. Two (2) in front (driver & officer) and two (2) in the crew cab. INTERIOR CAB DOME LIGHT ACTIVATION The white portion of all four (4) -cab interior dome lights shall be activated by automatic door switches when any one of the four cab doors is opened. The red portion of the each dome light shall be activated by a push button switch on the light. MAP LIGHT A Sunnex LED cab map light with adjustable head and integral switch will be provided. The final mounting location of the light will be determined at the pre -construction conference. GOLIGHT SPOTLIGHT A Golight Stryker model tt 30214 LED spotlight shall be mounted on the cab roof centered aft of light 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL INDIANA PAGE 37. BIDDER COMPLIES YES NO bar on an ATP bracket. The GOLIGHT shall be controlled by a hard -wired remote mounted in the overhead console above the officer's seat. The final mounting location and height of the GOLIGHT and the location of the control switch shall be determined at the pre -construction conference. BIDDER COMPLIES YES NO V COMPARTMENT LIGHTS - (2) LED STRIP The seven (7) body compartment(s) shall have a ROM LED lighting strip installed on both sides of the door. The lighting strips shall be mounted vertically along both sides of the door framing in all specified body compartments. The lighting strips shall be shock resistant and feature true parallel wiring with special long -life, bright LED lights. The lights shall be installed in rigid aluminum tracks, .�.erce- with Lexan clear lens for quick and easy installation. A switch, installed in the doorframe, shall be used A� e to activate the lights. I° _„ 41 LIGHTBAR WITH OPTICOM A Whelen model #FN72QLED 72" Freedom LED lightbar shall be provided on the cab roof. The lightbar shall consist of four (4) 4" x 3" linear LED forward facing, two (2) front corner linear LEDs, one (1) in each corner, and two (2) linear LED located at the ends of the light bar, one (1) facing each side. All lights shall be red, except for two (2) on the front of the lightbar, which shall be clear. These clear lights shall be located one each side near the corner LED. Two (2) additional Whelen 4" x 3", linear, red LED, integral light heads will be provided and installed in the lightbar. These additional light heads will be located in the normally unused positions outboard of the forward facing clear LED's. These lights will be wired to activate and flash with the balance of the red LED light heads in the lightbar. V A 3M "Opticom" Priority Control System emitter assembly shall be installed in the center section on the front of the lightbar. The Opticom shall provide intersection control for quick response and reduced ✓ risk of accidents. The flash rate will be provided by the Purchaser to be compatible with existing "Opticom" equipped traffic signals. The "Opticom" emitter will be wired to automatically shut-off in the "Blocking Right of Way" mode (i.e., when the apparatus parking brake is engaged.) The lens color shall be clear. MINI LIGHTBARS Two (2) Whelen model FNMINI Freedom LED 24" light bars shall be provided and installed on the cab roof forward of the visa cab roof, facing outward to the sides. Each light bar shall consist of three (3) 4" x 3" linear red LED light heads, two (2) angled linear LED light heads, located one (1) in each of the outboard corners and one (1) LED located in the center of the bar side facing. The lens color shall be clear. WARNING LIGHTS — UPPER REAR One (1) Whelen Micro Edge MCFLED2R red Super -LED warning light shall be mounted on the left (driver's) side of the upper rear body. L/ One (1) Whelen Micro Edge MCFLED2A amber Super -LED warning light shall be mounted on the right L/ (officer's) side of the upper rear body. Each light shall consist of two (2) linear -Super LED light heads with a built-in flasher, and shall be furnished with a clear dome/lens. 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 38. d I1 I 1 1 1 I, 1 LOWER WARNING LIGHTS - RED Seven (7) Whelen model 60R02FCR red linear Super -LED warning light(s) with chrome plated flange(s) shall be installed on the apparatus as directed by the fire department. Location of the red perimeter warning lights shall be: • Two (2) on the front of the cab, one (1) each side, in the dual light bezels, inboard of the turn signals; • Two (2) on the sides of the front bumper extension, one (1) each side, facing to the side of the unit; • Two (2) on the sides of the pump module, one (1) each side; • One (1) on the right (officer's) side of the rear body, below the stop/tail, turn, and back-up light clusters. The lens color shall be clear. LOWER WARNING LIGHTS - AMBER Five (5) Whelen model 60A02FCR amber linear Super -LED warning light(s) with chrome plated flange(s) shall be installed on the apparatus as directed by the fire department. Location of the amber perimeter warning lights shall be: • Two (2) on the sides of the cab, one (1) each side, above the front wheels, rearward of the axle centerline; • Two (2) on the sides of the body, one (1) each side, in the rear wheelwell area, rearward of the axle centerline; • One (1) on the left (driver's) side of the rear body, below the stop/tail, turn, and back-up light clusters. The lens color shall be clear. AUTOMOTIVE HORN One (1) automotive electric horn controlled by the steering wheel horn button shall be provided. BACKUP ALARM One (1) backup alarm shall be provided and activated when the vehicle transmission is placed in reverse. Alarm output shall be a minimum of 97 DBA. AIR HORN WITH SWITCH Two (2) Grover 1510 chrome air horns shall be recess mounted in the left (driver's) side of front bumper. A pressure protection valve shall be installed in-line to prevent a total loss of air from the vehicle air brake system. An air/electric horn selector switch shall be provided which will allow either the electric or air horn to be actuated by the horn button on the steering wheel. The Air/Elec. Horn" Selector Switch shall be located in the switch panel to the right of the driver. OFFICERS SIDE AIR HORN SWITCH A momentary rocker switch shall be installed in a convenient location on the officer's side of the cab 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 39. BIDDER COMPLIES YES NO dash or engine cover to operate air horn(s). Final location of the swich will be determined at the pre - construction conferance FIRE BELL A 12" chrome plated fire bell with an eagle on the top shall be provided and installed on the right front corner of the cab cowl. A pull cord extending through the front cab skin that is accessible to the officer shall ring it. A guide for the cord in the cab face shall be chrome plated polished casting or a polished stainless steel machine formed escutcheon to pull easy without damaging the cord. The section of the cab cowl where the bell is hung shall be thoroughly reinforced to prevent any distortion or flexing of the cab skin caused by the weight of the bell. WHELEN SIREN A Whelen model 295SLSC1 electronic siren shall be provided. The siren shall be a full function model with 17 Scan -Lock tones, selectable output of 100 or 200 watts, and a plug-in microphone. SIREN SPEAKERS} Two (2) Federal Model ES100 compact 100 -watt speaker(s) shall be provided and recess mounted in the front bumper. The speaker opening is in the bumper shall be covered with a Federal "Electric F" grille. MECHANICAL SIREN A Federal Model Q213 siren with chrome -plated housing shall be mounted on the left (driver's) side of the front bumper extension. The front bumper shall be reinforced to support the weight of the Q2B siren. The Q2B siren will be wired such that the siren will not activate without the emergency warning light master switch being in the "On" position. A ground wire of sufficient size to handle the amp load of the siren shall be run from the Q2B siren back to the frame of the truck to ensure a proper ground for the siren. MECHANICAL SIREN ACTIVATION The Q2B shall be activated on the driver's side by one (1) Linemaster #632-S foot switch located on driver's side cab floor. A momentary push button properly labeled shall be provided on the right (officer's) side of the dash, within easy reach, to activate the mechanical siren. MECHANICAL SIREN BRAKE BUTTON There shall be a properly labeled siren brake control installed at the driver's lower switch panel. An additional siren brake button properly labeled shall be provided on the right side of the cab dash to allow easy access for the officer. PUMP MODULE TOP MOUNT OPERATORS STAND A 54 -inch wide top mount operator's stand (pump compartment) shall be furnished with flex joints between it and the walkway body to allow for chassis frame twist without putting undue stress on these components. (No exception to this requirement). The pump compartment substructure shall be fabricated of steel. The pump compartment shall also 150302 CITY OF CARMEL FIRE DEPARTMENT- CARMEL,_ INDIANA PAGE 40. BIDDER COMPLIES YES NO I V V t/ V V i 1 1 1 1 1 1 1 1 1 1 I I 1 I I 1 I 1 1 I I support the side running boards. The entire pump compartment, including pump and plumbing, shall be removable from the vehicle in one complete unit. Removable full height and width stainless steel side panels shall be provided on both sides of the operators stand. Side panels shall held in place with flush style lift and turn fasteners for quick removal. Two (2) 8" knurled grab rails shall be provided on the right and left hand side walkway and pump panel areas. PUMP MODULE MOUNTING BRACKET A set of mounting brackets shall be used to mount the pump enclosure and the water pump as one complete module to the apparatus chassis. This system shall be mounted at four points to the chassis frame and shall incorporate flexible isolators to absorb stresses from chassis twisting and vibrations. CONTROL PANEL All pump controls and gauges shall be properly marked and located at top of the operators stand. All gauges and controls shall be mounted on stainless steel panels with color -coded identification of discharge controls and gauges. The side panels on both sides are to be brushed stainless steel and easily removable. The master gauge panel shall tilt forward to provide easy accessibility to gauges and plumping. Polished stainless steel trim collars shall be installed around all suction inlets and discharge outlets. Discharge controls are to have stainless steel levers (minimum of 1/2" diameter). The following controls and gauges shall be located on the control panel for convenient operation: • All discharge controls • Vernier electronic engine throttle or governor if applicable • Pump pressure control • Primer control • Tank fill control • Tank to pump control • TFT Intake Valve Controls • Master Pressure gauge and test tap • Master Vacuum gauge and test tap • 1/4" NPT Allen head pressure and vacuum test plugs • Stop engine/check engine warning lights and audible alarm • Auxiliary cooler control • Individual pressure gauges • Water level indicator OPEN BIN A recessed, open top storage area shall be provided atop the pump enclosure, behind the control panel. This open bin area shall measure approx. 25"L (front to back) x 71"W (side to side) x 14"D. The outboard, side -facing panels shall be vented as necessary to accommodate the herein specified A.C. generator. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL INDIANA PAGE 41. BIDDER COMPLIES YES NO PUMP ENCLOSURE EXTERIOR FINISH Pump panels and inspection doors, on both sides of vehicle and including the forward face of the top mounted gauge and control panel, shall be coated with "Black" Line -X, or a similar material, which has a high resistance to abrasion and tearing. TOP MOUNT WALKWAY An aluminum treadplate walkway shall be provided between the cab and the operators stand. The walkway area shall consist of 23" of aluminum treadplate and a 1" gap between the walkway and the operator stand. The walkway shall be illuminated by Three (3) TecNiq Eon LED lights surface mounted on the front of the operator's stand. The lights shall be activated by the running lights in conjunction with the parking brakes. WALKWAY COMPARTMENTS One (1) enclosed compartment shall be provided on each side below the walkway, to rear of cab. The compartment shall be approximately 19" wide x 13" high x 18" deep. Compartment door shall be double pan, aluminum treadplate with "D" ring handle and Eberhard 206 lock. One (1) Weldon 2631-0000-30 LED light shall be provided for each walkway compartment. The light V shall be wired to illuminate automatically when the compartment door is opened. BIDDER COMPLIES YES NO ji t/ LEFT AND RIGHT SIDE RUNNING BOARDS The running boards shall be made of 3/16" aluminum tread plate. Two (2) supports shall extend from the pump enclosure framing to securely support the running board. The outer edges of the running boards shall be double flanged, i.e. formed down and in. The running board shall not be fastened to supports "hung" from the chassis frame. An air space shall be provided between the aluminum running board, the body, and the pump enclosure to prevent moisture and debris from being trapped between these components. PUMP PANEL LABELS The labeling of the pump panel shall be per NFPA guidelines. The specific color and verbiage of all v" pump panel labeling shall be spelled out for the manufacture at the pre -construction conference. PUMP PANEL LIGHTS The top pump control panel shall have five (5) TecNiq E10 LED lights located beneath a full-length polished stainless steel shield to illuminate the pump panel controls and gauges. Each side pump panel shall have Two (2) LED lights located beneath a full length polished stainless steel shield above the pump inlets and outlets. CENTER PUMP PANEL LIGHT ACTIVATION The center light on the top control panel of the operator stand shall be activated when the pump is engaged. PUMP PANEL LIGHT SWITCH A switch on the pump panel shall activate the pump panel lights not already activated by the pump engagement. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL INDIANA PAGE 42. I I 1 I 1 1 I a II I I BIDDER COMPLIES YES NO RADIO / MICROPHONE COMPARTMENT A radio speaker/ microphone storage compartment shall be provided at the pump operator's control panel. A brushed stainless steel, vertically hinged door with speaker grille and compression type latch shall be provided. The speaker grill shall allow the radio speaker installed in the compartment to be heard with the compartment door closed. The compartment dimensions and configuration mounting location shall be determined at the Pre- t/ Construction Conference. SPEEDLAY HOSEBEDS Three (3) speedlays shall be located in the compartment. The top two speedlays shall each have the capacity to carry a minimum of 200 feet of pre -connected 1.75" double -jacketed hose. The bottom I/ speedlays shall have the capacity to carry a minimum of 200 feet of pre -connected 2.5" double - jacketed hose. The interior of all hose beds shall be smooth and free from all sharp projections, which might damage hose. Full body width horizontal openings, approximately 4.5" high, shall be placed in the forward vertical face of the tunnel compartment to allow hose to be loaded in these cross body hose beds. These openings shall be accessible from the cross body walkway. Front face of the tunnel compartment shall be covered with aluminum treadplate. SPEEDLAY TRAYS Each speedlay tray shall have a removable aluminum or poly tray capable of holding the amount of hose specified. SPEEDLAY END FLAPS A vinyl cover shall be provided for each end of the speedlay hose beds. The covers shall be made of 16 oz. per square yard polyester coated with a urethane top coat (vinyl). The covers for the speedlay ends shall be permanently attached on the top and have shock cord attachments at the bottom. These covers shall secure the hose from unintentional hose deployment while the vehicle is underway. The type and arrangement of the speedlay end flap attachment shall be approval at the pre - construction conference. HALE PUMP The pump shall be a Class "A" Midship Hale 1500 GPM Single Stage Model QMAX Centrifugal Fire Pump and be tested at the manufacturer's facility and certified by an independent organization. The pump shall deliver the percentage of rated capacity at the pressures listed below. • 100% of rated capacity at 150 PSI net pump pressure • 70% of rated capacity at 200 PSI net pump pressure • 50% of rated capacity at 250 PSI net pump pressure When dry, the pump shall be capable of taking suction and discharging water with a lift of 10 feet in not more than 30 seconds through 20 feet of suction hose of appropriate size. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 43. V BIDDER COMPLIES YES NO The entire pump shall be cast, manufactured, and tested at the pump manufacturer's factory. The pump shall be driven by a driveline from the truck transmission. The engine shall provide sufficient horsepower and RPM to enable pump to meet and exceed its rated performance. The entire pump, both suction and discharge passages, shall be hydrostatically tested to a pressure of 600 PSI. The pump shall be fully tested at the pump manufacturer's factory to the performance requirements as outlined by the latest NFPA Pamphlet No. 1901. Pump shall be free from objectionable pulsation and vibration. The pump body and related parts shall be of fine grain alloy cast iron with a minimum tensile strength of 30,000 PSI. All moving parts in contact with water shall be of high quality bronze or stainless steel. Pumps utilizing castings made of lower tensile strength cast iron are not acceptable. Pump body shall be horizontally split, on a single plane, in two sections for easy removal of the entire impeller assembly, including wear rings and bearings, from beneath the pump without disturbing piping or the mounting of the pump in chassis. The pump body shall extend as one piece across the truck chassis from side mounting to side mounting and incorporate the discharge manifolding system with a minimum of (2) 4" ports and (7) 3" ports. The pump shall have one double suction impeller. The pump body shall have two opposed discharge volute cutwaters to eliminate radial unbalance (no exceptions). Pump shaft to be rigidly supported by three bearings for minimum deflection. One high lead bronze sleeve bearing is to be located immediately adjacent to the impeller (on side opposite the gearbox). The sleeve bearing is to be lubricated by a force-fed, automatic oil lubricated design, pressure balanced to exclude foreign material (no exceptions). The gearbox bearings shall be heavy-duty, deep groove, ball type that are splash lubricated. Pump impeller shall be made of hard, fine grain, bronze with a mixed flow design that is accurately machined and individually balanced. The vanes of the impeller intake eyes shall be of sufficient size and design to provide ample reserve capacity utilizing minimum horsepower. Impeller clearance rings shall be bronze, easily renewable without replacing impeller or pump volute body, and of wraparound double labyrinth design for maximum efficiency (no exceptions). The pump shaft shall be heat-treated in an electric furnace and made of corrosion resistant stainless steel. Pump shaft shall be protected from damage with a double lip oil seal to keep road dirt and water out of gearbox. The gearbox shall be of sufficient size to withstand up to 16,000 lbs. ft. of torque of the engine. The drive unit shall be designed to have ample lubrication reserve and to maintain the proper operating oil temperature. The gearbox drive shafts (both input and output) shall be heat-treated chrome nickel steel and be at least 2.75 inches in diameter. All gears, both drive and pump, shall be of highest quality electric ✓ furnace chrome nickel steel. Bores shall be ground to size and teeth integrated and hardened, to obtain an extremely accurate gear for long life, quiet running, and higher load carrying capability. Spur design shall be provided to eliminate all possible end thrust (no exceptions). 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 44. 1 i 1 1 1 1 1 1 I I I1 BIDDER COMPLIES YES NO There shall be two (2) copies of the pump operation and maintenance manuals provided. 1/ HALE MECHANICAL PUMP SEAL A Hale mechanical pump seal shall be provided in place of pump packing's. The mechanical seal shall be spring loaded, maintenance free and self-adjusting. INTAKE PRESSURE RELIEF VALVE A 2-1/2" Elkhart#40 intake relief valve shall be permanently installed to the pump intake manifold. It shall have minimum pressure adjustment of75 to 250 PSIG. The surplus water shall be plumbed to the underside of the truck away from the operator. PUMP SHIFT / An air operated shift system shall be provided that allows the shift arm position to be changed by 1/ means of an in -cab mounted switch. It shall engage either the pump drive gear or the truck drive shaft gear. A three -position positive lock air shift shall be provided. PUMP ENGAGEMENT INDICATOR LIGHTS One (1) green indicator light shall be installed in the driving compartment adjacent to the pump shift control and labeled "OK to Pump". A second green indicator light shall be provided on the pump ✓ operator's panel just above the throttle control and labeled "OK to Pump". These two (2) lights shall be energized when the pump shift has been completed, the chassis transmission is engaged in pump gear, and the parking brake is applied. PUMP PRIMING SYSTEM The pump primer shall be a Hale model ESP (Environmentally Safe Priming) positive displacement, vane type, and 12 -volt electric motor driven. PRIMING VALVE Priming valve shall be the Hale Model PVG. The Priming valve shall be operated by a "T" handle control L/ on the pump panel. Pulling the handle shall automatically open the priming valve and activate the primer motor. AUXILIARY COOLING SYSTEM A supplementary heat exchange cooling system shall be installed to permit use of water from the , / discharge side of the fire pump to reduce the temperature of the antifreeze solution circulating v through the engine cooling system. HALE PUMP WARRANTY - PARTS AND LABOR The pump shall be warranted by Hale Products Inc. to the original buyer that the pump is free from / defects in material and workmanship. The standard Hale "High -5 Performance" Warranty covers parts ✓ and labor for two (2) years or 2000 hours usage, whichever occurs first. Furthermore, the warranty covers parts only for an additional three (3) years or 5000 hours total usage. The "Warranty Period" commences on the date the original buyer takes delivery of the apparatus. For further details, refer to the enclosed warranty documents. PUMP ANTI -CORROSION SYSTEM An anti -corrosion system shall be installed to prevent galvanic corrosion within the pump. It shall consist of two (2) sacrificial zinc anodes. One shall be installed on each of the 6" main inlets. Anodes 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL INDIANA PAGE 45. shall be easily removable for inspection and replacement. TRANSMISSION LOCK UP The direct gear transmission lockup for the fire pump operation shall engage automatically when the pump shift control in the cab is activated. MASTER DRAIN - FIRE PUMP A master drain valve shall be provided and installed. The drain assembly shall be constructed of brass and stainless steel with individually sealed ports for low point drainage of the fire pump and auxiliary devices. PUMP PIPING - HYDROTESTED STAINLESS STEEL AND HIGH PRESSURE HOSE All suction and discharge lines shall use schedule 10 stainless steel pipe or heavy-duty pressure/vacuum hose with stainless steel end fittings. Sweat soldered copper tubing is not acceptable. Where vibration or chassis flexing may damage or loosen piping, the pipe shall be equipped with Victaulic or rubber couplings. All discharge and gated inlet lines to drain through individual drain valves. All individual drain lines are to be extended to drain below chassis frame. All threaded fittings shall be sealed with a heavy-duty Teflon anaerobic pipe sealant. It shall be in a liquid form with a consistency similar to grease. Teflon tape shall not be acceptable. It shall be designed to prevent corrosion between the mating surfaces and to allow for easy disassembly of the joints if necessary. Permabond shall manufacture with a trade name of Perma-lok. All water carrying pressure gauge lines are to be of flexible polypropylene tubing to prevent breakage from vibration. All suction inlets and discharge outlets shall be equipped with National Standard Threads (NST). The entire pump and plumbing system shall be hydrostatic tested up to 250 psi by the manufacturer. The test shall be third party witnessed and shall comply with the requirements of Section 16.13.8 of NFPA 1901, current edition. DRAINS A Class One .75" quarter turn ball drain or bleed off valve shall be provided for each gated hydrant inlet or discharge outlet. The drain valves shall be recessed behind the panel with the control handle extending through it. They shall be located along the bottom of the side pump panels in a single horizontal row. The drain controls shall be properly labeled. The water discharged from the drain lines shall be routed so it is exhausted below the chassis frame rails. TANK TO PUMP LINE A 3" full flow tank to pump valve shall be installed between the water tank and the pump. The valve shall be a quarter turn ball type, drop out design and be constructed of bronze. The control handle shall be chrome locking type lever installed on the top mount pump control panel. A check valve shall be installed between the pump and the valve to prevent water from flowing back into the tank. INLET AND OUTLET LEVER CONTROLS Lever type controls shall be provided for all inlet and outlet valves (space permitting). They shall be Class I specially designed for operating valves from a top mounted operator's panel. The handle shall be chrome plated zinc twist lock design with a recessed area for a 2" diameter tag. The mounting extrusions shall have a built-in pump panel hinge that eliminates the need for slots and trim rings on 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 46. BIDDER COMPLIES YES NO V t/ I� V V I 1 I I I 1 I I 1 1 1 1 1 1 1 1 1 I 1 1 1 i 1 1 the pump panel. All controls shall actuate without binding, per the manufacturer's requirements. AKRON VALVES All direct and in-line valves shall be Akron model 8600 or 8800 heavy-duty swing -out brass valves designed for operating pressures to 250 psi. Akron 8000 series valves have a 316 stainless steel ball turning in self-adjusting ball seats and shall create a positive seal to hold pressure or vacuum in both directions without the use of high maintenance o -rings. WARRANTY Akron Brass warranties the 8600 and 8800 heavy-duty valves for a period of ten (10) years after purchase against defects in materials or workmanship. MASTER GAUGES A pair of compound gauges shall be provided for the master Pump Intake and master Pump Discharge gauges. The gauges shall be 4.5" 30-0-600 and be of the liquid filled type to dampen vibration and pulsations. The gauge body and bezel shall be stainless steel construction with black lettering on white faces. The master gauges shall be grouped together on the pump operator's control panel for ease of observation during pump operations, as required by NFPA 1901. PRESSURE GAUGES Nine (9) individual line pressure gauges shall be furnished. The gauge(s) shall be 2.5" in diameter and have a pressure range of 0-400. The gauges shall be of the liquid filled type to dampen vibration and pulsations. The gauge body and bezel shall be stainless steel construction with black lettering on white faces. FLOWMETERS Four (4) Class 1 Flowminders shall be provided. One (1) shall be installed on each designated discharge line to give the pump operator or engineer an indication of actual volume of water (in gallons per minute) being discharged through each line. Each Flowminder system shall consist of: 1. A digital display that shall be weatherproof with super bright digits at least 1/2" high. The display shall be wired to the flow transmitter to show flow. Each Flowminder shall be labeled with color -coded ID tags and located adjacent to the corresponding discharge pressure gauge. 2. A flow transmitter mounted in the discharge line piping between the pump and the discharge outlet. The transmitter shall consist of a weather resistant black anodized housing with brass - wetted parts with a durable paddle wheel. The only part inserted into the water flow path shall be the paddle wheel. 3. A set of weather resistant connectors to connect the digital displays to the flow transmitter and to the apparatus power. 4. Machined mounting hardware to hold the transmitter in the correct position in the discharge line shall be provided and placed in strict accordance with the Class 1 monitoring requirements as stated in the Operation and Instruction Manual. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 47. BIDDER COMPLIES YES NO tz v 5. The flowminder shall be checked and calibrated prior to delivery of the apparatus. The flowminders shall be installed on each of the two (2) 1-3/4" speed lay discharges, the 2-1/2" speed lay, and the officer's side 4"/LDH discharge. PRESSURE GOVERNOR / MONITORING DISPLAY Fire Research Pump Boss series PBA400-A00 pressure governor and monitoring display kit shall be installed. The kit shall include a control module, intake pressure sensor, discharge pressure sensor, and cables. The control module case shall be waterproof and have dimensions not to exceed 6 3/4" high by 4 5/8". The control knob shall be 2" in diameter with no mechanical stops, have a serrated grip, and a red idle push button in the center. It shall not extend more than 1 3/4" from the front of the control module. Inputs for monitored information shall be from a J1939 databus or independent sensors. Outputs for engine control shall be on the J1939 databus or engine specific wiring. The following continuous displays shall be provided: • Engine RPM; shown with four daylight bright LED digits more than 1/2" high • Check engine and stop engine warning LEDs • Engine oil pressure; shown on a dual color (green/red) LED bar graph display • Engine coolant temperature; shown on a dual color (green/red) LED bar graph display • Transmission Temperature: shown on a dual color (green/red) LED bar graph display • Battery voltage; shown on a dual color (green/red) LED bar graph display • Pressure and RPM operating mode LEDs • Pressure / RPM setting; shown on a dot matrix message display • Throttle ready LED. A dot-matrix message display shall show diagnostic and warning messages as they occur. It shall show monitored apparatus information, stored data, and program options when selected by the operator. All LED intensity shall be automatically adjusted for day and night time operation. The program shall store the accumulated operating hours for the pump and engine to be displayed with the push of a button. It shall monitor inputs and support audible and visual warning alarms for the following conditions: • High Battery Voltage • Low Battery Voltage (Engine Off) • Low Battery Voltage (Engine Running) • High Transmission Temperature • Low Engine Oil Pressure • High Engine Coolant Temperature • Out of Water (visual alarm only) • No Engine Response (visual alarm only). The program features shall be accessed via push buttons located on the front of the control module. There shall be a USB port located at the rear of the control module to upload future firmware enhancements. The governor shall operate in two control modes, pressure, and RPM. No discharge pressure or engine RPM variation shall occur when switching between modes. A throttle ready LED shall light when the 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 48. BIDDER COMPLIES YES NO V 1 V V V V V I 1 i 1 I Gi I 1 I interlock signal is recognized. The governor shall start in pressure mode and set the engine RPM to idle. In pressure mode, the governor shall automatically regulate the discharge pressure at the level set by the operator. In RPM mode, the governor shall maintain the engine RPM at the level set by the operator except in the event of a discharge pressure increase. The governor shall limit a discharge pressure increase in RPM mode to a maximum of 30 psi. Other safety features shall include recognition of no water conditions with an automatic programmed response and a push button to return the engine to idle. The pressure governor and monitoring pressure display shall be programmed at installation for a specific engine. BIDDER COMPLIES YES NO v AIR HORN BUTTON A momentary push button switch shall be provided at the top pump panel to activate the air horn(s). WATER TANK LEVEL GAUGE A Fire Research "TankVision" water tank level gauge shall be installed in a well -lit area on the pump / panel. The gauge shall show the volume of water in the tank on nine (9) super bright LEDs. A wide view V lens over the LEDs shall provide for a viewing angle of 180 degrees. Low water warnings shall include flashing LEDs at 1/4 tank, down -chasing LEDs when the tank is almost empty, and an output for an audio alarm. The FRC water tank level gauge utilizes a pressure transducer that mounts on the outside of the tank for sensing water levels. No probes are required for the tank. The lights shall be interlocked with the parking brake to operate only with the parking brake set. PUMP INLETS A 6" pump manifold inlet shall be provided on each side of the vehicle. Removable die cast zinc strainers shall be provided in each side inlet to provide cathodic protection for the pump and thus reduce corrosion in the pump. Each inlet shall extend past the pump panel and shall allow a minimum of 8" clearance to the outside edge of the running board TFT JUMBO BALL INTAKE VALVES - ELECTRIC REMOTE CONTROLLED Two (2) Task Force Tips model AX3ST-NX-RC, Jumbo Ball Intake Valves with electric remote control, shall be provided on the left (driver's) side and the right (officer's) side 6" main pump inlets. Each valve shall include the following features: 5-1/4" diameter waterway, plastic impregnated hard coat anodized body, 250 PSI maximum operating pressure, all components on the wet side of the valve are stainless steel, waterproof electric valve drive with hand wheel manual override, six (6) seconds open or close to meet NFPA slow close requirement, 3/4" air bleeder, adjustable relief valve, and 30 degree 5" Swivel Storz inlet x 6" NST female swivel outlet. A quick connect plug shall be installed on the side pump panel adjacent to the valve position. This shall allow the valve remote control circuit to be easily disconnected, permitting the valve to be quickly removed from the apparatus for service or for the operator's direct access to the threaded main suction inlet connection. A Task Force Tips model AO1ST, 5" Storz blind cap, fabricated of lightweight heat-treated aluminum and equipped with an 18" lanyard with 1/4" eyelet, shall be provided on each valve. 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 49. TFT JUMBO BALL INTAKE VALVES CONTROL A waterproof valve remote control box, with an LED display indicating valve position, shall be installed on the pump operator's control panel for each valve. Each remote control shall be appropriately labeled as to the valve it operates. 2-1/2" HYDRANT INLET One 2-1/2" gated hydrant inlet shall be furnished. The valve shall be recessed behind the left side panel and shall be operated with a locking lever that extends through the left side panel. The valve shall be an Akron model 8600 or 8800 heavy-duty swing -out brass valves designed for operating pressures up to 250 psi. The 2 %" inlet shall terminate with a 2-1/2" NST female swivel adapter and screen. LEFT SIDE AUXILIARY GATED INLET PLUG A 2.5" chrome plated plug and retaining chain shall be provided for the left side 2.5" auxiliary gated inlet. FRONT 5" PUMP INLET The apparatus shall be provided with a 5" front pump inlet. It shall be installed with the hose inlet at the right side corner of the cab front bumper. The inlet shall be constructed of schedule 10 stainless steel piping and shall enter the inlet manifold section of the pump. Galvanized or black iron (steel) pipe is not an acceptable alternative. Connection to the pump shall be via a bolted flange, threaded pipe turned into the manifold will not be acceptable. The front suction shall be a welded fabrication utilizing sweep type welded pipe elbows. Threaded pipe and elbows shall not be used in the design of the front inlet. Piping shall be routed under the cab and over the front axle in the right side wheel well area. It shall be mounted to the chassis frame (not cab or body) with heavy-duty support brackets. The multi -piece assembly shall be connected together with Victaulic couplings. They shall prevent damage to the piping when the chassis frame twists or flexes. In addition, they shall provide a means of disassembly and removal of any individual piping section if necessary because of accident or for easier access to other damaged areas or places requiring special maintenance needs. Front inlet piping shall be removable without having to remove the cab. Total assembly shall be fully engineered, and not a "make on job" fabrication where future replacement parts cannot be ordered from the apparatus builder. Bidder may be required to provide evidence of his ability to supply engineering drawings of the front inlet assembly and its individual parts. FRONT INLET SWIVEL The front inlet shall extend up vertically through the aluminum treadplate gravel pan at the extreme right outer corner of the bumper extension. A polished chrome plated brass 6" NST right angle swivel with screen shall be threaded onto the 5" suction piping. The swivel shall rotate a full 180 degrees in a horizontal plane to allow soft hydrant hose (or hard drafting hose) to easily be attached to it and the hydrant with a minimum of effort and without special care regarding hose or vehicle alignment, i.e. the hose shall self -align itself with little assistance when pressurized by automatically turning the swivel to the optimum position. If drafting, the hose shall be able to be moved to different locations without re- positioning the truck. A lock shall be provided on the swivel to hold it in the travel position. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 50. BIDDER COMPLIES YES N I I Y V V V The front inlet swivel, when in the "in transit" position, shall not block the apparatus headlights or warning lights (from a straight on perspective). HALE MASTER INTAKE VALVE — FRONT SUCTION The front suction inlet will be equipped with a Hale model MIV-E, Master Intake Valve with electric actuator. The full flow butterfly type valve shall be operated by a 12V electric actuator. The control shall be installed on the primary pump operator's panel. A manually operated bleeder vent shall also be provided on that pump panel. A pressure relief valve shall be provided that is factory set to 125 PSI and field adjustable from 75 to 250 PSI. The pressure relief valve shall provide overpressure protection for the suction hose even when the intake valve is closed. The outlet of the pressure relief valve shall have 2-1/2" NST threads to allow directing the discharge flow away from the pump operator's position. A permanent label shall be provided near the outlet that states "Intake Pressure Relief Outlet- Do Not Cap". TANK FILL There shall be a 1-1/2" pump to tank fill line installed with a 1-1/2" inline bronze valve. Valve shall be controlled at the pump panel with a chrome -locking handle. FRONT BUMPER DISCHARGE A 1.5" pre -connect discharge shall be located in the left hand side of the front bumper extension. The discharge shall be plumbed from the pump with 2" plumbing, It shall have a 2" manual full flow quarter turn valve with push/pull control and a pressure gauge. The discharge shall end in a chrome plated 90 -degree swivel elbow. 2-1/2" LEFT SIDE DISCHARGE(S) Two (2) 2 1/2" discharge(s), each with a pump mounted, quarter turn ball valve and pressure gauge shall be located on the left side panel. Each valve shall be capable of being locked or unlocked at the valve from the control panel at any position between open or closed and shall operate freely up to maximum pump discharge pressure. Each valve shall be mounted with the body behind the pump panel and bolted to the discharge manifold of the pump. LEFT SIDE DISCHARGE ADAPTER Two (2) 2.5" FNPT x 2.5" MNST chrome plated adapter(s) shall be provided for the 2.5" left side discharge(s). LEFT SIDE DISCHARGE ELBOW Two (2) 2.5" FNST x 2.5" MNST 45 degree chrome plated elbow(s) shall be provided for the 2.5" left side discharge(s). BIDDER COMPLIES YES NO V 2-1/2" RIGHT SIDE DISCHARGE One (1) 2 1/2" discharge, with a pump mounted quarter turn ball valve quarter turn ball valve and pressure gauge shall be located on the right side panel. The valve shall be capable of being locked or ✓ unlocked at the valve from the control panel at any position between open or closed and shall operate freely up to maximum pump discharge pressure. The valve shall be mounted with the body behind the pump panel and bolted to the discharge manifold of the pump. RIGHT SIDE DISCHARGE ADAPTER One (1) 2.5" FNPT x 2.5" MNST chrome plated adapter shall be provided for the 2.5" right side 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 51. discharge. BIDDER COMPLIES YES NOj RIGHT SIDE DISCHARGE ELBOW One (1) 2.5" FNST x 2.5" MNST45 degree chrome plated elbow shall be provided for the 2.5" right side discharge. I REDUCING ADAPTERS AND CAPS Three (3) Elkhart model #A-327, reducing adapters, 2-1/2 female NST x 1-1/2" male NST, chrome plated, with rocker lugs, will be provided for the 2-1/2" side pump panel discharges. Three (3) Elkhart model #310, 1-1/2" NST hose caps, chrome plated, each with 9" chain and rocker lugs, will be provided for the reducing adapters. 4" RIGHT SIDE DISCHARGE There shall be one (1) 4" discharge to the right side pump panel. The outlet shall be piped from the discharge side of the pump through an Akron 4" electric controlled valve with 4" piping. The valve shall be pump panel controlled. An open/closed indicator light module and pressure gauge shall be provided on the pump panel. RIGHT SIDE DISCHARGE ADAPTER One (1) 4" FNPT x 4" MNST chrome plated adapter(s) shall be provided for the 4" right side discharge(s). RIGHT SIDE DISCHARGE ELBOW One (1) 4" FNST x 5" Storz 30 degree hard anodized aluminum elbow(s) shall be provided for the 4" right side discharge(s). RIGHT SIDE DISCHARGE CAP & CHAIN One (1) 5" Storz cap(s) and retaining chain(s) shall be provided for the right side discharge(s). The Storz cap(s) shall have a hard -anodized finish. 2-1/2" RIGHT REAR PRECONNECT One (1) 2-1/2" discharge for preconnected hose shall be located in the right front of the apparatus hosebed. It shall be plumbed with 2-1/2" pipe and be equipped with a 2-1/2" chrome male NST t/ adapter on the outlet end. The discharge shall be gated with an in-line 2-1/2" drop out type valve with the control mounted on the pump panel. DELUGE RISER A 3" deluge gun riser shall be installed above the pump terminating above and rearward of the top mount pump control panel with National Pipe Thread (NPT). Piping shall be installed securely so no movement develops when the line is charged. The riser shall be gated and controlled at the pump operator panel. The outlet shall be piped from the discharge manifold of the pump through 3" piping and be gated with a 3" in-line valve. The valve shall be the drop out type and incorporate a slow close control feature. The location of the deluge riser shall be determined on the P.E. Drawing and approved by the purchaser at the Pre -construction Conference. TELESCOPING MONITOR PIPE Task Force Tips model # XG18VL-XL Extend -A -Gun manually telescoping waterway shall be installed. 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 52. J I I I i I I i I 1 1 1 1 I I BIDDER COMPLIES YES NO A sensor shall be located on the waterway that signals a 12 -volt indicator light installed in the cab to illuminate to indicate that the monitor is raised. The indicator light shall be installed in the information display located in the cab overhead switch panel area. The aluminum riser shall have a 3" waterway; hardcoat anodized finish and be furnished with a 3" Victaulic inlet and a Task Force Tips Crossfire coupling outlet. The Extend -A -Gun telescoping waterway shall be secured with the appropriately designed TFT bracket set. TASK FORCE TIP MONITOR A Task Force Tips Crossfire XFC-42 Monitor package shall be provided. The package shall include the Crossfire monitor, stream shaper, stacked tips, and portable base. WATER TANK The water tank shall have a capacity of 500 U.S. Gallons. WATER TANK CONSTRUCTION The tank shall be constructed from %2" thick sheet stock material that shall be a non -corrosive stress relieved thermoplastic and U.V. stabilized for maximum protection. The tank shall be of a special configuration and is so designed to be completely independent of the body and compartments. All joints and seams shall be welded and tested for maximum strength and integrity. The top of the tank will be fitted with locations for removable lifting eyes designed with a 3 to 1 safety factor to allow for easy removal. All transverse and longitudinal swash partitions shall be equipped with vent and air holes to permit movement of air and water between compartments. The partitions shall be designed to provide maximum water flow. All swash partitions interlock with one another and are welded to each other as well as to the walls of the tank. FILL TOWER The tank shall have a combination vent and manual fill tower. The fill tower shall be constructed of %2" sheet stock material and shall be a minimum dimension of 8.00" x 8.00" outer perimeter (Standard size to be 12.00" x 12.00"). The fill tower shall be located in the RIGHT front corner of the tank. The tower shall have a '''A" thick removable screen and a hinged -type cover. Inside the fill tower shall be a combination vent overflow pipe. The vent overflow shall be a minimum of schedule 40 polypropylene pipe with a minimum I.D. of 4" that is designed to run through the tank, and shall be piped behind the rear wheels so as to maximize traction. 17 The final location of the fill tower as it relates to the hose bed layout shall be discussed and approved ✓ at the pre -construction conference. COVER The tank cover shall be constructed of %2" thick sheet stock material that is U.V. stabilized. A minimum of two lifting dowels shall be drilled and tapped to accommodate the lifting eyes. SUMP There shall be one (1) sump standard per tank. The sump shall be constructed of %2" thick sheet stock material and be located in the bottom of the tank to the front. On all tanks that require a front 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 53. suction, a 3" schedule 40 polypropylene pipe shall be installed that will incorporate a dip tube from the front of the tank to the sump location. The sump shall have a minimum 3" NPT threaded outlet on the bottom for a drain plug. This shall be used as a combination clean-out and drain. The tank shall have an anti -swirl plate located approximately 2" - 2 Y2" above the sump. OUTLETS There will be two (2) standard tank outlets: one for tank -to -pump suction line which shall be a minimum of 3" coupling; one for a tank fill line, which shall be a minimum of 1" pipe, NPT coupling. All tank fill couplings shall be backed with flow deflectors to break up the stream of water entering the tank, and be capable of withstanding sustained fill rates of up to 1,000 GPM. MOUNTING The tank shall rest on cross members in conjunction with such additional cross -members, spaced at a distance that would not allow for more than 530 square inches of unsupported area under the tank floor. In cases where overall height of the tank exceeds 40 inches, cross -member spacing will be decreased to allow for not more than 400 square inches of unsupported area. The tank will be isolated from the cross members through the use of hard rubber strips with a minimum thickness and width dimension of .250" x 2.00" and a minimum Rockwell Hardness of60 durometer. Additionally, the tank will be supported around the entire bottom outside perimeter and captured both, front and rear as well as side-to-side to prevent the tank from shifting during vehicle operation. Although the tank is designed on a free-floating suspension principle, the tank will have adequate hold down restraints to minimize movement during vehicle operation. If proper retention is not available or incorporated into the apparatus hose floor, an optional mounting restraint system shall be located on top of tank, half way between the front and the rear on each side of the tank. These stops will be constructed of carbon steel having minimum angular dimensions of 3.00" x 3.00" x .250" and shall be approximately 6.00" to 12.00" long. These brackets will incorporate a hard rubber isolating pad with a minimum thickness of .250" affixed on the underside of the angle. The angle will then be bolted to the body sidewalls of the vehicle while extending down to rest on the top outside edge of the upper sidewall of the tank. Internal mounting block design and hose bed floors will be so designed that the floor slat supports extend full width from side wall to side wall and are not permitted to drop off the edge of the tank or in any way come in contact with the individual covers where a puncture could occur. Hose floor loading will support up to 200 lbs. per sq. foot and will be evenly distributed whenever possible. Other equipment such as generators, portable pumps, etc. will not be mounted directly to the tank top. WARRANTY The water tank manufacturer shall provide a limited lifetime warranty. TANK FILL, RIGHT SIDE PUMP PANEL, '4" GHT There shall be an auxiliary 3/4" ball type, quarter turn direct tank fill valve with a 3/4" GHT, swivel female inlet. The valve will be concealed behind the right (officer's) side pump panel, with the rectangular valve control handle extending through the panel. The inlet connection will be located adjacent to the valve. The auxiliary fill line shall be plumbed into the tank fill tower above the water line, elbowed down on the inside to direct the water flow. Cs --;de o F 75; (;) APPARATUS BODY 155" OVERALL BODY LENGTH 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 54. BIDDER r COMPLIES YES NO I r r � r r r i / r V r V ' 1 V 1 1 1 i 1 1 1 1 1 1 1 The overall length of the body shall be approx. 155". The distance from the front exterior edge of the body to the midline of the rear axle shall be approx. 70.5". The body overall width shall be approx. 98" fender to fender. The Bidder shall specify the exact dimensions of the body on the apparatus they are proposing. ALUMINUM BODY CONSTRUCTION The apparatus body and compartments shall be constructed of aluminum. The compartment floors shall be a "sweep out" design with the floor higher than the doorsill. All compartment seams shall be caulked with adhesive/sealant. Each compartment shall be rated for 500 lbs. of equipment storage. False bulkhead panels shall be provided protect all electrical wiring and components when necessary. A bright aluminum tread plate cover shall be installed over the tops of the side compartments. The cover shall not form the compartment top but shall be an overlay. The forward and rearward edges of the cover shall be folded down 1.5" to cap the forward and rearward ends of the side compartment panel. The outside edge of the cover shall be folded down 1.5" to cap the outside of the side compartment panel and shall have a 45 degree outward bend to provide drip protection over any compartment doors which are immediately below the cover. Extruded aluminum drip molding with a bright -anodized finish shall provide drip protection for any compartment doors that are not directly below an aluminum treadplate cover. The forward face of the side compartments and shall be covered with a bright aluminum treadplate overlay. All body components covered with aluminum treadplate overlays shall be coated with an anti -corrosion compound prior to installation. All treadplate shall be secured with stainless steel threaded fasteners. All exposed screw or boltthreads shall be capped with nylon acorn nuts. COMPARTMENT SIZES The Bidder shall specify the exact size of each compartment they are proposing. LEFT SIDE COMPARTMENTS The left side body compartments shall consists of one (1) full height compartment ahead of the rear wheels, one (1) upper compartment above the rear wheels, one (1) full height compartment behind the rear wheels. All compartments shall be full depth rescue style. All compartments shall have hinged doors. The compartment ahead of the rear wheels shall have a usable compartment space of approx. 37.50" wide x 66.25" high x 25.75" deep. This compartment shall have vertically hinged double doors. The upper compartment above the rear wheels shall have a usable compartment space of approx. 63.38" wide x 33.00" high x 25.75" deep. This compartment shall have a horizontally hinged door. BIDDER COMPLIES YES NO r/ V The compartment behind the rear wheels shall have a usable compartment space ofapprox. of47.50" )/ wide x 66.25" high x 25.75" deep. This compartment shall have vertically hinged double doors. RIGHT SIDE COMPARTMENTS The right side body compartments shall consists of one (1) full height compartment ahead of the rear wheels, one (1) upper compartment above the rear wheels, and one (1) full height compartment ✓ behind the rear wheels. All compartments shall be rescue style with half depth on the upper portion to 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 55. accommodate the storage of ground ladders. All compartments shall have hinged doors. The compartment ahead of the rear wheels shall have a usable compartment space of approximately 37.50" wide x 66.25" high. The lower full depth area shall be approx. 25.75" deep and the upper shallow area shall be approx. 11.50" deep. This compartment shall have vertically hinged double doors. BIDDER ' COMPLIES YES NO I I 1 The upper compartment above the rear wheels shall have a usable compartment space shall of approx. V. 63.38" wide x 33.00" high x 11.50" deep. This compartment shall have a horizontally hinged door. The compartment behind the rear wheels shall have an approximately usable compartment space of 47.50" wide x 66.25" high. The lower full depth area shall be approx. 25.75" deep and the upper shallow area shall be approx. 11.50" deep. This compartment shall have vertically hinged double doors. GROUND LADDER STORAGE COMPARTMENT A ground ladder storage compartment/tunnel shall be provided on the right side of the body. The storage compartment shall be enclosed in the upper portion of full depth compartment. The ladder storage area shall be accessible for maintenance or cleaning through removable cover plates inside each upper side compartment that the tunnel passes through. The compartment shall be capable of holding the follow ladders. One (1) Duo -Safety 24 ft. 2 -section aluminum extension ladder, Series 900-A One (1) Duo -Safety 14 ft aluminum roof ladder, Series 775-A One (1) Duo -Safety 10 ft aluminum folding ladder, Series 585-A The ladders shall be stored vertically from the rear of the apparatus through a single vertically hinged aluminum treadplate door with a Circle "D" handle. The ladder storage compartment shall be approximately 12.25" wide x 31" high and shall accommodate ladder -nesting combinations of 11.00" wide x 31.00" high. The ladder storage compartment shall also hold four (4) pike poles mounted in Four (4) aluminum tubes. LADDER SLIDES The ladders shall be stored on individual poly slides to permit easy removal and shall be arranged to allow access and removal of each ladder individually. PIKE POLE TUBES Four (4) aluminum tubes for the storage of pike poles shall be located in the ground ladder storage compartment. The pike pole tubes shall have a mill finish. LADDER BAY LIGHT The ladder bay opening shall be illuminated by one (1) LED light. The light shall be activated by opening the ladder bay door. The door switch shall be integrated into the compartment door -ajar hazard warning system. COMPARTMENT VENTS 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL INDIANA PAGE 56. r/ 1 I I I i I BIDDER COMPLIES YES NO Compartment vents shall be provided to meet the requirements of the current edition of NFPA 1901, V REAR STAINLESS STEEL INNER LINERS Full semi -circular stainless steel inner liners shall be installed in each rear wheel housing. The inner ✓ liners shall be installed with 1/4" stainless steel hex head bolts stainless steel fasteners so they may be removed if necessary. The use of self -tapping sheet metal screws is not acceptable. REAR FENDERETTE Polished stainless steel fenderettes shall be installed on the rear wheel openings. The fenders shall be wide enough to completely cover the outside rear tire and reduce wheel splash up the sides of the body. The fenderette's shall be installed with 1/4" stainless steel hex head bolts There shall be a full width rubber welt placed between the fenderette and body wheel well opening flange. The outside edge of the fenderette, shall be rolled inward to eliminate a sharp edge and prevent injury when cleaning apparatus. The use of self -tapping sheet metal screws is not acceptable. REAR COMPARTMENT One (1) full height, full width compartment shall be provided at the rear of the apparatus above the tailboard. The rear compartment size shall be designed as wide and tall as space allows. The bidder shall specify in the bid the approximately size of the rear compartment. The rear wall of the rear compartment shall have a removable access panel adequately sized to service the fuel tank pickup tube and sending unit without having to remove the tank. The Bidder shall specify the exact size of each compartment on the apparatus they are proposing. t/ REAR SURFACE OF BODY The rear facing body surface between the side compartments shall be covered with smooth aluminum V' in preparation for the installation of reflective chevron striping. Aluminum tread -plate shall cover the side of the rear compartment that faces the step area up to the height of the hose bed floor. The remaining upper inside surface shall be covered with brushed stainless steel. All tread -plate shall be secured with threaded fasteners. All exposed screw or bolt threads shall be capped with acorn nuts. TAILBOARD WITH GRIPSTRUT The tailboard shall be approximately 16" deep from the rear edge to the body face and shall run the full width of the body (98" wide). The tailboard shall be constructed of 3/16" thick aluminum treadplate. The tailboard shall have 2-1/2" deep flanges on the front, rear, and side edges for added strength and 4" 45 -degree miter corners at the rear. There shall be "Gripstrut" insert welded into the center of the tailboard for added safety. The tailboard shall be installed over a heavy-duty steel framework to prevent it from bending and flexing. The tailboard support shall be bolted directly to the chassis frame rails, not the body. All fasteners used to secure the treadplate to the tailboard support shall be 5/16" stainless steel blots 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 57. BIDDER COMPLIES YES NO with countersunk heads so that the heads are flush with the walking surface. There shall be a 1/2" gap between the tailboard and the body to prevent moisture from being trapped. The use of self -tapping sheet metal screws shall not be used to install the aluminum treadplate. L� REAR BODY STEP An 8" deep Bolt on intermediate rear step shall be provided above the rear compartment. The step shall be constructed of 3/16" aluminum tread plate flanged down on the front, rear, and side edges for added strength. There shall be a Gripstrut" insert welded into the rear step for added safety. The step shall extend off the back of the rear compartment 8" and shall be at a minimum the width of the rear compartment opening. REAR BODY STEP LIGHTS Two (2) TecNiq Eon LED step lights with a polished stainless steel flange shall be surface mounted on the rear of the body above the intermediate step. ZOLATONE FINISH - COMPARTMENT INTERIOR Each compartment interior shall be finished with gray Zolatone type paint. CLEAR COAT FINISH - COMPARTMENT INTERIORS The inside of the compartments shall be clear coated. TURTLE TILE PLASTIC MATTING Turtle Tile matting material will be provided for all standard equipment compartment floors, shelves, and trays. The material will be 100% recycled PVC plastic, color and tensile strength will not be affected by heat, cold, or sunlight, resistant to oils, solvents, acids, etc., flame resistant. Standard tiles will measure 12" x 12" x 3/4" and will interlock with each other. Color: Black. TURTLE TILE EDGE RAMPS Tapered edge ramps will be provided along the outer ledge of the Turtle Tiles on the sweep -out compartment floors for a "finished" appearance. This will be the same material and have the same features as the square tiles. Color: Black. HOSE LOAD Hosebed layout, left to right, to be as follows: 600' of 3" - Split -Loaded in two (2) stacks 1,200' of 5" 150' of 1.75" over 200' of 3" - Preconnected to right side hose bed discharge The final layout of the hose load shall be discussed and approved at the pre -construction conference. HOSESED The hosebed shall be a minimum of 70" wide and shall be thoroughly reinforced at the corners. Removable aluminum grating shall be installed in the bottom of the hosebed to provide ventilation. The grating slats shall have a corrugated or ribbed surface to help drain and dry the hose. The interior of the hosebed body shall be smooth and free from all sharp projections that might damage the hose. The shape of the hosebed for a rescue pumper body shall be T-shaped when the tank is shorter than the height of the body sides. The upper portion shall be approximately 70" wide between the risers. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 58. I I I 1 I I I I 1kit The bottom portion of the hosebed between the compartments shall be approximately 42" wide. The bidder shall specify on the bid the estimated height of the hose bed off of the rear tailboard. The final height of the hose bed off of the tailboard shall be discussed and approved at the pre - construction conference. DA FINISHED HOSEBED The interior of the hose bed shall be "DA" finished only, no paint shall be provided. HOSEBED DIVIDERS Three (3) smooth aluminum hosebed divider(s) with a DA'd finish shall be provided to separate the individual hose loads. The divider shall be constructed of .1875" aluminum sheet welded to a T-shaped extruded foot that runs the full length of the partition. The divider(s) shall be fully adjustable by providing slide tracks at the front and rear of the hosebed. The divider shall be held in place by two (2) 5/16" tapered bolts at each end of the partition. The mounting bolts shall turn into threaded slide blocks located in the track. Holes in the T-shaped foot shall be countersunk so the bolt head is flush with the surrounding surface and will not damage the hose. The center and right hose bed divider height shall allow adjustment of the divider under the backboard storage compartment. HOSEBED DIVIDER REINFORCEMENT A 1.25" round aluminum extrusion slotted on the bottom to fit over the top and rear edge of the partition shall be provided on each hosebed divider. The extrusion shall be beveled at the corner and welded in place to reinforce the partition. This option is required for partitions with excessive length or height. HOSEBED COVER A heavy-duty cover shall be provided for the hose bed. This cover shall secure the hose from unintentional hose deployment while the vehicle is underway. The cover shall be constructed of 22 oz. per square yard "Hypalon". The cover shall be overlap the sides and the front of the hose bed by 1 A". The hose bed cover shall be attached at the front and sides with shock cord attachments for easy removal. The hose bed cover end flap shall be secured with seat belt type buckles for easy release. The hose bed cover shall be black in color. The type and arrangement of the hose bed cover attachments shall be approval at the pre- construction conference. BIDDER COMPLIES YES NO /✓ v V HINGED COMPARTMENT DOORS The side compartment doors, unless otherwise specified, shall be lap type, double panel construction outer and inner panels. The doors shall be weather stripped with an automotive bulb type extruded rubber inner seal. A second outer seal of closed cell rubber shall be placed on the lap edge of the door to prevent damage to the paint finish. Outer seal shall have corrugated surface to prevent sticking. The doors shall be mounted on highly polished stainless steel piano hinges with a pin diameterof.25". Isolation tape shall be installed between the door hinge and door jam. Stainless steel "D" ring handles shall be provided on all compartment doors. The free door of a double 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 59. door set-up shall have an (2) latches top and bottom with a single handle located inside the door. A rubber gasket shall be provided between the "D" ring handle and the door. Vertically hinged doors shall be equipped with spring type door checks that hold the doors in the open and closed position. Horizontally hinged doors shall be held in the opened position with gas cylinder type stays. Switches for automatic compartment light operation shall be installed in the door hinge area. BRUSHED STAINLESS COMPARTMENT DOOR LINERS Brushed stainless steel overlay shall be provided on the inside of each compartment door to protect the painted finish and to cover inside door hardware. ROLL UP COMPARTMENT DOORS The compartment door on the rear of the apparatus shall be a R.O.M. Robinson shutter roll -up type door. The latch system shall be a full width, one piece, lift bar, enabling operation with one hand. A magnetic door ajar and compartment light system shall be provided. The manufacturer's standard doorframe design may be altered or modified to accommodate the roll -up doors. The rear compartment roll -up door shall be provided with a natural anodized aluminum finish. REMOVABLE PROTECTIVE SHIELD A removable 18 gauge brushed stainless steel protective shield shall be provided and installed in the ✓ upper portion of the rear compartment to protect the rollup door when in the open position. COMPARTMENT DOOR SILL PROTECTORS Seven (7) brushed stainless steel sill protectors, approximately .50" wide, shall be provided on the body compartment doorsills to protect the painted finish. ADJUSTABLE SHELVES Ten (10) adjustable shelf or shelves (with open corners) made from 3/16" smooth aluminum sheet metal shall be provided. Each shelf shall be supported by four (4) angles bolted to "alumastrut" tracks. Shelves shall be located as follows: • Two (2) in left (driver's) side forward compartment, • One (1) in left (driver's) side wheel well compartment ` / • Two (2) in left (driver's) side rearward compartment ��// • Two (2) in the right (officer's) side forward compartment, one (1) in the lower portion and one (1) in the upper portion ✓ • Two (2) in the right (officer's) side reward compartment, one (1) in the lower portion and one (1) in the upper portion • One (1) in rear compartment The 10 (10) adjustable shelf(s) shall have a DA finish on the outside edge of the shelf Vt ROLLOUT TRAY One (1) floor -mounted rollout tray located in the rear step compartment constructed of 0.188" aluminum shall be provided. The tray shall have edges on all four sides for added strength and be mounted on heavy-duty roller able to support a 500 lbs. load. The slide shall extend 100% of the tray 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 60. BIDDER COMPLIES YES NO V tar V 1 I 1 1 1 1 V/ Sj 1 /1 1 1 1 1 V J 1 1 1 1 I 1 1 ilio 1 t 1 1 1 1 1 1 I length and shall be bolted to the compartment floor. The tray shall be held in the extended or stowed position by a spring lock mechanism with push-pull knob release. The rollout tray shall have a DA finish applied to the outside edge of the tray. The tray shall be sized to accommodate a Purchaser's supplied 24" Super Vac, electric PPV fan. AIR BOTTLE COMPARTMENTS There shall be four (4) double air bottle enclosures to accommodate eight (8) Scott 30 minute 4500 PSI air bottles. The four (4) double air bottle compartments shall be located, one each side in front of the rear wheels and one each side behind the rear wheels. The bottom half of each compartment shall be lined with a ribbed rubber matting to prevent damage to the bottles and there shall be a rubber pad provided on the rear wall to also prevent bottle damage. Each double compartment shall have a singlewide opening with a raised center divider to prevent the bottles from rolling together. AIR BOTTLE COMPARTMENT DOOR The compartment doors shall be constructed of 14 gauge brushed stainless steel secured by a full- length stainless steel hinge and a chrome finish lift and turn lock. BODY STEPS There shall be a total of ten (10) large chrome -folding steps on the body positioned as follows. Three (3) on the front of the body on the driver's side. Three (3) on the front of the body on the officer's side 1/ Three (3) on the rear of the body on the driver's side One (1) on the rear of the body on the officer's side below the ladder compartment The folding steps shall be a minimum of 42 square inches of serrated non-skid surface per step. Each step shall be tested to withstand a minimum of 2000 pounds of static load. Heavy-duty stainless steel springs shall be incorporated in the hinge to hold the step in either the open or closed positions. The chrome folding steps on the body shall be in sufficient quantities, to meet NFPA regulations for the height of the body and tank chosen. FOLDING STEP SCUFFPLATES Four (4) stainless steel scuff plate shall be provided. One (1) for each folding steps located on the rear of the body to prevent damage to the Chevron striping 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 61. BIDDER COMPLIES YES NO V V i� BODY HANDRAILS Handrails to be 1-1/4" diameter extruded, knurled, aluminum with a bright -anodized finish. All handrail stanchions shall be chrome plated. They shall be bolted to the body with 1/4" stainless steel hex head bolts. Stanchions shall have a rubberized gasket placed between them and the body surface they are mounted on. A drain hole shall be provided in each bottom stanchion. Handrails shall be installed as follows: One (1) handrail, a minimum of 30" long, shall be provided and installed on each rear beavertail or body side. Each handrail shall be located so as to provide a 3 -point stance while climbing onto and off the rear step. One (1) full -width intermediate handrail shall be installed below the hose bed. Two (2) 8" knurled grab rails shall be provided at the front of the body on top of the compartment, one on each side. Additional handrails may be required to ensure compliance with NFPA 1901 requirements for 3 -point contact for access and egress. RUB RAIL - BODY SIDES Brushed stainless steel rub rails shall be provided along the lower portion of the body, beneath the compartment doors, on each side to prevent damage to the body and finish. "HOT SHIFT" PTO A "hot shift" PTO shall be provided. The "hot shift" shall allow the hydraulic generator to be shifted into use or turned off while the apparatus is in motion or in a pumping mode. HYDRAULIC GENERATOR A Harrison 10.0 kW hydraulic generator system shall be provided installed on the apparatus in the storage area above the pump house. The system shall be capable of producing the nominal output power of 10.0 kW, 120V/240V, single phase, 60 Hz. The generator shall be installed per the manufacturer recommendations and shall be capable of supplying full power during all engine speeds or operation modes. The generator shall be placed in a tray frame assembly, which affords protection to the components and provides a unitized mounting module containing the motor/generator, reservoir, oil cooler, and filtration system. The reservoir shall include an oil level gauge, oil temperature gauge, fill cap, fill strainer, and a boost unit to provide a positive pressure to the pump suction port. The reservoir shall be equipped with a remote drain and valve below the framerails. There shall be a generator enable switch installed on the cab dash within easy reach of the driver while seated. A display meter shall simultaneously display system voltage, frequency, and amperage in each of the two -120V legs. A high temperature visual and audible alarm shall be provided and installed. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 62. BIDDER COMPLIES YES NO N/ I V , 1 V ' I I I t 1 1 i I 1 I I 1 e 1 1 I t When properly installed, the system shall be warrantied by the manufacturer for a period of not less than two years. BREAKER BOX A twelve (12) -place Square D brand, or approved equal, gray colored breaker box shall be provided and installed in the front upper left hand side compartment. Manual reset circuit breakers, matching the rated output of each specific outlet or device, shall be provided. All power supply assembly conductors, including neutral and grounding conductors from the line voltage power source to the circuit breaker box shall have an equivalent amperage rating and shall be sized to carry not less than 115 percent of the amperage of the nameplate current rating of the power source. Power supply conductors shall be run in nonmetallic liquid tight flexible conduit or type SO/SEO cord with a WA suffix. Conduit shall have a temperature range of -67°F (-55°C) to 221°F (105°C). Wiring conductors from the circuit breaker box to the individual outlets and devices shall be sized in accordance with NFPA 70, National Electrical Code requirements. Branch circuit wiring conductors shall be run in (1) metallic or nonmetallic liquid tight flexible conduit rated for use in a temperature range of -67°F (-55°C) to 221°F (105°C) with stranded copper wire rated for wet locations and temperatures not less than 194°F (90°C) or (2) Type SOW, SOOW, SEOW, or SEOOW flexible cord, rated at 600 volts and at temperatures not less than 194°F (90°C). A power source specification label shall be permanently attached to the apparatus near the operators control panel. 120 VOLT GENERATOR POWERED RECEPTACLE(S) IN BODY COMPARTMENT Two (2) NEMA #L5 -20R, 120 volt, 20 amp, 3 -wire twistlock receptacles shall be provided one (1) each forward body compartment. A brushed stainless steel coverplate shall be provided to protect the receptacle. The receptacle shall be powered by the on -board generator and labeled accordingly. The mounting location of the outlets shall be approved at the pre -construction conference. CORD REEL One (1) Hannay Model ECR1618-17-18 power rewind cord reel for live electric cable shall be provided and installed in the open bin, above the pump compartment on the right (officer's) side. The reel shall have a 12 -volt electric rewind and be equipped with an electrical collector ring with a minimum #10 gauge, 3 -conductor wiring. The reel shall be capable of holding be a minimum of 200 feet 10/3 gauge wire. CORD REEL CABLE One (1) 200 -foot length of 10/3 type SO electric cable shall be provided and installed on the cord reel. CAPTIVE ROLLERS A Hannay Model R306 4 -way captive type electrical cable roller assembly shall be provided. Rollers shall be stainless steel and be equipped with Delrin bearings. Bearing shall not require lubrication. Rollers shall form a 5.5" x 2.88" rectangular opening. They shall be installed in a steel frame with zinc die-cast corner mounting blocks. The entire assembly shall be mounted in the vertical face of the right side open bin riser panel. JUNCTION BOX AND MOUNTING BRACKET One (1) Circle D model PF51GFCI-5Y, four way junction box with pilot light, with three (3) NEMA L5 - 20R, 20A, -125V, 3 -prong twist -lock receptacles, one (1) NEMA 5-20R, GFIC, 20A, -125V, household style receptacle, weatherproof flip covers, carrying handle, cast aluminum, direct wire cord inlet, and high visibility yellow finish, shall be provided and installed on the cord reel. 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL INDIANA PAGE 63. BIDDER COMPLIES YES NO 1/ BIDDER COMPLIES YES NO One (1) Circle D model #213 wall mount bracket for the PF -51G junction box, installed as directed and design allows. QUARTZ LIGHTS - PUSH-UP STYLE - LOW PROFILE STYLE Two (2) FRC Optimum 1000 watt, 120 VAC, high intensity quartz lights, with stainless steel telescoping poles, will be installed one (1) each side of the pump operators stand and wired to a separate breaker in the load distribution center. The light will be a "Top -Raise" design with a locking hand wheel knob located at the base. The mounting location of the quartz lights shall be approved at the pre -construction conference. CAB FRONT BROW LIGHT One (1) FRC "Spectra" SPA100-Q20 12 -volt LED Brow light shall be installed on the center of the cab front below the warning light bar. The FRC "Spectra" brow light head shall be mounted in a FRC contoured brow mount. The LED brow light, bezel, and mount shall be painted black to match the cab roof. CAB FRONT BROW LIGHT SWITCHING The FRC 12 -volt LED brow light shall be activated by rocker switch located in the drivers overhead switch console. The switch shall be wired to allow activation of the brow light independent of the warning light master switch. BODY REAR SURFACE MOUNTED SCENELIGHT(S} Two (2) Whelen model 60K000XR, 12 -volt, 50 watt, halogen, 6.5" x 4.125" light heads with 26 degree optics shall be surface mounted in chrome plated mounting flanges on the rear of the body, one (1) each side, at the upper, outboard corners. The rear scene lights shall be controlled by a single rocker switch in the switch console. l✓ V >/ Additionally, the rear scene lights shall be wired to automatically activate when the transmission iso shifted into "reverse" to aid in backing. 0p-( 1I ())ji 00%. GROUND LADDERS The following ground ladders shall be provided: One (1) Duo -Safety 10 ft aluminum -folding ladder, Series 585-A One (1) Duo -Safety 14 ft aluminum roof ladder, Series 775-A One (1) Duo -Safety 24 ft. 2 -section aluminum extension ladder, Series 900-A PIKE POLES/MOUNTING The following pike poles shall be furnished: Two (2) 6 ft. New York Roof Hook Air Craft Steel construction with chisel end Two (2) 10 ft. New York Roof Hook Air Craft Steel construction with chisel end ZICO FOLDING ALUMINUM WHEEL CHOCKS Two (2) folding aluminum wheel chocks Model SAC -44 with SQCH-44-H holders shall be furnished and installed by the manufacturer. The wheel chock holders shall be mounted on the driver's side of the 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 64. et 1 I I I 1 I I 1 1 1 i 1 1 1 1• 1 1 1 1 1 1 1 apparatus in front of the rear wheel. HARD SUCTION One (1) ten foot section of lightweight hard section shall be provided. A Ziamatic Hard Suction storage trough shall be installed on the driver's side of the truck on top of the left side compartments. PAINT PREP AND FINISH All bright metal parts shall be chrome plated or stainless steel (brushed and/or polished) or bright finish aluminum treadplate. The cab and body shall be treated in critical areas during assembly with an anti -corrosive and rust preventative material. The complete exterior of the apparatus shall be finish painted with polyurethane paint of the highest quality. The cab, body, pump enclosure, and hard plumbing within the pump enclosure shall be primed and finish painted prior to installation on the chassis to ensure paint coverage in all areas including the difficult to reach places. Primer and top coats shall meet the mil thickness requirements of the paint manufacturer. The exterior and interior of the cab shall be finish painted before doors are installed or any assembly is started to ensure a finished painted surface beneath trim items. To ensure proper quality and finish of the complete unit, the following items, as a minimum, shall be mounted while the unit is being assembled and then removed prior to prime and paint: all compartment doors, aluminum treadplate (including, but not limited to running boards, rear step, and fenders), aluminum walkways, grab handles and rails, drip moldings, cab trim, glass, and lights. CHASSIS, CAB AND BODY METAL PREPARATION All chassis, cab, and body metal surfaces shall be prepared for painting as follows. First, surfaces shall be smoothed and straightened, followed by an application of a PPG approved body filler and then sanded, as needed. A guide coat shall then be applied and sanded to reveal any pinholes that may be present in any body filler. All pinholes shall be filled and sanded to provide a uniform smooth appearance. PPG epoxy primer shall then be applied over the body filler, followed by PPG urethane lead and chrome free primer, and then the area shall be sanded smooth. After all the metal preparation is completed, the unit shall be thoroughly washed on all surfaces with a PPG approved metal cleaner, followed by application of a sealer coating. PUMP ENCLOSURE METAL PREPARATION All pump enclosure metal surfaces shall be prepared for painting as follows. First, they shall be smoothed, followed by an application of a PPG approved body filler, and then sanded, as needed. PPG epoxy primer shall then be applied over the body filler and then the area shall be sanded smooth. After all the metal preparation is completed, the unit shall be thoroughly washed on all surfaces with a PPG approved metal cleaner, followed by a sealer coating. PRIMER APPLICATION Each unit shall be painted with two (2) coats of PPG epoxy primer, baked, and then painted with three (3) to four (4) coats of PPG urethane lead and chrome free primer, and then baked again. FINAL SAND All primed surfaces receiving base and clear coats shall be sanded smooth with six (6) inch orbital DA sanders to provide smooth and defect free surfaces. The units shall be inspected for any missed defects, which shall be repaired prior to painting. 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 65. BIDDER COMPLIES YES NO 1/ )/ TOP COAT APPLICATION All painted surfaces shall be wiped clean with a PPG cleaner, air pressure dried and tack wiped prior to painting to remove any remaining dust residue. PPG base coats shall be applied in a two (2) cross -coat application and allowed to flash off for 30-45 minutes. A PPG clear coat shall then be applied in a two (2) cross -coat application. The unit shall then be baked to a durable finish. PUMP ENCLOSURE PAINT APPLICATION The pump enclosure shall be painted with two (2) coats of PPG epoxy primer, baked, and then sanded. It shall then be top coated with a PPG direct gloss paint and baked. The pump enclosure shall have a final inspection for defects, which shall be repaired prior to installation on the vehicle. PAINTERS All painters shall be PPG certified. They shall be re -certified periodically in order to keep up to current standards and procedures required by the coatings manufacturer. FACILITY The finishing facility shall be PPG certified by meeting or exceeding the extensive and stringent requirements of PPG. The paint facility shall be audited quarterly by PPG to ensure proper equipment; procedures and safety regulations are being used and adhered to. QUALITY STANDARDS The finish quality and appearance shall be in accordance with the OEM's Paint Color Appearance Standards for dirt, gloss, reflectivity, clarity, and depth of image. CLEAR COAT PAINT Upon completion of the color coats, two (2) clear coats of paint finish shall be applied to the entire exterior of the cab, the doors, and the body. FRAME & UNDERCARRIAGE FINISH The chassis frame, bumper extension, suspension, axles, air tanks, fuel tank, battery boxes, etc shall be matte black finish as supplied by the component manufacturer. The following items will be furnished with the finish as provided by their respective manufacturer. • Engine, transmission, and accessories. • Exhaust system. • Retarder (when furnished). • PTO & hydraulic pump (when furnished). • Cab lift cylinders & hydraulic pump. • Shock absorbers. • Fuel filter. • Air drier and air cleaner. • Electrical wiring and loom. • Air brake lines, valves and mounting brackets. PAINT INSIDE OF CAB The inside of the cab shall be provided with gray Zolatone paint. 150302 CITY OF CARMEL FIRE DEPARTMENT -CARMEL, INDIANA PAGE 66. BIDDER COMPLIES YES NO V V L/ V 1 I 1 1 1 I 1 1 I 1 1 I I I I 1 I I 1 BIDDER COMPLIES YES NO PAINT INSIDE OF CAB 7' The inside of the cab shall be clear coated. TWO TONE CAB PAINT The cab shall be two-tone painted, black (#906299) over dark red (#906101), with the paint break just below the windshield. A decorative molding shall separate the two colors around the cab. The paint break shall be horizontal across the front of the cab above the wipers and taper down with a radius even with the outside corners of the grille. BODY PAINT, SINGLE COLOR The body of the apparatus shall be painted to match the primary cab color. l/ PUMP ENCLOSURE PAINT The pump enclosure compartment interior, pump, intake and discharge valves, and all hard piping within the pump enclosure shall be painted job color. The front and rear discharges and the inlets shall not be painted where they extend outside the pump enclosure, except the exposed ends before the NST adapter. Drains, drain lines, foam system components shall not be painted and shall retain mill finish or the manufacturer's color. STANDARD FINISHES FOR SMALL PARTS Definition: Mill Finish: as is from the manufacturer; no finish applied. It may have scratches, but it shall be shiny as a result of being cleaned through a deoxidization process. Parts with mill finish may have been cleaned in a dipping process to deoxidize the part. Definition: Etchfinish: The part(s) shall be cleaned and etched to a uniform bright finish. CHASSIS: Chassis bracket: Painted same as cab exterior V CAB: ✓ Cab compartments, including cab side access compartments: Exterior Finish: Line -X. ✓ Interior Finish: Mill finish (Upgrade to DA or Paint) Cab compartment shelves: ✓ DA (Just the outside edge of the shelf shall be DA'd. All other surfaces shall be mill finish.) CAB — BODY: Bumper / running board hose wells: Flange: DA Interior & exterior walls: Mill finish Innerliners: Mill finish 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 67. All steps, including pull downs & those on access ladders: DA sides Hat Section Bracket for Compartment, Ground, or Step Lights: Mill finish. If compartment is painted, then the hat section brackets shall be painted. Trim Rings: Mill finish Patch plates: Brushed S/S (Upgrade to polished or ATP) STD is No patch plates Label backing plates: DA Marker light guards: As purchased Switch guards — S/S: Brushed OPERATOR STAND AND PLUMBING: Plumbing: Pump, intake & discharge valves, drains, all hard piping, including pipes protruding from the pump panel: Mill finish (Upgrade to job color except drains) Pump enclosure interior: Mill finish (Upgrade to job color) Crosslays — Inside surfaces — DA Partitions - DA Speed lays: With pull out tray- DA Heat Pans: Mill finish (Upgrade to DA or paint color of underside) BODY: Compartment louvers: Same color as compartment interior walls, Compartment shelves & trays: DA (Just the outside edge of the shelf shall be DA'd. All other surfaces shall be mill finish. Upgrades: Paint Zolatone or job color. All surfaces shall be painted. Compartment shelf & tray brackets: Mill finish Brackets to hold compartment doors open: Mill finish Compartment door auxiliary locking brackets: Brushed Rear aluminum compartments: Mill finish (upgrade to paint) Rear aluminum compartment door interiors: Mill finish (upgrade to DA) 150302 CITY OF CARMEL FIRE DEPARTMENT- CARMEL, INDIANA PAGE 68. BIDDER COMPLIES YES NO i V J V V V f� Vs V V 1 1 t I 1 1 1 1 chi 1 1 1 1 1 1 1 1 1 6 1 Breaker box mounting brackets: Mill finish Pegboard: Mill finish (upgrade to DA) Hose chutes: Mill finish (upgrade to paint) Partition mounting brackets: Mill finish Hydraulic ladder rack: Etch finish Ground ladder brackets: Etchfinish Ground ladder or suction racking (fixtures, slides) within compartments: Mill finish Pike poles tubes - Aluminum: Etchfinish (Upgrade to DA or paint) Pike poles tubes — S/S: Mill finish (Upgrade to DA or paint) Wheel chock holders: Mill finish CHEVRON STRIPING All rear facing body panels, both outside the hose bed area and under the hose bed, shall be covered with 6" wide 3M Diamond Grade Reflective striping in an alternating chevron pattern. The stripes shall run at a 45 -degree downward angle from the top center of the vehicle. If the rear compartment is recessed below the hosebed, the surfaces in the recessed area not on the rear face of the truck will be covered with aluminum treadplate. Aluminum treadplate is needed to protect these inner surfaces when hose is loaded or laid. Chevron striping colors shall be #3992 Red, and #3991 Yellow. The rear compartment roll -up door shall NOT be covered with reflective chevron striping. MANUFACTURER'S LIMITED WARRANTY Apparatus manufacturer shall warrant to the original owner that each new fire apparatus manufactured shall be free from defects in material and workmanship under normal use and service for a period of one (1) year from the date of delivery. Details of manufacturer's warranty shall be provided with the proposal. CAB FIFTEEN YEAR STRUCTURAL INTEGRITY LIMITED WARRANTY Apparatus manufacturer shall warrant the cab of each new custom fire and rescue vehicle to be free of structural failures caused by defective design or workmanship for a warranty period of fifteen years after the date on which the vehicle is first delivered to the original purchaser or 100,000 miles, whichever occurs first. This warranty is limited to the cab tubular support and mounting structures and to the other structural components, as identified in specifications, of the cab. Details of manufacturer's warranty shall be provided with the proposal. BODY FIFTEEN YEAR STRUCTURAL INTEGRITY LIMITED WARRANTY Apparatus manufacturer shall warrant the body of each new fire and rescue vehicle to be free of structural failures caused by defective design or workmanship for a warranty period of fifteen years 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 69. BIDDER COMPLIES YES NO V V V V after the date on which the vehicle is first delivered to the original purchaser or 100,000 miles, whichever occurs first. This warranty is limited to the body, its support, and mounting structures and other structural components, as identified in specifications, of the body. Details of manufacturer's warranty shall be provided with the proposal. CHASSIS FRAME RAIL LIFETIME STRUCTURAL INTEGRITY LIMITED WARRANTY Apparatus manufacturer shall warrant each new chassis frame rail to be free of structural failures caused by defective design, material, or workmanship for a warranty period equal to the vehicle's useful life (20 years/100,000 miles) after the date on which the vehicle is first delivered to the original purchaser. Details of manufacturer's warranty shall be provided with the proposal. PAINT/CORROSION LIMITED WARRANTY-tc..i(b1 Apparatus manufacturer shall warrant the paint on each new cab and body for a period ofsiz (8) years after the date on which the vehicle is first delivered to the original purchaser. Manufacturer shall) warrant that the areas finished will be free throughout the warranty period from defects causing paint failures resulting in corrosion, blistering, cracking, peeling, hazing, chalking, delamination, or unreasonable loss of gloss throughout the entire area finished. Manufacturer shall also warrant each new cab and body against exterior corrosion perforation for a warranty period of ten (10) years after the date on which the vehicle is first delivered to the original purchaser or 100,000 miles, whichever occurs first. This warranty is limited to exterior painted surfaces of the cab and body of the vehicle and may contain some pro -rated stipulations. Details of manufacturer's warranty shall be provided with the proposal. PUMP PLUMBING WARRANTY The stainless steel plumbing components used in the construction of the water/foam plumbing system shall be warranted for a period of at least ten (10) years or 100,000 miles and shall cover structural failures caused by defective design or workmanship, or perforation caused by corrosion, provided the apparatus is used in a normal and reasonable manner. Details of manufacturer's warranty shall be provided with the proposal. ELECTRONIC OPERATOR'S & PARTS MANUAL A binder shall be supplied that has CDs and paper documents as listed below. The CD's shall have a linked Navigation page for easy access to information. Navigation Page: • Instructions • Operation Manuals • Service & Maintenance • Electrical Systems • Parts • Certificates & Warranties The binder shall contain two duplicate CDs. Each CD shall have: 1. Operations & maintenance instructions for all items on the vehicle, except the engine. The CD shall also include instructions for the transmission and the pump, if applicable. 2. Electrical diagrams including charts illustrating the individual wire color, number code, and function. 3. Parts manuals keyed to OEM bill of materials code system for ease of locating replacement parts. An overall vehicle layout in five views and expanded drawings shall be provided to assist 150302 CITY OF CARMEL FIRE DEPARTMENT- CARMEL, INDIANA PAGE 70. BIDDER COMPLIES YES NO ✓ L/ 1 I 1 1 1 1 1 1 I e in part identification. 4. Certificates 5. Warranties Printed documents shall include: 1. Operations & maintenance instructions for engine. 2. Certificates of independent test results. 3. Warranty documents. 4. Manufacturer's record of construction details and engine power curve. 5. Vehicle alignment report. 6. Caution label: "Do Not Wear Helmet While Seated". Additional CDs and paper documents, as provided by equipment suppliers, shall also be included. 150302 CITY OF CARMEL FIRE DEPARTMENT - CARMEL, INDIANA PAGE 71. BIDDER COMPLIES YES NO L/ I I 1 1 1 I I 1 TRADE-IN APPARATUS The City of Carmel Fire Department is requesting a trade-in allowance value for the following two (2) apparatus. ENGINE 346 1996 KovatchTM Mobile Equipment Pumper Six (6) -man medium four (4) -door cab with 10" raised roof KMET" GS0 #2931 VIN#: 1K9AF4287VN058492 Current Mileage (at time of writing spec): 113,194 Current Engine Hours (at time of writing spec): 4496 Cummins M1TM1 serial # 34817000 320 HP with JacobsTM engine brake Allison'' automatic transmission MD3060P Serial # 6510075672 40,540 GV W R, Front axle RockwellTM NKA96026603 16,540 lb. Rear axle Rockwell'' NKA96026769 24,000 lb. Front tires 315-80R 22.5 GoodyearTM 289 WHA Rear tires 12R 22.5 BridgestoneTM M843 - Installed 12/11/14 Aluminum wheels with chrome axle covers Ward No Smoker" Exhaust filtration system Federal" Q mechanical siren Electronic siren with two (2) 100 -watt speakers in the front bumper Dual air horns recessed in the front bumper Five (5) SCBA'" brackets mounted in cab seats Unity "A" post mounted spotlights Front driving light in the front bumper Unity hose bed spotlights Sigtronics" six -station cab headset system, headset at the pump panel and four (4) headsets Kussmaul battery charger, auxiliary air pump, and auto eject plug Compartment door open warning system Dual cab heat/air conditioning systems Two auxiliary dash fans Power roof vents in the rear crew area Haler" QSMG-150 single stage 1500 GPM pump # 69972 Water tank 750 -gallon poly tank Electronic pump panel throttle control Top mount pump panel Right side and left side Hale' MIV intake valves with StortzTM adaptors Front bumper suction inlet with hose well Two (2) 1 %" cross lay lines Two rear pre -connected 2 %' discharges Booster reel with 200 ft. of 1" line and nozzle Right side 3" LDH discharge with StortzTM adaptor Task Force Tip" Extend a Gun I ILe 1 1 I 1 ElkhartTM deck gun with stacked tips and portable base Two (2) 10 -foot sections of hard suction mounted on top of the apparatus body Hose bed capacity 1000' of 5", 600 'of 3" and two (2) 200' Pre -connected Lines Four (4) hose bed dividers Vinyl hose bed cover Left side full depth rescue style compartments Right side hi depth upper compartment Right side enclosed rear access ladder storage compartment Four (4) wheel well air bottle storage tubes Smart PowerTM 6000 -watt PTO generator Two (2) telescoping 500 -watt quartz floodlights 110 volt power rewind cord reel Three (3) body 110 -volt outlets One (1) 35 ft. Duo Safety' extension ladder One (1) 14 ft. Duo Safety' roof ladder One (1)) 10 ft. Duo SafetyTM attic ladder One (1) 6 ft. pike poles One (1) 10 ft. pike poles Two (2) pick head axes mounted to the rear cab The fire pump has been tested annually The ground ladders have been tested annually 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 ENGINE 349 1996 KovatchTM Mobile Equipment Pumper Six (6) -man MFD medium four -door cab KM ET" GS0 # 2670 VIN#: 1K9AF4288TN058336 Current mileage (at time of writing spec): 98107 Current engine hours (at time of writing spec): 6013 CurnminsTM M11 serial # 34776755 320 HP with Jacobs Engine brake Allison" automatic transmission MD3060P serial # 6510049330 40,540 GVWR, Front axle RockwellTM FL941 serial #: NKA95047622 16,540 lbs. Rear axle Rockwell" R524160 serial #: NKA95047098 24,000 lbs. Front tires 315-80R 22.5 GoodyearTM 291 Rear tires 12R 22.5 GoodyearTM G288 MSA Aluminum wheels with rear chrome axle covers Ward No Smoker" Exhaust filtration system Federal' Q mechanical siren Electronic siren with two 100 -watt speakers in the front bumper Drivers air ride seat Five (5) SCBATM brackets mounted in cab seats Three (3) SCBA'" brackets mounted in left upper body compartment Air conditioning Handheld spot light Unity "A" post mounted spotlights Bumper recessed driving light Unity rear hose bed spotlights Two (2) auxiliary dash fans Power roof vents in the rear crew area SigtronicsTM four -station headset system with four (4) headsets KussmaulTM battery charger, auxiliary air pump, and auto eject plug Compartment door open warning system Dual air horns recessed in the front bumper Haler" QG150-211 2 stage 1500 GPM pump serial # 67971 750 -gallon poly water tank FRC RTU throttle control Side mount pump panel Right side LDH Stortz discharge Task Force Tips Extend a Gun ElkhartTM deck gun with stacked tips and portable base Two (2) 1'A" pre -connected cross lay lines Front bumper suction inlet with hose well Left and right side air operated 6" suction inlets with StortzTM adaptors Two rear pre -connected 2 1/2" discharges Booster reel with 200Ft of 1" line and nozzle Hose bed capacity 1000' of 5", 600 'of 3" and two (2) 200' pre -connected Lines Four (4) hose bed dividers I I I I I I I I I I I I I Vinyl hose bed cover Transverse pump panel compartment Transverse rear compartment Left high side compartments Right side exterior ladder storage rack Four (4) wheel well air bottle storage tubes 4000 -watt OnanT" diesel generator Two (2) telescoping 500 -watt quartz floodlights on body Four (4) body 110 -volt outlets One (1) 35 ft. Duo Safety."' extension ladder One (1) 14 ft. Duo Safety" roof ladder One (1)) 10 ft. Duo SafetyTM attic ladder One (1) 6 ft. pike poles One (1) 10 ft. pike poles Two pick head axes mounted in the rear cab area The fire pump has been test annually The listed ground ladders have been tested annually r 1 1 1 1 1 1 L These 2 (two) pieces of apparatus are still in use by the Carmel Fire Department either as front line or reserve apparatus and they will not be available for release until the new apparatus are placed in service. As these 2 (two) pieces of apparatus are still in use by the Carmel Fire Department either as front line or reserve apparatus, the mileage and engine hours listed will differ from the actual engine hours at time of trade-in. The apparatus numbers have been changed on these vehicles; therefore, the pictures are accurate with the exception of the apparatus number. Prospective bidders that have questions about the apparatus or wish to set up an appointment to inspect the apparatus and its service records may contact Logistics Section Chief Bob VanVoorst, City of Carmel Fire Department, at (317) 571-2600, during normal weekday business hours. Each bidder shall indicate a separate trade-in allowance for each of the apparatus listed. The purchaser maintains the right to accept or reject the awarded bidder's offer on either or both of the trade-in apparatus. The individual trade-in allowance amounts must be listed separately from the bid price of the proposed apparatus within each bidder's proposal.