Algoma Fire Apparatus

expired opportunity(Expired)
From: Kent County Administration(County)

Basic Details

started - 01 Mar, 2022 (about 2 years ago)

Start Date

01 Mar, 2022 (about 2 years ago)
due - 25 Mar, 2022 (about 2 years ago)

Due Date

25 Mar, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Kent County Administration

Customer / Agency

Kent County Administration
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 FISCAL SERVICES DEPARTMENT PURCHASING DIVISION Kent County Administration Building, 300 Monroe Avenue N.W., Grand Rapids, Michigan 49503-2289 Phone: (616) 632-7720 Fax: (616) 632 -7715 Email: purchasing@kentcountymi.gov SOLICITATION Solicitation Type Bid Solicitation Number 4664 Description Algoma Fire Apparatus Date of Issuance 2/25/2022 Inquiries Deadline Date & Time (local) 3/7/2022, 2 PM Due Date & Time (local) 3/25/2022, 10 AM Pre-Submission Conference No Buyer Name Laming INTRODUCTION The Kent County Purchasing Division is soliciting bids for a fire apparatus for the Kent County Fire Commission and the Algoma Fire Department. The anticipated award recommendation will be no later than April 11, 2022. The most current edition of The NATIONAL FIRE PROTECTION ASSOCIATION pamphlet for Motor Vehicle Apparatus, unless otherwise specified in these specifications shall prevail. The apparatus should conform to all
Federal motor vehicle safety standards. Minor details of construction and materials, where not otherwise specified, are left to the discretion of the Respondent who shall be solely responsible for the design and construction of all features. Each bid should be accompanied by a set of detailed contractors specifications consisting of a detailed description of the apparatus and equipment proposed. These specifications will include size, location, type, and model of all component parts being furnished. Detailed information should be provided on the materials used to construct all facets of the apparatus body. Any Respondent who fails to submit detailed construction specifications should be considered non-responsive and should render their bid ineligible for award. Each Respondent should furnish a computer-generated weight and balance analysis for the unit being bid. It should address individual and combined axle weights and include an analysis on the vehicle's center of gravity. It should also include a figure for excess payload capacity. Any Respondent who fails to submit the weight and balance analysis in this format should be considered non-responsive and should render their bid ineligible for award. Each Respondent should furnish satisfactory evidence of the ability to construct the apparatus specified and should state the location of the factory where the chassis and apparatus will be built. They should also show that they are able to render prompt service and to furnish replacement parts for the completed apparatus chassis, body, and components. Oa OF KENT Wwe 2 BID OPENING The sealed responses will be publicly opened and read aloud by the Kent County Purchasing Division. The health and safety of the community is a top priority; therefore, Kent County Purchasing Division is shifting all public openings to remote conference access only. Click here to join the public opening. COVID-19 All persons providing goods and/or services to Kent County shall comply with all applicable local, State and Federal laws, rules, and regulations specifically including, but not limited to, lawful Emergency Orders. The Kent County Standard Submission Terms posted on the Bid Opportunities page of the Kent County Purchasing Division website are incorporated by reference into the solicitation. QUALITY AND WORKMANSHIP The workmanship must be of the highest quality in its respective field. Special consideration will be given to the following points: (1) Accessibility of the various components which require periodic maintenance or monitoring (2) Ease of vehicle operation (pumping and driving) (3) Visibility of the driver (4) Symmetrical proportions Construction must be rugged and design must be certified to carry the loads as specified and to meet the road and speed requirements as set forth under "PERFORMANCE TESTS AND REQUIREMENTS" of the most current NFPA Pamphlet #1901 edition. Welding shall not be employed in the assembly of the apparatus in a manner that will prevent the removal of major components for service and/or repair. DESIGN The successful Respondent should be solely responsible for the design, construction and material used in the construction of the vehicle. The apparatus should be of the latest design and type while using the most current industry construction techniques. Each Respondent should supply with their bid a detailed drawing consisting of the driver side, passenger side and rear views of the apparatus. This drawing should be representative of the apparatus being bid. The drawing must include but not be limited to all principle dimensions (height/width/length). Pictures or brochures are also encouraged that represent the quality of construction being bid. The apparatus, assemblies, component parts, etc., should be designed and constructed with consideration to the nature and distribution of the load to be sustained and to the general character of the service to which the apparatus is to be subjected. The apparatus should be designed with great consideration given to overall vehicle weight and weight distribution. A computerized weight distribution calculation should be included with the bid. A calculation should include the chassis weight with all fluids and fuels topped off, estimated body weight, a 250-lb. allowance per seat for personnel and a 2,500 lb. distributed load allowance for equipment. Any Respondent who fails to submit weight and balance calculations should be considered non-responsive and should render their bid ineligible for award. https://kentcountymi.zoom.us/j/87893855100?pwd=VGEzWnZMcnZGeldOVjJ3ZEl1YzhJZz09 https://www.accesskent.com/RFPWorkbench/LoadPublicTableAction.action 3 The manufacturer should meet the minimum requirements of the most current NFPA Pamphlet 1901 edition, The Underwriter's Laboratories, Inc. and all State and Federal Department of Transportation vehicle regulations at the time of the bid for this apparatus. ROAD TEST All road tests will be performed per the most current NFPA Pamphlet 1901 edition requirements. LIABILITY The successful Respondent shall defend any and all suits and assume all liability for use of any patented process, device or article forming a part of the cab and chassis, or any appliance under the contract. DELIVERY and/ DELIVERY DATA REQUIRED 1. The successful Respondent's representative shall remain at the Fire Department until released by the Fire Chief or Kent County Fire Commission representative during which time the Respondent shall instruct Fire Department personnel in the proper operation, care and maintenance of the complete apparatus. Information required at time of delivery to be supplied by the manufacturer: A. A title, if manufactured in Michigan made out to County of Kent 300 Monroe Ave NW Grand Rapids MI 49503. If manufactured outside of Michigan, a certificate of origin and all other necessary documents to title vehicle. B. Electrical "as built" schematic booklet C. Final build data sheet showing serial numbers for the following: 1. Cab and chassis VIN 2. Engine serial number 3. Transmission serial number 4. Apparatus/Body serial number D. One copy of a complete operations and general maintenance instructions as delivered, including but not limited to the chassis, engine, transmission, axles, lubrication charts, rescue body and appropriate accessories. E. The Underwriters Laboratories Incorporated test Certification shall be provided on delivery of the apparatus. F. The successful Respondent shall supply all data required in the most current NFPA Pamphlet 1901 edition. 2. Freight Terms: F.O.B. Destination, Freight Paid. EXCEPTIONS TO SPECIFICATIONS Each Respondent response should include a returned copy of this Request Bid Form with the yes/no columns checked for compliance to specifications. Exceptions, no matter how minor, must be marked in the NO column. Those exceptions should be listed on a separate sheet and should refer to specification page number and paragraph. It will be mandatory for any perspective Respondent that deviates from the proposed specifications, to give a full description of all deviations. Respondent and his/her manufacturer being represented will be held responsible for deviations not specifically addressed or approved by the Kent County Purchasing Division and the Algoma Fire Department. Items not addressed will be considered as being bid with no exception and will be included on the apparatus in the form presented in our specifications. Non-compliance will be grounds for rejection of the completed vehicle - NO EXCEPTION. Where respondent's specifications and/or construction differ in any way from the bid specification, a full and complete description in the specification will be required. Drawings will also be required to show alternative construction methods. Partial descriptions or general clarifications covering groups or sections of the specifications will be unacceptable. CLARIFICATIONS TO SPECIFICATIONS Clarifications should refer to specification page number and paragraph. Any such clarification that appears vague or misleading should be considered an exception. Complete clarifications are required describing the reason for the deviation. Apparatus will be inspected upon delivery and prior to acceptance for compliance with specifications. CONSTRUCTION / APPROVAL DRAWINGS Prior to construction, a drawing shall be supplied to the Fire Department for approval. The drawing will carry the same requirements as the bid drawing for detail. The drawing shall be signed and returned to the factory and kept on file for future reference. PRECONSTRUCTION CONFERENCE The Respondent shall have a Pre-Construction Conference prior to any manufacturing. If location is held at the manufacturing facility, all expenses for transportation, lodging and meals paid for by the Respondent for up to but no less than two (2) customer personnel. Trips in excess of 150 miles each way are to be made by commercial air. The selling dealer and/or representative MUST be present at the preconstruction conference. INSPECTION TRIPS One (1) inspection trip for up to but no less than two (2) customer personnel will be arranged with all expenses for transportation, lodging and meals paid for by the Respondent. Trips in excess of 150 miles each way are to be made by commercial air. The selling dealer and/or representative MUST be present at the inspection. Final inspection prior to shipment. Inspection will take place at times arranged on a mutual basis between the customer and Respondent. Additional inspection trips will be made at the option of the manufacturer. Progress pictures will be provided once body has started construction. Pictures will be provided throughout each phase of construction, paint and assembly. NFPA REQUIRED ITEMS The purchaser shall be responsible for providing all equipment items required by the most current NFPA pamphlet 1901 edition that are not otherwise indicated or addressed in these specifications. 4 DELIVERY The completed apparatus will be transported to the Algoma Fire Department by an authorized representative of the manufacturer, at which time training will be provided by an authorized representative of the manufacturer as soon as possible and by no later than December 31, 2023. Training manuals specifically designed to use for this apparatus will be provided. REFERENCES Provide three (3) references of current/past customers who are able to verify the quality of products and/or services your company provides. References should not include any current/past Kent County employees. Kent County requests references of similar size and scope of work. BID BOND No Bid Bond is required if a bid is less than $500,000. If the bid is withdrawn after the bid opening, the Respondent may be removed from the Bidder's list (Vendor Registration) pursuant to Kent County Purchasing Central Purchasing and Open Market Procedures for Goods and Services section D.13 Failure to Perform Satisfactory. Each bid over $500,000 must be accompanied by a Bid Bond executed by the Respondent and payable to County of Kent for five percent (5%) of the total amount of the bid. Attorneys-in-fact who sign Bid Bonds or Payment Bonds and Performance Bonds must file a certified effective dated copy of their Power of Attorney. A certified check, bank draft, cashier's check, or negotiable U.S. Government bond (at par value) may be submitted In lieu of a Bid Bond. Personal checks are NOT acceptable. If submitting the bid electronically, attach a copy of the properly executed Bid Bond to the bid. The original Bid Bond may be requested by the Kent County Purchasing Division and is to be received within two (2) business days of request. The Bid Bonds of the unsuccessful Respondents will be returned after the Solicitation is awarded. The Bid Bond of the successful Respondent will be retained until the contract is fully executed by all parties involved. PERFORMANCE AND PAYMENT BOND Each contract over $50,000 must be accompanied by a Performance Bond and a Payment Bond, each payable to the Owner (County of Kent) and each in the amount of 100 percent (100%) of the contract price with a corporate surety approved by the funding agency, for the faithful performance of the contract. INVITATION FOR BID/RFQ SUBMISSION Complete submissions must be received in the Kent County Purchasing Division no later than the due date/time specified by the designated clock (local time). Late, faxed, or emailed responses will NOT be considered. The health and safety of the community is a top priority; therefore, Kent County Purchasing Division is shifting all Solicitations to electronic response only until further notice. Reponses may be submitted electronically by selecting the "Submit Online" icon on the Bid Opportunities page of the Kent County Purchasing Division's website. Respondent must include a complete proposal as one (1) non-password protected PDF document, unless otherwise designated by Kent County. 5 https://www.accesskent.com/Departments/Purchasing/vendor.htm https://www.accesskent.com/Departments/Purchasing/vendor.htm 6 Respondent shall submit the Response Form (Bid Form Submission Form) posted on the Bids Opportunities page of the Kent County Purchasing Divisions website unless otherwise attached to the Solicitation. Click the Submit Online icon to submit electronically or to print the Response Form. Respondent must submit the Bid Bond with Response Form if required. The time required to upload a submission may vary. Respondent assumes all risks associated with electronic submission (including all possible technical issues) and deems the County and its service provider harmless and without fault regardless the reason. Successful electronic submissions are confirmed via Respondent's email. Respondent shall view the link in the confirmation email to determine accuracy prior to due date/time. Responses that deviate from the Solicitation specifications will only be considered if the deviations are clearly detailed and noted within the Response. In case of a dispute regarding the true intent and meaning of the specifications, the Countys interpretation will prevail. When a Solicitation states no alternates, no deviations are permitted. Kent County is not liable for cost incurred prior to award. A submission shall constitute an irrevocable offer for a period of sixty (60) days from the due date/time. In the event the notification of award is not made within sixty (60) days from the due date/time, the Respondent may withdraw or provide a written extension of their submission. Submissions may only be withdrawn by written request if the request is received before the due date/time. Withdrawals subsequent to opening shall be subject to Kent County Fiscal Policy Centralized Purchasing 5(i)(2). NO BID Please provide feedback if you are electing not to participate in this solicitation. https://www.accesskent.com/RFPWorkbench/LoadPublicTableAction.action https://www.accesskent.com/RFPWorkbench/LoadPublicTableAction.action https://www.accesskent.com/Departments/Purchasing/vendor.htm https://www.accesskent.com/Departments/Purchasing/vendor.htm https://kentcounty.sjc1.qualtrics.com/jfe/form/SV_23HnX1uQN1GSr9H BID FORM 4664 Algoma Fire Apparatus One (1) paper copies marked copy and one (1) CD/DVD ROM or USB flash drive marked "original" containing the proposal consisting of one file in PDF format shall be submitted. The PDF file must not be password protected. The media will not be returned to the Respondent. Total Fire Apparatus: $ __________________________ Total Performance/Payment Bond: $ __________________________ Grand Total: $ __________________________ Attachments: 1. Technical specifications (yes/no sheet marked) 2. Contractors specifications (detailed description) 3. Weight/balance analysis 4. Location of factory for chassis and apparatus 5. Location for service and replacement parts 6. Drawings Terms: After receipt of a Kent County purchase order, this order will be complete within (number of days): ___________ Bid prices are firm for Kent Countys acceptance unit: _______________________________ Invoice Terms: _______________________ References: Company: Name: Title: Phone: Email: 1.___________________________________________________________________________________ 2.___________________________________________________________________________________ 3.___________________________________________________________________________________ Company Name: _________________________________________________________ Contact Name: __________________________________________________________ Contact Title: ____________________________________________________________ Address: _______________________________________________________________ City: _______________________________ State: ___________ Zip Code: _______________ Email: _________________________________________________________________ Phone: _______________________ Signature: _______________________________________ Date: ______________ Intent of Specifications for the Algoma Township Fire Department Page 1 of 78 Bidder Complies Yes No INTENT OF SPECIFICATIONS It shall be the intent of these specifications to provide a complete apparatus equipped as hereinafter specified. With a view to obtaining the best results and the most acceptable apparatus for service in the Department, these specifications covers only the general requirements as to the type of construction and tests to which the apparatus must conform, together with certain details as to finish, equipment and appliances with which the successful bidder must conform. Minor details of construction and materials where not otherwise specified are left to the discretion of the contractor, who shall be solely responsible for the design and construction for all features. The National Fire Protection Association Standard 1901, current edition, unless otherwise specified in these specifications, shall prevail. The apparatus must meet all NFPA, DOT, ICC, SAE, TRA, FMVSS and local State Motor Vehicle Regulations. It is required that the apparatus be manufactured to current NFPA edition standards, all NFPA equipment (LOOSE EQUIPMENT) not specified in the specifications will not be provided by contractor. Bids shall only be considered from companies, which have an established reputation in the field of fire apparatus construction. The bidder shall state the location of the manufacturing facility where the apparatus is to be built and the location of the parent company if a subsidiary of a manufacture. The bidder shall furnish satisfactory evidence of their ability to construct the apparatus specified and fabricate the chassis, body and pump house structures in the bidders manufacturing facility, sub-contracting the fabrication of the body and pump house structures may result in immediately rejection of the bid. The bidders representation shall state the length of time representing the manufacture. The bidding manufacture shall have representation in the state of Michigan with a service center located in the state of Michigan. Also provided shall be the location of the service center and response time from when the service facility receives a call until dispatch for units that are: 1) Out of Service 2) In need of Repair The facility shall provide their: 1) Hourly Rate on in-house work 2) Hourly Rate on at station work 3) Hourly Travel Charge Contracted service facilities for the representative will not be acceptable. Intent of Specifications for the Algoma Township Fire Department Page 2 of 78 Bidder Complies Yes No The service center facility shall be capable of performing work within the facility on apparatus as large as aerial platforms. The service center must have a minimum of one (1) mobile service unit, to perform service work in the field. The service center shall have EVT certified technicians employed. The representative of the manufacture shall provide a copy of the representatives State of Michigan Repair Facility license. The representative of the manufacture shall provide a copy of the representatives commercial liability insurance, garage keepers liability insurance and automobile liability insurance police binder. The representative of the manufacture shall provide a copy of the representatives workmens comprehensive insurance police binder. The representative of the manufacture shall propose there top of the line apparatus. Proposals for demo units will not be acceptable. Due to the severe service requirements the department will impose on this apparatus, each bidder shall provide a list of at least three (3) departments of similar apparatus utilizing the brand of chassis and body proposed have been in service for over one (1) year. This list shall include contact names and phone numbers. The bid shall be accompanied by a set of "Contractor's Specifications" consisting of a detailed description of the apparatus being furnished under this contract which conform. Computer runoff sheets are not acceptable as "Contractor's Specifications". These specifications shall indicate size, type, model and make of all component parts and equipment. QUALITY AND WORKMANSHIP The design of the Apparatus must embody the latest approved automotive engineering practices. The workmanship must be of the highest quality in its respective field. Special consideration will be given to the following points: Accessibility of the various units, which require periodic maintenance operations, ease of operation (including both pumping and driving), visibility of driver, and symmetrical proportions. Construction shall be rugged and ample safety factors shall be provided to carry loads as specified and to meet both on and off-road requirements and to speed conditions as set forth under "Performance tests and requirements" of the most current NFPA Pamphlet #1901 edition. Intent of Specifications for the Algoma Township Fire Department Page 3 of 78 Bidder Complies Yes No Welding shall be employed in the assembly of the apparatus in a manner that will not prevent the ready removal of any component part for service or repair, with apparatus bodies of bolt together design not being acceptable. Apparatus sub-structures that are not integral with the body sub-structure or that are of material that differ from the body material may not be acceptable. INSPECTION TRIPS There shall be one (1) inspection meeting for up to two (2) individuals including all expenses (transportation, lodging, meals and commercial air travel for distances greater than 150 miles from the Department) traveling to the manufacturing facility. DELIVERY The completed apparatus, to ensure proper break-in of all components while still under warranty, shall be delivered under its own power, to the Department. The bidder shall provide the number of calendar days from the date the bid is awarded to the delivery of the completed unit. PERFORMANCE TESTS AND REQUIREMENTS The contractor shall have the Underwriter's Laboratories Incorporated conduct the tests required by the Underwriter Laboratories Incorporated (Guide for the Certification of Fire Department Pumper latest edition). A copy of all tests shall accompany the Apparatus. F. The contractor shall furnish copies of the Pump Manufacturer's Certification of hydrostatic test, the Engine Manufacturer current certified brake horsepower curve, and the Manufacturer's record of pumper construction details when delivered. The contractor shall supply the final manufacturer's furnished certification of GVWR and GAWR on a nameplate affixed to the vehicle. A permanent plate shall be mounted in the driver's compartment to specify the quantity and type of the following fluids used in the vehicle: Engine oil, engine coolant, Chassis transmission fluid, pump transmission lubrication fluid, pump primer fluid (if used) and drive axle lubrication fluid. A permanent plate in the driver's compartment shall be installed, specifying the seating capacity of the enclosed cab. Signs that state "OCCUPANTS MUST BE SEATED AND BELTED WHEN APPARATUS IS IN MOTION" shall be provided and will be visible from each seated position. An accident prevention sign shall be located at the rear step area of the apparatus. The sign shall warn the personnel that standing on the step while apparatus is in motion is prohibited. Intent of Specifications for the Algoma Township Fire Department Page 4 of 78 Bidder Complies Yes No A nameplate indicating the chassis transmission shift selector position to be used when pumping shall be provided in the driving compartment and located so that it can be easily read from the driver's position. FAILURE TO MEET TESTS In the event the apparatus fails to meet the test requirements of these specifications on the first trial, second trial may be made at the option of the bidder within thirty (30) days of the date of the first trials. Such trial shall be final and conclusive and failure to comply with these requirements shall be cause for rejection. Failure to comply with changes, as the purchaser may consider necessary to conform to any clause of the specifications within thirty (30) days after notice is given to the bidder of such changes shall also be cause for rejection of the apparatus. Permission to keep or store the apparatus in any building owned or occupied by the purchaser or its use by the Fire Department during the above-specified period with the permission of the bidder shall not constitute acceptance. LIABILITY The bidder, if their bid is accepted, shall defend any and all suits and assume all liability for the use of any patented device or article forming part of the cab and chassis and apparatus or any appliance furnished under the contract. PRODUCT LIABILITY Each bidder shall provide with his bid, a statement from the insurance company for the manufacturing company of the specified unit, showing a minimum of $2,000,000 worth of Product Liability Insurance. CONTRACT The purchase contract/agreement after being awarded to the successful bidder shall be returned to the purchaser with-in 30 days of the award. Failure to do so will result in the contract/agreement being deemed no response and the awarded contractor shall have no interest remaining in the pursuit of fulfilling the contract/agreement. GENERAL CONSTRUCTION The apparatus shall be designed with due consideration to distribution of load between the front and rear axles, so that all specified equipment, including filled water tank, a full complement of personnel and fire hose will be carried without injury to the apparatus. Weight balance and distribution shall be in accordance with the recommendations of NFPA 1901. The apparatus shall be designed and completely assembled in the USA. Intent of Specifications for the Algoma Township Fire Department Page 5 of 78 Bidder Complies Yes No The apparatus shall be designed so that all recommended daily maintenance checks can be performed easily by the operator without the need for hand tools. Apparatus components that interfere with repair or removal of other major components must be attached with fasteners (cap, screws, nuts, etc.) so that the components can be removed and installed with normal hand tools. These components must not be welded or otherwise permanently secured into place. The GAWR and GVWR of the chassis shall be adequate to carry the fully equipped apparatus including all tanks filled, the specified hose load, unequipped personnel weight, ground ladders and a miscellaneous equipment allowance per NFPA criteria. It shall be the responsibility of the purchaser to provide the contractor with the weight of equipment to be carried if it is in excess of the allowance as set forth by NFPA. The unequipped personnel weight shall be calculated at 250 lbs. per person times the maximum number of persons to ride on the apparatus. The height of the fully loaded vehicle's center of gravity shall not exceed the chassis manufacturer's maximum limit. Tilt table testing will not be acceptable for stability control. The front to rear weight distribution of the fully loaded vehicle shall be within the limits set by the chassis manufacturer. The front axle loads shall not be less than the minimum axle loads specified by the chassis manufacturer, under full loads and all other loading conditions. The difference in weight on the end of each axle, from side to side, when the vehicle is fully loaded and equipped shall not exceed 7 percent. The apparatus shall be so designed that the various parts are readily accessible for lubrication, inspection, adjustment and repair. Where special tools manufactured or designed by the contractor and are required to provide routine service on any component of the apparatus built or supplied by the contractor, such tools shall be provided with the apparatus. EXCEPTIONS TO SPECIFICATIONS The following Chassis, Pump and Body specifications shall be strictly adhered to. Exceptions shall be allowed if they are equal to or superior to that specified, and provided they are listed and fully explained on a separate page entitled "Exceptions to Specifications". Exceptions list to refer to specification page number and paragraph. Deviations or alternative bids will not be considered unless they were originally listed as an alternate in bidder's proposal. If the bidder takes an exception, on the exception page, the bidder must state an option price to bring their specifications into full compliance with the Department specifications. Intent of Specifications for the Algoma Township Fire Department Page 6 of 78 Bidder Complies Yes No Failure to provide this information shall be cause to reject the proposal as being non- responsive. Copied or run off sheets of these specifications shall be unacceptable, and the bid will be rejected no exceptions. BID DRAWINGS Drawings of the actual unit proposed, shall be furnished with the proposal, no exception. PURCHASER'S RIGHTS The Purchaser reserves the right to accept or reject any or all bids as it deems to be of their best interest to do so. OVERALL WIDTH The overall width shall be left to engineering by the manufacture both cab and body shall be the same width. WHEELBASE The wheelbase shall be left to engineering by the manufacture. ANGLE OF APPROACH AND DEPARTURE The angle of approach and departure for the apparatus shall not be less than eight (8) degrees as specified by the current edition of NFPA 1901. PAINT WARRANTY TEN YEAR The PPG paint performance guarantee will cover the areas of the complete vehicle finished with the specified product for a period of TEN (10) years beginning the day the vehicle is delivered to the purchaser. TRANSMISSION WARRANTY The Allison EVS transmission shall be warranted for a period of five (5) years ENGINE WARRANTY The Cummins engine shall be warranted for a period of five (5) years or 100,000 miles. FRAME WARRANTY Intent of Specifications for the Algoma Township Fire Department Page 7 of 78 Bidder Complies Yes No The frame and cross members shall carry a lifetime warranty FRONT AND REAR AXLE WARRANTY The front and rear axles shall be warranted for two (2) years CAB AND CHASSIS WARRANTY The cab and chassis shall carry a twenty-four (24) month warranty PUMP WARRANTY Waterous warrants, to the original buyer only, that products and parts manufactured by Waterous will be free from defects in material and workmanship under normal use and service for a period of five (5) years from the date the product is first placed in service. OPERATION AND PARTS LIST MANUALS Each cab and chassis shall include two (2) copies of the operation manuals and parts listings. The manuals shall include information specific to the components included on the apparatus. ENGINE AND TRANSMISSION MANUALS One (1) copy of the specific engine and transmission manuals shall accompany each cab and chassis. AS BUILT WIRING DIAGRAMS Each cab and chassis shall include one (1) copy of the wiring schematics and component wiring. CAB CUSTOM STYLE The following specification is to be used as a guideline. The following chassis most closely match the bid spec. Spartans metro X chassis, Rosenbauers 3000 Series chassis, E-One Typhoon chassis, and Ferraras Cinder chassis The cab shall be a custom, cab over engine style, with the driver and officer positions ahead of the engine and front axle. The cab shall be specifically designed and manufactured for the fire service industry. The cab shall be of a totally enclosed full tilt design, with the interior area completely open to improve visibility and verbal communication between the occupants. The cab shall be capable of tilting allowing access to the engine for service Intent of Specifications for the Algoma Township Fire Department Page 8 of 78 Bidder Complies Yes No The cab shall be locked down by a two (2)-point automatic spring-loaded hook mechanism that actuates after the cab has been lowered. The cab super-structure shall be designed with high strength 6061-T6 aluminum extrusions and 3/16" 5052-H32 aluminum plate. This shall include the A, B, C and D extruded pillars, The leading edge of the cab floor from the steps shall meet NFPA 15.7.4 slip resistance requirements both the front and rear cab doors. The cab shall incorporate a two-step design at each door. With stirrup steps with a breakaway design that have flexible sides. The cab shall meet or exceed cab impact test (SAE J-2420, cab rollover test (SAE J2422), and cab seating requirements (FMVSS 210, and FMVSS 208). ROOF STYLE - RAISED The roof height shall feature a minimum 10raise starting over the driver and officer positions and continuing back to the roof and rear wall joint. A drip rail shall be provided along the top radius of each cab side. The drip rails shall help prevent water from the cab roof running down the cab side. CAB DOORS The cab shall include a total of four (4) doors, two (2) forward and two (2) rear crew doors. Each cab door shall feature: Superior strength and rigidity from closed section extruded door frames Insulation and damping inside each door for a solid feel and minimized reverberation when closed A rolled rubber bulb seal style gasket shall be utilized around the door ensuring a weather tight fit Integrated, mechanical door stop A full length, hidden piano style stainless steel door hinge with a 1/4" pin, which shall be mounted inside the panel of the door prohibiting dirt and debris from becoming trapped in the hinge An integrated one-piece inner door assembly that includes a glass track, mounting provisions for window regulator, door handle and door panel shall be utilized. The inner Intent of Specifications for the Algoma Township Fire Department Page 9 of 78 Bidder Complies Yes No CAB STEPS The cab steps shall meet NFPA 13-7.3 in size and slip resistance requirements. FULL HEIGHT DOORS All doors shall be full height from the roof of the cab extending down to cover and protect the entrance step areas. DOOR HANDLES The exterior door handles shall be heavy duty pull style handles which are extended out and suitable for easy grasping with a gloved hand. The interior door handle shall be paddle style latch. The paddle shall be hinged towards the front of the cab. Each door latch shall feature a military grade aligning dove tail guide striker assembly for precision door closure which prevents sagging throughout the life of the vehicle. INTERIOR CAB DOORS All cab doors shall feature an interior panel. INTERIOR CAB DOOR FINISH All cab doors shall be finished with a polyurethane coating for durability. INTERIOR GRAB HANDLE REAR DOOR A black powder coated cast aluminum grab handle shall be provided on the inside of each rear crew door. The handle shall extend horizontally the width of the window just above the windowsill. Add a second handrail in the inside door on an angle black powder coated the handle shall assist with entry and egress from the crew area of the vehicle. WINDSHIELD The windshield shall feature: The windshield will consist of three (3) layers; the outer layer, the middle safety laminate, and the inner layer. The .114" thick outer light layer will provide superior chip resistance. The middle safety laminate layer will prevent the windshield glass pieces from detaching in the event of breakage. Intent of Specifications for the Algoma Township Fire Department Page 10 of 78 Bidder Complies Yes No Economical replacement readily available from auto glass supplier Easily removable for replacement using standard automotive techniques WINDSHIELD WIPER SYSTEM A single windshield wiper system shall be incorporated in conformance with FMVSS and SAE requirements. Two (2) windshield wiper arms shall be mounted below the windshield. Each arm shall include a wiper to provide optimum windshield clearing. The windshield wiper fluid reservoir can be filled without raising the cab. WINDSHIELD WIPER ACTIVATION The windshield wipers shall be activated through a switch on the driver's panel, with intermittent control. WINDOW -DRIVER'S DOOR The driver's door shall include a window. The glass shall include a standard automotive tint and through the use of a manual crank style handle shall roll completely into the door housing. The window shall be trimmed in a black anodized aluminum ring and rubber seal to keep water from entering the cab when closed. WINDOW- OFFICER'S DOOR The officer's door shall include a window. The glass shall include a standard automotive tint and through the use of a manual crank style handle shall roll completely into the door housing. The window shall be trimmed in a black anodized aluminum ring and rubber seal to keep water from entering the cab when closed. REAR DRIVER SIDE CREW WINDOW The rear driver's side crew door shall include a window. The glass shall include a standard automotive tint and through the use of a manual crank style handle shall roll completely into the door housing. REAR OFFICER SIDE CREW WINDOW The rear officer's side door shall include a window. The glass shall include standard automotive tint and through the use of a crank style handle shall roll completely into the door housing. Intent of Specifications for the Algoma Township Fire Department Page 11 of 78 Bidder Complies Yes No DRIVER CANOPY SIDE WINDOW The cab shall include a fixed driver's side window glass which shall be located between the cab front and rear doors. And shall include a standard automotive tint and shall be trimmed in a black anodized rubber ring. OFFICER CANOPY SIDE WINDOW The cab shall include a fixed officer's side window glass which shall be located between the cab front and rear doors. And shall include a standard automotive tint and shall be trimmed in a black anodized rubber ring GLASS REAR WALL OUTER UPPER The rear wall of the cab on the left and right sides shall include a window. These windows shall be fixed within this space and shall be rectangular in shape. The windows shall be mounted using black self-locking window rubber. CAB INSULATION The cab shall be completely insulated from road and vehicle resonance, exterior sound and thermal intrusion. The interior cab insulation system shall ensure that no seated position within the cab exceeds 72dB as certified by the manufacture. All insulation used in the construction of the cab shall be marine grade featuring longevity and resistance to degradation. The interior of the cab including the rear wall, side walls and ceiling panels shall be insulated. CAB UNDERBODY INSULATION The underside of the cab shall include insulation offering reducing vibration noise and thermal effect to the interior of the cab. DAMPING INSULATION The entire cab, including the ceiling and walls shall include additional insulation reducing structure borne noise from vibration, impact and resonance within the cab. ENGINE TUNNEL INSULATION The engine tunnel shall include an insulated barrier from noise on the underside of each tunnel surface. This barrier shall be engineered for surrounding engines. Intent of Specifications for the Algoma Township Fire Department Page 12 of 78 Bidder Complies Yes No The insulation barrier shall provide an acceptable decibel level within the cab meeting or exceeding the recommendations of NFPA 1901. The engine tunnel insulation shall be precisely cut and sealed to fit each segment on the underside of the tunnel surface. The insulation shall meet or exceed FMVSS 302 flammability testing. INTERIOR TRIM MATERIAL The interior trim shall feature marine grade vinyl which features a tensile strength of ASTM D751 of excellent, tear strength meeting the Federal standard 191-5134 of excellent and shall be oil resistant passing the CID-A-A-2950A requirement for no permeation. REAR WALL INTERIOR MATERIAL The rear wall of the cab shall be covered in marine grade vinyl for a more pleasing appearance. FLOOR MAT The interior flooring of the cab shall be covered with an advanced multi-layer acoustic dampening mat. The floor matting shall be a fire and skid resistant non-wicking material. SUN VISORS The driver and officer seats shall feature a sun visor mounted in the header over each seating position. INTERIOR CAB FINISH The interior cab shall be finished in a high performance coating including the interior A, B, C and D pillars, all occupant seat frames and any surrounding surfaces extending to the ball seal around each door. This type of coating shall feature: Durability, scratch, chemical and abrasion resistance Consistent, even coverage and a uniform texture Resistance from fading from exposure to UV light ENGINE TUNNEL The engine tunnel shall be constructed of aluminum offering superior durability in addition to thermal and acoustic resistance. Intent of Specifications for the Algoma Township Fire Department Page 13 of 78 Bidder Complies Yes No The tunnel shall feature a coating which shall match the dash and header in texture and color for a consistent appearance and robust finish. CAB DASH The cab dash shall offer durable construction The polyurethane finish shall provide a tough, flexible, impact-absorbing, chemical & abrasion-resistant, even-textured and skid-resistant surface. The polyurethane finish shall offer durability and scratch resistance even against today's advanced firefighting turnout materials with consistent, even coverage and a uniform texture. The polyurethane coating finish shall resist fading from UV light. This construction shall allow for a clean, seamless dash area that shall reduce unnecessary joining of cab dash components. This design allows for the following features: Optimal heating and cooling of cab occupants, HVAC louvers shall be integrated into the gauge panel with a total of six (6) louvers; three louvers pointing at the driver and three louvers pointing at the officer. For improved safety cab switches and controls shall be ergonomically located within easy reach of the driver when in the seated position with seatbelts fastened. This design will reduce driver distraction and increase safety by putting frequently accessed driver controls within easy reach to allow the driver more time to focus on the road. The officer side cab dash shall house the three HVAC louvers on the officer side. This panel will also provide ergonomically located switches and controls for the officer. All controls shall be within easy reach while in the seated position with seatbelts fastened. Access panels on the top of the dash for both the driver and officer sides easing maintenance access to controls, components and gauge assemblies The driver side dash shall include gauges for primary air pressure, secondary air pressure, a Pacific Insight instrumentation gauge panel and the DEF gauge as standard The driver side dash shall also include two (2) lower panels to the left and right of the steering column for FMVSS switches such as the Off/Ignition and start switches and the park brake assembly The dash shall include a provision for switches to the right of the Driver The officer dash shall include a flat area for optional mounting cradles or brackets for a laptop computer, mobile data terminal, map compartment or clip board The officer dash shall include a provision for switches to the left of the Officer HVAC HEATING AND COOLING SYSTEMS The interior cab climate control shall be comprised of a triple system that shall include a defroster, a cab and crew heater and air conditioner for a complete HVAC system. Intent of Specifications for the Algoma Township Fire Department Page 14 of 78 Bidder Complies Yes No The system shall be rated as an Emergency Vehicle grade for the use in Fire and Rescue style vehicles and shall provide environmental air treatment in accordance with published SAE standards. The HVAC system shall be a total and complete system, and shall provide sufficient defrosting, heating and cooling to the entire cab. The HVAC system shall meet or exceed all specified items without the use of auxiliary heating and cooling systems. CAB PAINT AIR CONDITIONING CONDENSER COVER The air conditioning condenser cover shall be painted to match the roof color. HEATER HOSE The heater hose inside the cab for the HVAC system shall be premium silicone hose. CONDENSER The cab air conditioning system shall include one (1) low profile HE-condenser which shall be centered forward on the roof of the cab. HEATING AND COOLING CONTROLS The HVAC system shall be controlled from the Driver position DRIVER SEAT The driver's seat shall be a H. O. Bostrom Sierra Series LH seat belt, bucket seat. SEAT BELT SINGLE RETRACTOR The seat shall be equipped with a red, integrated 3-point shoulder harness and lap belt and an emergency locking single retractor built into the seat assembly SEAT MOUNTING DRIVER The drivers seat shall be installed in an ergonomic position in relation to the cab dash. DRIVER SEAT BOX STORAGE COMPARTMENT There shall be a storage area under the drivers seat. ALUMINUM ACCESS DOOR There shall be an aluminum door cover provided for the driver and officer seat compartment. The door shall be coated to match the interior of the cab, and it shall be equipped with a piano Intent of Specifications for the Algoma Township Fire Department Page 15 of 78 Bidder Complies Yes No style hinge and a manual latch. OFFICER SEAT The officer's seat shall be a H. O. Bostrom Tanker ABTS (All Belts to Seat/Integrated Seat Belts) RH seat belt, fixed base SCBA seat. The seat shall include a SCBA storage area with integral, contoured headrest and tapered side cushions with built in SCBA strap storage hooks. The seat shall include a SCBA storage area with integral headrest. SEAT BELT SINGLE RETRACTOR The seat shall be equipped with a red, integrated 3-point shoulder harness and lap belt and an emergency locking single retractor built into the seat assembly SEAT BACK A SecureAll SCBA locking system which shall store all U.S. and International SCBA brands and sizes while in transit or for storage within the seat back. The bracket shall be easily adjustable for all SCBA brands and cylinder diameters. All adjustment points shall utilize similar hardware and adjustments shall be made with one tool. OFFICERS SEAT BOX STORAGE COMPARTMENT There shall be a storage area under the officers seat. REAR FACING OUTER SEAT Two (2) rearward facing outer crew seat shall be a H. O. Bostrom Tanker ABTS (All Belts to Seat/Integrated Seat Belts) series with Flip/Up cushion. The seat shall have contoured, high- density cushions with lumbar support and Occupancy sensor in the wide seat cushion. The seat shall include a SCBA storage area with integral, contoured headrest and tapered side cushions with built in SCBA strap storage hooks. SEAT BELT SINGLE RETRACTOR The seat shall be equipped with a red, integrated 3-point shoulder harness and lap belt and an emergency locking single retractor built into the seat assembly SEAT BACK A SecureAll SCBA locking system which shall store all U.S. and International SCBA brands and sizes while in transit or for storage within the seat back. The bracket shall be easily adjustable for all SCBA brands and cylinder diameters. All adjustment points shall utilize similar hardware and adjustments shall be made with one tool. REAR FACING OUTER SEAT MOUNTING Intent of Specifications for the Algoma Township Fire Department Page 16 of 78 Bidder Complies Yes No Each rear facing outer seat shall be mounted facing the rear of the cab. FORWARD FACING CENTER SEAT Two (2) forward facing center crew seats shall be a H. O. Bostrom Tanker ABTS (All Belts to Seat/Integrated Seat Belts) series with Flip/Up cushion. The seat shall have contoured, high- density cushions with lumbar support and Occupancy sensor in the seat cushion. The seat shall include a SCBA storage area with integral, contoured headrest and tapered side cushions with built in SCBA strap storage hooks. SEAT BELT SINGLE RETRACTOR The seat shall be equipped with a red, integrated 3-point shoulder harness and lap belt and an emergency locking single retractor built into the seat assembly SCBA SEAT The seat shall be an HO Bostrom Tanker seat. The seat shall include an SCBA storage area with one piece flip-up headrest with spring return. The seat shall include two part bolster padding with removable insert to accommodate SCBA's with rigid waist belts. SEAT BACK A SecureAll SCBA locking system which shall store all U.S. and International SCBA brands and sizes while in transit or for storage within the seat back. The bracket shall be easily adjustable for all SCBA brands and cylinder diameters. All adjustment points shall utilize similar hardware and adjustments shall be made with one tool. SEAT MOUNTING FORWARD FACING CENTER The forward facing center seats shall be installed facing the front of the cab. SEAT FRAME FORWARD FACING ENCLOSED The forward facing center seats shall include an enclosed seat box which is located and installed on the rear wall. The seat box shall be constructed of no less than 5052-H32 aluminum plate. SEAT FRAME FORWARD FACING ACCESS The seat frame shall include two (2) cutouts one on each side of the seat box for access. Each cutout shall be in the outboard position facing the rear crew doors. SEAT FRAME FORWARD FACING ACCESS Intent of Specifications for the Algoma Township Fire Department Page 17 of 78 Bidder Complies Yes No The seat frame shall include two (2) doors, one (1) on the driver and one (1) on the officer side, facing the rear crew doors for access. SEAT COMPARTMENT DOOR FINISH The seat box doors shall be finished in a high performance coating. SEAT COMPARTMENT FINISH The seat frame shall be finished in a high performance coating. EXTERIOR GRAB HANDLES One (1) anti-slip exterior assist handle shall be mounted behind each of the cab doors. The grab handle shall be constructed of aluminum and be 1.25 diameter with a knurled finish enabling non-slip assistance with a gloved hand and mounted on stanchions. The handles shall be mounted to the cab CAB FASCIA The cab fascia shall offer a traditional, yet aggressive appearance, in its design Traditional style headlight bezels with 4 x 6 high intensity headlights which shall add a classic look to the fascia while improving visibility FRONT GRILLE A prominent front grille shall punctuate the aggressive design of the cab with its outboard wing style warning light bezels and heavy framework. The front grille shall feature: Stamped steel construction for superior strength and durability Chrome plated for an aesthetically pleasing appearance Two (2) 4 x 6 warning light locations in the upper wings HEADLIGHTS A quadruple headlight assembly shall be provided in the fascia to enhance the look. HEADLIGHT LOCATION The headlights shall be located on the front fascia in the upper buckets, on each side of the cab grille. Intent of Specifications for the Algoma Township Fire Department Page 18 of 78 Bidder Complies Yes No FRONT TURN SIGNALS Two (2) Whelen LED square, front turn signal assemblies shall be provided. Each turn signal shall be mounted in an attractive style bezel which is an integral part of the fascia. TURN SIGNAL LOCATION The turn signals shall be located on the front fascia directly below the headlights, one each side of the cab grille. SIDE MARKER LIGHTS Two (2) amber LED round, side marker light assemblies shall be mounted on the side of the cab ahead of the driver door, adjacent to the front head lamp bezel. HEADLIGHT AND MARKER LIGHT ACTIVATION The head light and marker lights shall be activated through a switch on the driver's panel. FRONT MARKER LAMPS The cab front shall include five (5) LED amber marker lamps above the windshield in accordance with the Department of Transportation requirements. CAB FENDERS The cab wheel wells shall include full width, 304 polished, stainless steel cab fenders to resist corrosion and enable easier cleaning maintenance. The inner liner, measuring 18" wide shall be constructed of plastic with an outer fenderette measuring 2.5" wide. CAB EXTERIOR TRIM A stainless steel trim band, 10" high, with upper and lower black trim moldings, shall be installed on the lower exterior sides of the cab and doors. The trim shall be installed so that the top edge is even with the top of the front bumper, and shall be affixed without holes and fasteners. CAB EXTERIOR TRIM The rear corners of the cab shall be trimmed in polished stainless steel to provide protection for painted surfaces and to enhance the appearance of the cab. CAB EXTERIOR TRIM The cab shall include diamond plate along the entire exterior rear wall. Intent of Specifications for the Algoma Township Fire Department Page 19 of 78 Bidder Complies Yes No FRONT MUD FLAPS The cab and chassis shall be provided with rubber front mud flaps. CAB TILT SYSTEM The cab shall be a full tilt style. A hydraulic cab lift system shall be provided consisting of an electric powered hydraulic pump, dual lift cylinders, and necessary hoses and valves. The cab shall be locked down by a two (2)-point automatic spring-loaded hook mechanism that actuates after the cab has been lowered. The cylinders shall include blocking valves which prevent motion when no control buttons are pushed. In the event of a hydraulic system failure, the valves shall retain the fluid in the cylinders. A redundant mechanical stay arm shall automatically be engaged once the cab has been fully raised. Before lowering the cab, this device must be disengaged using the stay arm control located on the drivers side rear of the cab. All mounting points shall be bolted directly to the frame rail. The cab lift safety system shall be interlocked with the parking brake. The cab tilt mechanism shall be active only when the parking brake is set and the battery master switch is in the on position. If the parking brake is release, the cab tilt mechanism shall be disabled. A warning light shall illuminate in the cab instrument panel to indicate whenever the cab is not fully latched in the locked down position, and the parking break is release. REARVIEW MIRRORS Ramco model CRM-1350-PCHR bus style mirrors shall be provided. The mirror heads shall be injection molded chrome plated ABS plastic and shall measure 9.75" wide x 13.5" high. The mirrors shall be mounted one (1) on each the driver and officer doors of the cab with polished die-cast aluminum arms. The mirrors shall feature an upper heated remote controlled flat glass and a lower heated remote controlled convex glass. The mirror control switches shall be located within easy reach of the driver. The mirrors shall be manufactured using the finest quality non-glare glass and shall feature a rigid mounting reduce vibration. The mirrors shall be corrosion free under all weather conditions. REARVIEW MIRROR REMOTE ACTIVATION Intent of Specifications for the Algoma Township Fire Department Page 20 of 78 Bidder Complies Yes No The driver's panel shall include activation for the rearview mirrors remote function. The driver panel shall also include a switch activating the mirrors to be heated. CAB TWO TONE PAINT The cab shall then be painted with the specific colors designated by the customer with a minimum thickness of 2.00 mils of finished paint, followed by a clear top coat not to exceed 2.00 mils. CAB PAINT UPPER The upper cab color shall match current department paint color CAB PAINT LOWER The lower or primary cab color shall match current department paint color CAB PAINT EXTERIOR BREAKLINE The upper and lower paint shall meet on the cab which shall start at the grille under the wings and travel 6" below the cab windshield and approximately 5" under the driver and passenger and crew door windows. CAB UNDERCOAT The cab shall have an undercoat applied prior to the cab being set on the running gear. The under coat shall be a waterborne, one-component, air dry undercoat formulated to prevent chipping, cracking and marring of painted or unpainted surfaces after exposure to high impact sand, gravel or other abrasive materials. It shall also have high corrosion resistance. PAINT SPRAY OUT The customer shall be supplied with a paint spray out for customer approval prior to the cab being painted. FRONT AXLE Shall be left up to the MFG. for design, style, and capacity FRONT SUSPENSION Shall be left up to the MFG. for design, style, and capacity Intent of Specifications for the Algoma Township Fire Department Page 21 of 78 Bidder Complies Yes No CHASSIS ALIGNMENT The chassis frame rails shall be measured to insure the length is correct and cross checked to make sure they run parallel and are square to each other. The front and rear axles shall be laser aligned. The front tires and wheels shall be aligned and toe-in set on the front tires by the apparatus manufacturer. Alignment documentation shall be submitted on final inspection FRONT AXLE CRAMP ANGLE The chassis shall have a front axle cramp angle of at least 46 degrees to the left and right. The manufacturer shall provide third party verification of cramp angle upon request from the fire department. FRONT TIRES The front tires shall be Good Year 38565R 22.5 G296 MSA J tubeless radial. TIRE BALANCING There shall be counter acting balancing beads used in all of the tires. FRONT WHEEL The front wheels shall be Alcoa hub piloted, 22.50 inch X 12.25 inch polished aluminum wheels. FRONT BRAKES The chassis shall include front brakes which are a Meritor brand, 16.5" x 6" S-cam drum type. Front brakes shall include brake chambers supplied by Meritor and shall be approved per application. FRONT BRAKE SLACK ADJUSTERS The front brakes shall include Meritor automatic slack adjusters shall be installed on the chassis STEERING COLUMN AND WHEEL Intent of Specifications for the Algoma Township Fire Department Page 22 of 78 Bidder Complies Yes No The cab shall include a steering column. The steering column shall feature an 18, four (4) spoke steering wheel located at the drivers position; a five (5) position tilt and 2.25 telescopic adjustment. The steering wheel shall be provided with a black vinyl cover with foam padding and a horn button, self-canceling turn signal switch, four-way hazard switch and headlamp dimmer switch. The steering column shall also incorporate a steering angle sensor. The chassis shall include dual electric 12-volt horn with a minimum 110 decibels. REAR AXLE Shall be left up to the MFG. for design, style, and capacity REAR BRAKES The rear brakes shall be Meritor 16.50 inch X 7.00 inch S-cam drum type. The rear brakes shall include brake chambers supplied by Meritor and shall be approved per application. REAR BRAKE SLACK ADJUSTERS The rear brakes shall include Meritor automatic slack adjusters installed on the axle REAR TIRES The rear tires shall be Goodyear 12R 22.5 16PR H tubeless radial G622 RSD. TIRE BALANCING There shall be counter acting balancing beads used in all of the tires. REAR WHEEL The rear wheels shall be Alcoa hub piloted, heavy duty, 22.50 inch x 8.25 inch aluminum wheels. Each outer wheel shall have a polished aluminum finish on the exterior surface and each inner wheel shall have a machine finish. The wheels shall be forged from a single piece of aluminum which shall be corrosion resistant, engineered to be lightweight and provide exceptional performance. The hub piloted mounting system shall provide easy installation and shall include two-piece flange nuts. WHEEL GUARDS The rear wheels shall include a plastic isolator approximately 0.04 thick installed between the Aluminum and steel to help prevent corrosion caused by dissimilar metal contact. Intent of Specifications for the Algoma Township Fire Department Page 23 of 78 Bidder Complies Yes No VALVE STEM EXTENSION - SINGLE AXLE To allow for easy checking and inflation of the rear inner tire it shall be equipped with a multi-layer valve stem extension, the layers shall be as follows: starting from the inner to out layer, stainless steel metal core, air tube, stainless steel jacket, protective color. VEHICLE TOP SPEED The top speed of the vehicle shall be programmed at approximately 68 MPH +/-2 MPH at governed engine RPM. BRAKE SYSTEM A rapid build-up air brake system shall be provided. The air brakes shall include a two (2) air tank, three (3) reservoir system with a minimum of 4152 cubic inch of air capacity. A floor mounted treadle valve shall be mounted inside the cab for graduated control of applying and releasing the brakes. The system shall include an anti-compounding feature. All air reservoirs provided on the chassis shall be labeled for identification. The rear axle spring brakes shall automatically apply in any situation when the air pressure falls below 25 PSI and shall include a mechanical means for releasing the spring brakes when necessary. An audible alarm shall designate when the system air pressure is below 60 PSI. A four (4) sensor, four (4) modulator anti-lock braking system (ABS) shall be installed on the front and rear axles in order to prevent the brakes from locking or skidding while braking during hard stops or on icy or wet surfaces. This in turn shall allow the driver to maintain steering control under heavy braking and in most instances, shorten the braking distance. The electronic monitoring system shall incorporate diagonal circuitry which shall monitor wheel speed during braking through a sensor and tone ring on each wheel. A dash mounted ABS lamp shall be provided to notify the driver of a system malfunction. The ABS system shall automatically disengage the auxiliary braking system device when required. The speedometer screen shall be capable of reporting all active defaults using PID/SID and FMI standards. Additional safety shall be accommodated through Automatic Traction Control (ATC) which shall be installed on the single rear axle. The ATC system shall apply the ABS when the drive wheels loose traction. The system shall scale the electronic engine throttle back to prevent wheel spin while accelerating on ice or wet surfaces. The Electronic Stability Control (ESC) unit is a functional extension of the electronic braking system. It is able to detect any skidding of the vehicle about its vertical axis as well as any rollover tendency. The control unit comprises an angular-speed sensor that measures the vehicles motion about the vertical axis, caused, for instance, by cornering or by skidding on a slippery road surface. An acceleration sensor measures the vehicles lateral acceleration. The Controller Area Network (CAN) bus provides information on the steering angle. On the basis Intent of Specifications for the Algoma Township Fire Department Page 24 of 78 Bidder Complies Yes No of lateral acceleration and steering angle, an integrated microcontroller calculates a theoretical angular speed for the stable vehicle condition. The Meritor Wabco ABS and ESC system shall come with a three (3) year/300,000 mile parts and labor warranty. PARK BRAKE Upon application of the push-pull valve in the cab, the rear brakes will engage via mechanical spring force. This is accomplished by dual chamber rear brakes, satisfying the FMVSS parking brake requirements. Park brake system shall include an anti-compounding feature. PARK BRAKE CONTROL A Meritor-Wabco manual hand control push-pull style valve shall operate the parking brake system. The control shall be yellow in color. The parking brake actuation valve shall be mounted on the driver's side dash to the right of the steering column within easy reach of the driver. AIR DRYER The brake system shall include a Wabco System Saver 1200 plus air dryer with an integral 100 watt heater with a Metri-Pack sealed connector. The system shall have an integrated purge volume and integrated governor. MOISTURE EJECTORS An automatic moisture ejector with a manual cable actuated drain provision shall be installed on the wet tank of the air supply system. Manual cable actuated drain valves shall be installed on all remaining reservoirs of the air supply system. The actuation pull cables shall be coiled and tied at each drain valve. The supplied cables when extended shall be sufficient in length to allow each drain to be activated from the side of the apparatus. AIR SUPPLY LINES A dual air system plumbed with color coded reinforced nylon tubing air lines shall be installed on the chassis. The primary (rear) brake line shall be green, the secondary (front) brake line orange, the parking brake line yellow and the auxiliary (outlet) will be black; in accordance with SAE standards. No Exception. Brass push-lock type fittings shall be used on the nylon tubing. All drop hoses shall include fiber reinforced neoprene covered hoses. Intent of Specifications for the Algoma Township Fire Department Page 25 of 78 Bidder Complies Yes No FRAME The chassis frame shall consist of two (2) C style parallel rails, constructed of high strength low alloy and shall feature the following: A 10.19 high by 3.63 deep cold rolled steel frame or equivalent. .38 thick flange Inner channel measuring 9.31" high x 3.25" deep x .25" thick The 10.19 frame height shall be maintained throughout the entire length of the frame to allow for maximum storage capacity for the entire apparatus. If frame rails that are larger than those specified are to be utilized, the maximum height of each frame rail shall not exceed 10.25 at any point on the frame rail. This will ensure the lowest possible vehicle center of gravity allowing maximum stability as well as providing the lowest body height possible. Frame rail shall have a consistent frame web throughout the entire length. The entire frame rail design shall be manufactured in the United States of America and readily available on the aftermarket. Grade 8 Structural fasteners, Huck bolts shall not be acceptable. No Exception. Manufacturer's lifetime warranty The frame ratings shall be as follows: 110,000 PSI minimum yield strength high strength low alloy steel Minimum Resisting Bending Moment (RBM) of 2,810,000 inch pounds per rail To avoid frame cracking and failure over time, the top flange of the frame adjacent to the engine installation shall have a tapered design. Notches for engine components shall not be accepted due to fatigue and the potential for cracking. No Exceptions UNDER FRAME REINFORCEMENT An under slung frame reinforcement shall be installed below the frame rails in the transmission area to increase the vertical rigidity of the frame. The under frame reinforcement provides: Enhanced handling Improved ride quality Increase resistance to frame and cross member fatigue Enhanced vehicle stability providing improved safety to occupants CROSS MEMBERS There shall be a minimum of seven (7) steel plate cross members installed on the apparatus. Intent of Specifications for the Algoma Township Fire Department Page 26 of 78 Bidder Complies Yes No 50,000 psi minimum yield strength steel plate cross members Manufacturer's lifetime warranty to match frame warranty. No Exceptions. Installed with one-piece cross member gusset to maximize vertical strength and minimize cross member flex Cross members can be inverted when required to allow for PTO drive line installation without the need for notching or modifying the cross members in anyway. No Exceptions. FRAME FINISH The frame shall be powder coated to resist weather, dirt and other corrosive material. ENGINE A Cummins ISL 9.0 liter, four-cycle diesel fueled, turbo charged engine shall feature the following: The engine shall be coupled with a Holset VGT (Variable Geometry Turbocharger). The engine shall be filled with Citgo brand Citgard 500 (or equivalent) SAE 15W40 CJ4 low ash engine oil for proper engine lubrication. The engine shall be EPA certified to meet current emissions standards without compromising performance, reliability or durability using cooled exhaust gas recirculation and selective catalytic reduction technology. The engine shall include an original equipment manufacturer installed oil drain plug. The engine shall include programming which will govern the top speed of the vehicle. AIR COMPRESSOR The air compressor provided for the engine shall be a Wabco SS318 single cylinder pass- through drive type compressor which shall be capable of producing 18.7 CFM at 1200 engine RPMs AIR GOVERNOR An air governor shall be provided to control the cut-in and cut-out pressures of the engine mounted air compressor. The governor shall be calibrated to meet FMVSS requirements. The air governor shall be integrated in the air dryer assembly. Intent of Specifications for the Algoma Township Fire Department Page 27 of 78 Bidder Complies Yes No HORSEPOWER The engine shall have 450 horsepower at 2100 RPM, with a governed speed of 2200 RPM. The engine shall have 1250 foot pounds of torque at 1400 RPM. ENGINE FAN DRIVE The engine cooling system fan shall incorporate a thermostatically controlled, one (1) piece nine (9) blade Horton clutched type fan drive, and shroud. AUXILIARY ENGINE BRAKE The engine shall utilize a variable geometry turbo (VGT). The VGT auxiliary engine brake shall be an integral part of the turbo and shall offer a variable rate of exhaust flow, which when activated shall slow the engine and in turn slow the vehicle. The VGT shall actuate the vehicles brake lights when engaged as an auxiliary brake. A cutout relay shall be installed to disable the VGT when in pump mode or when an ABS event occurs. The VGT engine brake shall activate at a 0% accelerator throttle position when in operation mode. TRANMSISION PRE-SELECT When the auxiliary brake is engaged, the transmission shall automatically shift to second gear to decrease the rate of speed. The transmission shall assist the secondary braking system, thereby slowing the vehicle. AUXILIARY ENGINE BRAKE CONTROL A VG turbo control device shall be included. The electronic control device shall monitor various conditions and shall activate the engine brake only if all of the following conditions are simultaneously detected: A valid gear ratio is detected. The driver has requested or enabled engine compression brake operation. The throttle is at a minimum engine speed position. The electronic controller is not presently attempting to execute an electronically controlled final drive gear shift. The VG turbo shall be controlled through an on/off switch driver's side panel. ENGINE PROGRAMMING HIGH IDLE SPEED Intent of Specifications for the Algoma Township Fire Department Page 28 of 78 Bidder Complies Yes No The Engine high idle will be set at 1250 RPM. The high idle will be operational only when the parking brake is set and the truck transmission is in neutral. ENGINE HIGH IDLE CONTROL The vehicle shall be equipped with a high-idle speed control which shall be pre-set to maintain the engine idle at a pre-determined rate when activated manually. This device shall operate when the master switch is activated and be safety interlocked only to function when the transmission is in neutral with the parking brake set. ENGINE AIR INTAKE The engine air intake system shall include an ember separator air intake filter which shall be located behind the fascia. The filter shall protect the downstream air filter from embers using a combination of unique flat and crimped metal screens constructed into a corrosion resistant steel frame. This multilayered screen shall be designed to trap embers or allow them to burn out before passing through the pack, while creating only minimal air flow restriction through the system. Periodic cleaning or replacement of the screen shall be all that is required after installation. The intake shall also feature a cyclone style water separator to remove unwanted moisture from incoming air. The engine shall include an air intake filter which shall be bolted to the frame and located under the front of the cab. This dry type filter shall ensure dust and debris is safely contained inside the disposable housing, eliminating the chance of contaminating the air intake system during air filter service via a leak-tight seal. The filter must have a capacity of no less than 1350 cubic feet of air per minute. The filter paper media must be of a flame retardant treated material. An electric air filter restriction indicator shall also be included with the system. ENGINE EXHAUST SYSTEM The exhaust system shall include a one piece diesel particulate filter (DPF), a diesel oxidation catalyst, and a selective catalytic reduction catalyst (SCR) to meet current EPA standards. The selective catalytic reduction catalyst shall utilize a diesel exhaust fluid solution consisting of urea and purified water to convert nitrogen oxide into nitrogen, water, and trace amounts of carbon dioxide. The solution shall be injected into the system between the DPF and SCR chambers. Intent of Specifications for the Algoma Township Fire Department Page 29 of 78 Bidder Complies Yes No The system shall utilize 0.065 inch thick stainless steel exhaust tubing between the engine turbo and the DPF. The after treatment canister through the end of the tailpipe shall all be connected with zero leak gasketed clamps. The discharge shall terminate horizontally on the right side of the vehicle ahead of the rear tires with an exhaust gas diffuser. The diffuser shall lower exhaust gas temperatures during the regeneration cycle. DIESEL EXHAUST FLUID TANK There shall be a molded cross linked polyethylene tank for the Diesel Exhaust Fluid (DEF). The tank shall have a capacity of not less than five (5) usable gallons (18.92 Liters) and shall be mounted on the left hand side of the chassis frame in front of the batteries below the frame. The DEF tank shall be designed with capacity for expansion in case of fluid freezing. Engine coolant, which shall be thermostatically controlled, shall be run through lines in the tank to help prevent the DEF from freezing and to provide a means of thawing the fluid if it should become frozen. DIESEL EXHAUST FLUID TANK There shall be an access door provided in the top rear step of left side crew area for access to the DEF tank. ENGINE EXHAUST ACCESSORIES An exhaust temperature mitigation device shall be shipped loose for installation by the body manufacturer on the vehicle. The temperature mitigation device shall lower the temperature of the exhaust by combining ambient air with the exhaust gasses at the exhaust outlet. ENGINE EXHAUST WRAP The exhaust tubing between the engine turbo and the diesel particulate filter (DPF) shall be wrapped with a thermal cover in order to retain the necessary heat for DPF regeneration. The exhaust wrap shall also help protect surrounding components from radiant heat which can be transferred from the exhaust. DIESEL PARTICULATE FILTER CONTROLS Provide DPF system status annunciation indicator lights, lights shall be installed on driver dash to alert driver when regeneration is needed and when DPF is in an active re-generation cycle. Warning systems shall provide DEF low level warning. Intent of Specifications for the Algoma Township Fire Department Page 30 of 78 Bidder Complies Yes No Driver's dash shall be provided with two (2) controls for the Diesel particulate filter; one (1) manual regeneration switch to activate a regeneration cycle manually when passive burn is unobtainable due to driving conditions; and one (1) Regen "Inhibit Switch". The switches shall be located in a covered location. ENGINE COOLING SYSTEM The radiator and the complete cooling system shall meet or exceed NFPA and engine manufacturer cooling system requirements. COOLANT HOSES The cooling systems hose shall be formed silicone hose and formed aluminized steel tubing and include constant tension spring clamps. ENGINE COOLANT The cooling package shall include Extended Life Coolant (ELC). The use of ELC provides longer intervals between coolant changes over standard coolants providing improved performance. The coolant shall contain a 50/50 mix of ethylene glycol and de-ionized water to keep the coolant from freezing to a temperature of -34 degrees F. Supplemental coolant additives (SCA) are not required as this is part of the extended life coolant makeup. ADDITIONAL COOLANT SHUT OFF VALVE An additional coolant shut off valve with connection shall be installed in the chassis coolant lines with a connector. This shall allow for the installation of an additional heater such as a pump compartment heater without draining the coolant system. ENGINE PUMP HEAT EXCHANGER A single bundle type coolant to water heat exchanger shall be installed between the engine and the radiator. This pump heat exchanger shall circulate water from the fire pump to the heat exchanger thereby reducing the temperature of the coolant for the engine. The heat exchanger shall be designed to prohibit water from the pump from coming in contact with the engine coolant. TRANSMISSION Intent of Specifications for the Algoma Township Fire Department Page 31 of 78 Bidder Complies Yes No The drive train shall include an Allison model EVS 3000 torque converting, automatic transmission which shall include electronic controls. The transmission shall feature two (2) 10-bolt PTO pads located on the converter housing. TRANSMISSION COOLING SYSTEM The transmission shall include water to oil cooler system located in the cooling loop between the radiator and the engine. The transmission cooling system shall meet all transmission manufacturer requirements. The transmission cooling system shall feature continuous flow of engine bypass water to maintain uninterrupted transmission cooling. TRANSMISSION DRAIN PLUG The transmission shall include an original equipment manufacturer installed magnetic oil drain plug. AUTOMATIC NEUTRAL The transmission shall be provided with an automatic neutral. When the parking brake is applied the transmission automatically returns to neutral. TRANSMISSION FLUID The transmission shall include two (2) internal oil filters and Allison approved transmission fluid which shall be utilized in the lubrication of the EVS transmission. An electronic oil level sensor shall be included with the readout located in the shift selector. TRANSMISSION SHIFT SELECTOR An Allison GEN V pressure sensitive range selector touch pad shall be provided and located on the tunnel to the right of the driver. The shift selector shall provide an indicator on the digital display and shall alert the driver/operator when a specific maintenance function is required. TRANSMISSION MODE PROGRAMMING The transmission, upon start-up, will select the fifth speed operation without the need to press the mode button. TRANSMISSION PROGRAMMING The EVS group package number 127 shall contain the 198 vocational package for the fire service for this apparatus as a Pumper. This package shall incorporate an automatic neutral with selector override. This feature commands the transmission to neutral when the park Intent of Specifications for the Algoma Township Fire Department Page 32 of 78 Bidder Complies Yes No brake is applied, regardless of drive range requested on the shift selector which requires re- selecting the drive range to shift out of neutral for the override. This package shall be coupled with the use of a split shaft PTO and incorporate pumping circuits. The transmission will detect the pump engaged signal and automatically select or deselect fourth gear lock-up. These circuits shall be used allowing the vehicle to operate in the fourth range lockup while operating the pump mode due to the 1 to 1 ratio through the transmission, therefore the output speed of the engine is the input speed to the pump. The pump output can be easily calculated by using this input speed and the drive ratio of the pump itself to rate the gallons of water the pump can provide. A nine (9) pin diagnostic connector will be provided next to the steering column. The trans module shall contain the following circuits Function ID Description Wire assignment C PTO Request 142 J Fire Truck Pump Mode (4th Lockup) 122 / 123 C Range Indicator 145 (4th) G PTO Enable Output 130 Signal Return 103 DRIVELINE All drivelines shall be heavy duty metal tube and equipped with Spicer 1710 series universal joints. The shafts shall be dynamically balanced prior to installation to alleviate future vibration. In areas of the driveline where a slip shaft is required, the splined slip joint shall be coated with Glide Coat. FUEL FILTER/WATER SEPARATOR The fuel system shall have a Fleetguard FS1098 fuel filter/water separator as a primary filter. The fuel filter shall have a drain valve. Water in fuel sensor shall be provided and wired to an instrument panel lamp and audible alarm to indicate when water is present in the fuel/water separator. A secondary fuel filter shall be included as approved by the engine manufacturer. FUEL SYSTEM The fuel tank shall have a capacity of fifty (50) gallons/ the tank shall offer: Intent of Specifications for the Algoma Township Fire Department Page 33 of 78 Bidder Complies Yes No A vent port which will facilitate venting to the top of the fill neck for rapid filling without any blow-back Two (2) 2 NPT fill ports for left and right hand fill with a .5 NPT drain plug centered side to side 9" from the front of the tank A roll over ball check vent for temperature related fuel expansion and draw A design including dual draw tubes and sender flanges A baffled design and shall be constructed of steel A black Powder Coated exterior to ensure corrosion resistance The fuel tank shall be mounted below the frame, behind the rear axle. There shall be two (2) three-piece strap hanger assemblies with U straps bolted midway on the fuel tank, allowing the tank to be easily lowered and removed for service purposes. The strap hanger material shall be stainless steel. For isolation of vibration and movement, rubber isolating pads shall be provided between the tank and the hanger strap assemblies. The tank straps shall be attached to rubber coated cross members which help isolate the tank from frame flex. Strap mounting studs through the rail, hidden behind the body shall not be acceptable. All fuel lines shall be connected with steel fittings with all fittings pointed towards the right side (curbside) of the chassis. The chassis fuel lines shall feature an additional 4 of length provided so the tank can be easily lowered and removed for service purposes which shall be coiled and secured at the top of the tank. FUEL SHUTOFF VALVE Two (2) fuel shutoff valves shall be installed at the fuel filter to allow the fuel filter to be changed without loss of fuel to the fuel pump. ALTERNATOR The charging system shall include a 320 Amp Delco Remy 40SI 12 volt alternator. The alternator shall feature: ELECTRICAL SYSTEM There shall be a 12 volt direct current single starting electrical system providing power to all components for the cab and chassis. The system shall feature: Intent of Specifications for the Algoma Township Fire Department Page 34 of 78 Bidder Complies Yes No 300 degree Fahrenheit high temperature, flame retardant loom All SAE wiring color coded and labeled as to its function Wiring which is cross link with 311 degree Fahrenheit insulation A suppressed system in accordance with SAE J551 The primary power distribution will be located forward of the officer's seating position and be easily accessible while standing on the ground for simplified maintenance and troubleshooting. Additional electrical distribution centers will be provided throughout the vehicle to house the vehicle's electrical power, circuit protection, and control components. The electrical distribution centers will be located strategically throughout the vehicle to minimize wire length. For ease of maintenance, all electrical distribution centers will be easily accessible. All distribution centers containing fuses, circuit breakers and/or relays will be easily accessible. Circuit protection devices, which conform to SAE standards, will be utilized to protect electrical circuits. All circuit protection devices will be rated per NFPA requirements to prevent wire and component damage when subjected to extreme current overload. General protection circuit breakers will be a combination of automatic and manual reset breakers. This will provide a durability and capacity maximization of the electrical system. When required, automotive type fuses will be utilized to protect electronic equipment. Control relays and solenoid will have a direct current rating of 125 percent of the maximum current for which the circuit is protected per NFPA. EMI/RFI PROTECTION To prevent erroneous signals from crosstalk contamination and interference, the electrical system will meet, at a minimum, SAE J551/2, thus reducing undesired electromagnetic and radio frequency emissions. An advanced electrical system will be used to ensure radiated and conducted electromagnetic interference (EMI) or radio frequency interference (RFI) emissions are suppressed at their source. The apparatus will have the ability to operate in the electromagnetic environment typically found in fire ground operations to ensure clean operations. The electrical system will meet, without exceptions, electromagnetic susceptibility conforming to SAE J1113/25 Region 1, Class C EMR for 10 KHz-1GHz to 100 Volts/Meter. The vehicle OEM, upon request, will provide EMC testing reports from testing conducted on an entire apparatus and will certify that the vehicle meets SAE J551/2 and SAE J1113/25 Region 1, Class C EMR for 10 KHz- 1GHz to 100 Volts/Meter requirements. Component and partial (incomplete) vehicle testing is not adequate as overall vehicle design can impact test results and thus is not acceptable by itself. EMI/RFI susceptibility will be controlled by applying appropriate circuit designs and shielding. The electrical system will be designed for full compatibility with low-level control Intent of Specifications for the Algoma Township Fire Department Page 35 of 78 Bidder Complies Yes No signals and high-powered two-way radio communication systems. Harness and cable routing will be given careful attention to minimize the potential for conducting and radiated EMI/RFI susceptibility. ELECTRICAL HARNESSING INSTALLATION To ensure rugged dependability, all wiring harnesses installed by the apparatus manufacturer will conform to the following specifications: SAE J1128 - Low tension primary cable SAE J1292 - Automobile, truck, truck-tractor, trailer and motor coach wiring SAE J163 - Low tension wiring and cable terminals and splice clips SAE J2202 - Heavy duty wiring systems for on-highway trucks NFPA 1901 - Standard for automotive fire apparatus FMVSS 302 - Flammability of interior materials for passenger cars, multipurpose passenger vehicles, trucks and buses SAE J1939 - Serial communications protocol SAE J2030 - Heavy-duty electrical connector performance standard SAE J2223 - Connections for on board vehicle electrical wiring harnesses NEC - National Electrical Code SAE J561 - Electrical terminals - Eyelet and spade type SAE J928 - Electrical terminals - Pin and receptacle type A For increased reliability and harness integrity, harnesses will be routed throughout the cab and chassis in a manner which allows the harnessing to be laid into its mounting location. Routing of harnessing which requires pulling of wires through tubes will not be allowed. Wiring will be run in loom or conduit where exposed, and have grommets or other edge protection where wires pass through metal. Wiring will be color, function and number coded. Wire colors will be integral to each wire insulator and run the entire length of each wire. Harnessing containing multiple wires and uses a single wire color for all wires will not be allowed. Function and number codes will be continuously imprinted on all wiring harness conductors at 3.00" intervals. All wiring installed between the cab and into doors will be protected by an expandable rubber boot to protect the wiring. Exterior exposed wire connectors will be positive locking, and environmentally sealed to withstand elements such as temperature extremes, moisture and automotive fluids. Electrical wiring and equipment will be installed utilizing the following guidelines: All wire ends not placed into connectors will be sealed with a heat shrink end cap. Wires without a terminating connector or sealed end cap will not be allowed. All holes made in the roof will be caulked with silicon. Large fender washers, liberally caulked, will be used when fastening equipment to the underside of the cab roof. Intent of Specifications for the Algoma Township Fire Department Page 36 of 78 Bidder Complies Yes No Any electrical component that is installed in an exposed area will be mounted in a manner that will not allow moisture to accumulate in it. Exposed area will be defined as any location outside of the cab or body. For low cost of ownership, electrical components designed to be removed for maintenance will be quickly accessible. For ease of use, a coil of wire will be provided behind the appliance to allow them to be pulled away from the mounting area for inspection and service work. Corrosion preventative compound will be applied to non-waterproof electrical connectors located outside of the cab or body. All non-waterproof connections will require this compound in the plug to prevent corrosion and for easy separation of the plug. Any lights containing non-waterproof sockets in a weather-exposed area will have corrosion preventative compound added to the socket terminal area. All electrical terminals in exposed areas will have protective Coating applied completely over the metal portion of the terminal. Rubber coated metal clamps will be used to support wire harnessing and battery cables routed along the chassis frame rails. Heat shields will be used to protect harnessing in areas where high temperatures exist. Harnessing passing near the engine exhaust will be protected by a heat shield. Cab and crew cab harnessing will not be routed through enclosed metal tubing. Dedicated wire routing channels will be used to protect harnessing therefore improving the overall integrity of the vehicle electrical system. The design of the cab will allow for easy routing of additional wiring and easy access to existing wiring. All braided wire harnesses will have a permanent label attached for easy identification of the harness part number and fabrication date. All standard wiring entering or exiting the cab will be routed through sealed bulkhead connectors to protect against water intrusion into the cab. BATTERY CABLE INSTALLATION All 12-volt battery cables and battery cable harnessing installed by the apparatus manufacturer will conform to the following requirements: SAE J1127 - Battery Cable SAE J561 - Electrical terminals, eyelets and spade type SAE J562 - Nonmetallic loom SAE J836A - Automotive metallurgical joining SAE J1292 - Automotive truck, truck-tractor, trailer and motor coach wiring NFPA 1901 - Standard for automotive fire apparatus Battery cables and battery cable harnessing will be installed utilizing the following guidelines: All battery cables and battery harnesses will have a permanent label attached for easy identification of the harness part number. Intent of Specifications for the Algoma Township Fire Department Page 37 of 78 Bidder Complies Yes No Splices will not be allowed on battery cables or battery cable harnesses. For ease of identification and simplified use, battery cables will be color coded. All positive battery cables will be red in color or wrapped in red loom the entire length of the cable. All negative battery cables will be black in color. For increased reliability and reduced maintenance, all electrical buss bars located on the exterior of the apparatus will be coated to prevent corrosion. ELECTRICAL COMPONENT INSTALLATION All lighting used on the apparatus will be, at a minimum, a two (2) wire light grounded through a wired connection to the battery system. Lights using an apparatus metal structure for grounding will not be allowed. An operational test will be conducted to ensure that any equipment that is permanently attached to the electrical system is properly connected and in working order. The results of the tests will be recorded and provided to the purchaser at time of delivery. 12V POWER POINTS There shall be one (1) 12v power point and one (1) dual USB power point provided. They shall be mounted in the drivers side of the dash. They shall be within easy reach of the driver; and shall be wired directly to the battery 12V POWER POINTS There shall be one (1) 12v power point and one (1) dual USB power point provided. They shall be mounted in the officers side of the dash. They shall be within easy reach of the officer; and shall be wired directly to the battery DRIVER SWITCH PANEL The driver panel to the right of the Drivers position shall include the following: In the upper most row it shall have the HVAC Controls, which shall include three (3) controls, the fan speed, comfort and defrost control, and temperature control. In the far right position shall be the seat belt indicator. In the middle section there shall be eight (8) backlit switches, the switch on the far right side shall be a high idle switch. In the bottom row there shall be six (6) switches. The two (2) switches in the far right location shall be the dimmer switch in the second to last switch location and the wiper controls in the last switch location. OFFICER SWITCHES The panel on the Officer's position shall include one (1) row of eight (8) switches. Intent of Specifications for the Algoma Township Fire Department Page 38 of 78 Bidder Complies Yes No BLACK MOUNTING SWITCH PLATE A black mounting plate containing a switch panel with seven (7) switches shall be provided and incorporated in the center dash console. MASTER WARNING SWITCH A master switch shall be included in the main rocker switch panel. The switch shall be a rocker type, red in color and labeled Master for identification. The switch shall feature control over all devices wired through it. Any warning device switch left in the ON position shall automatically power up when the master switch is activated. COMMUNICATION ANTENNA BASE A communications antenna base shall be provided and mounted on the cab roof on the Officer's side. COMMUNICATION ANTENNA CABLE ROUTING The cable routing for the communication antenna shall terminate in front of the Officer kick panel. LOAD MANAGEMENT SYSTEM A load manager shall be installed on the chassis. It shall be programmed to shed loads to prevent over loading of the electrical system. VEHICLE DATA RECORDER Apparatus shall be equipped with a Class1 Vehicle Data Recorder (VDR) that is connected to the power train CAN (Controller Area Network) bus consisting of transmission (TCM), engine control (ECM) and anti-lock brake (ABS) modules mounted on the apparatus. The VDR will function per NFPA 1901-2009 sections 4.11 (Vehicle Data Recorder) utilizing the power train s J1939 data. The apparatus shall be equipped with a Class1 Seat Belt Warning System (SBW) that is connected to the power train CAN (Controller Area Network) bus consisting of transmission (TCM), engine control (ECM) and anti-lock brake (ABS) modules mounted on the apparatus. The SBW will function per NFPA 1901-2009 14.1.3.10 (Seat Belt Warning) using the Class1 Seat Belt Input Module for seat occupied and belt status information. Intent of Specifications for the Algoma Township Fire Department Page 39 of 78 Bidder Complies Yes No The SBW system shall have the ability to use either normally open (NO) or normally closed (NC) switches (user selectable by dip switches at ground potential) for operation. CAB INSTRUMENTATION The instrumentation panel within the cab shall feature a gauge panel which shall include three (3) 5"diameter information centers, telltale indicator lamps, control switches, alarms, and a LCD diagnostic panel. The gauges shall be easy to read including red backlighting. ALARMS Audible steady tone warning alarm: A steady audible tone alarm will be provided whenever a warning message is present. BACKLIGHTING COLOR The instrumentation gauges and the switch panel legends shall be backlit using red LED backlighting. BATTERIES The single start electrical system shall include six (6) 1000 CCA batteries. BATTERY COMPARTMENTS A well ventilated battery storage compartment shall house the batteries on the officer and driver side of the chassis and shall be located so as to offer easy access to the batteries when the cab is tilted. The each battery compartment shall feature battery box and cover. BATTERY CABLES The starting system shall include cables which shall be protected by a 275 degree F, minimum high temperature flame retardant loom. The cables shall be in a loom to help keep out dirt, dust and debris. BATTERY JUMPER STUD The starting system shall include battery jumper studs. Intent of Specifications for the Algoma Township Fire Department Page 40 of 78 Bidder Complies Yes No These studs shall be located in the forward most po

300 Monroe Avenue NW Grand Rapids,Michigan 49503Location

Address: 300 Monroe Avenue NW Grand Rapids,Michigan 49503

Country : United StatesState : Michigan

You may also like

Firefighting Apparatus

Due: 10 Feb, 2026 (in 21 months)Agency: Sourcewell (formerly NJPA)

Request for Proposals for a Pumper Fire Apparatus

Due: 30 May, 2024 (in 28 days)Agency: City of Leduc

GLCA-VRP/FIRE APPARATUS INSP/REPAIR

Due: 14 Sep, 2028 (in about 4 years)Agency: NATIONAL PARK SERVICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.