Lowell Fire Apparatus

From: Kent County Administration(State)
BID 4359

Basic Details

started - 15 Apr, 2021 (about 3 years ago)

Start Date

15 Apr, 2021 (about 3 years ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification
BID 4359

Identifier

BID 4359
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.

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 4359 Description Lowell Fire Apparatus Date of Issuance 4/29/2021 Inquiries Deadline Date & Time (local) 5/13/2021, 2 PM Due Date & Time (local) 6/3/2021, 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 Lowell Fire Department. 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 contractor’s 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. 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. https://kentcountymi.zoom.us/j/95485873248?pwd=cVhBaWZHbUFoOWpWelZReVBVTDRQZz09 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. A Respondent may be removed from the bidders list and existing contracts terminated within the boundaries of the contract by the Purchasing Manager if the Respondent has withdrawn a bid or proposal after the opening, failed to provide goods or services satisfactorily in accordance with the specifications and/or terms of the contract, or undermines the procurement process and/or is abusive to the agency. 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. 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. https://www.accesskent.com/RFPWorkbench/LoadPublicTableAction.action 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 Lowell 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 three (3) customer personnel. Trips in excess of 250 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 250 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. DELIVERY The completed apparatus will be transported to the Lowell 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, 2022. 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 https://www.accesskent.com/Departments/Purchasing/vendor.htm https://www.accesskent.com/Departments/Purchasing/vendor.htm 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. WARRANTY All equipment/materials shall consist of the original manufacturer warranty in addition to any other warranties specified in this Solicitation. Warranties shall include, at minimum, warranties against defects in design, materials, and workmanship. The warranty period will start upon acceptance of apparatus. Labor and shipping costs for the replacement of defective material will be borne by the Respondent for the duration of the warranty period. The Respondent agrees that, regardless of statements to the contrary, they will not disclaim either the warranty of merchantability or the warranty of fitness for a particular purpose. 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. Respondent shall submit the Response Form below and provide a hard copy delivered to Kent County Purchasing Division 300 Monroe Ave NW Grand Rapids MI 49503. 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 County’s 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/Departments/Purchasing/vendor.htm https://kentcounty.sjc1.qualtrics.com/jfe/form/SV_23HnX1uQN1GSr9H BID FORM 4359 – Lowell Fire Apparatus One (1) paper copies marked “copy” and one (1) 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: $ __________________________ 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 County’s 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: ______________ 8 VEHICLE 0100-011 MODEL Metro Star or equivalent 8011-022 MODEL YEAR Model Year - 2022 8001-001 COUNTRY OF SERVICE Country of Service United States of America 8017-009 CAB AND CHASSIS LABELING LANGUAGE Cab and Chassis Labeling Language English w/Innovative Controls Labels 8006-009 APPARATUS TYPE Apparatus Type Pumper 8008-001 VEHICLE TYPE Vehicle Type Straight Truck 8008A- 000 VEHICLE ANGLE OF APPROACH PACKAGE Vehicle Angle of Approach NFPA Minimum 8.00 Degrees 0104-001 AXLE CONFIGURATION Axle Configuration 4x2 (Rear Axle Drive Only) 0101-004 GROSS AXLE WEIGHT RATINGS FRONT GAWR Front 21500# 0102-004 GROSS AXLE WEIGHT RATINGS REAR GAWR Rear 27000# 8010-201 PUMP PROVISION Pump Provision Driveline Midship, Pump Mode Prog w/Auto Park Brake "N" 8009-013 WATER & FOAM TANK CAPACITY Water & Foam Tank Capacity 750 to 1250 Gallons CAB 1000-007 CAB STYLE Cab Style LFD 10" Raised Roof 8101-105 OCCUPANT PROTECTION Occupant Protection Advanced Protection System 1501-016 CAB FRONT FASCIA Cab Frt Fascia Classic w/Gloss Black Painted Headlight Bezels 1518-064 FRONT GRILLE Cab Frt Grille Hinged Classic Styled Gloss Black 1551-002 CAB UNDERCOAT Cab Undercoat 1552-002 CAB SIDE DRIP RAIL Cab Side Drip Rail 1521-002 CAB PAINT EXTERIOR Cab Paint Exterior Two Tone 1533-001 CAB PAINT MANUFACTURER Cab Paint Manufacturer PPG 1522-1163 CAB PAINT PRIMARY/LOWER COLOR Cab Paint Primary/Lower Color PPG Red FBCH 937858 1523-013 CAB PAINT SECONDARY/UPPER COLOR Cab Paint Sec/Upper Color PPG Black FBCH 9000 1524-002 CAB PAINT EXTERIOR BREAKLINE Cab Paint Exterior Breakline Classic 1515-002 CAB PAINT PINSTRIPE Cab Paint Pinstripe 1/2" Gold Reflective 8013-050 CAB PAINT WARRANTY Cab Paint Warranty (7) Year/70,000 Miles 1334-044 CAB PAINT INTERIOR Cab Paint Int Easy-to-Clean Gray 1005-001 CAB ENTRY DOORS Cab Entry Doors (4) 1101-101 CAB ENTRY DOOR TYPE Cab Entry Door Type Full Length w/Pollak Switches 1322-007 CAB INSULATION Cab Insulation Nonwoven Polyester Fiber 1540-131 LH EXTERIOR REAR COMPARTMENT LH Ext Rr Cmpt 85"H x 11"W Rev Hng Dr 5313-005 LH EXTERIOR REAR COMPARTMENT LIGHTING LH Ext Rr Cmpt Lt LED Strip Lt SoundOff Signal 43" 1548-017 LH EXTERIOR COMPARTMENT INTERIOR FINISH LH Exterior Compartment Interior Finish Easy-to-Clean Gray 9 1541-131 RH EXTERIOR REAR COMPARTMENT RH Ext Rr Cmpt 85"H x 11"W Rev Hng Dr 5345-005 RH EXTERIOR REAR COMPARTMENT LIGHTING RH Ext Rr Cmpt Lt LED Strip Lt SoundOff Signal 43" 1549-017 RH EXTERIOR COMPARTMENT INTERIOR FINISH RH Exterior Compartment Interior Finish Easy-to-Clean Gray 8004-030 CAB STRUCTURAL WARRANTY Cab Structural Warranty (10) Year/100,000 Miles 9001-006 CAB TEST INFORMATION Cab Test Information Crash Test ECE-R29/SAE J2420/SAE J2422 ELECTRICAL POWER DISTRIBUTION 5000-018 ELECTRICAL SYSTEM Elec System 12V DC Multiplex 5005-220 MULTIPLEX DISPLAY MUX Display Weldon Vista w/Touchscreen LH Sw Pnl 5004-002 LOAD MANAGEMENT SYSTEM Load Management System Multiplex 5622-003 DATA RECORDING SYSTEM Data Recording Sys Vehicle Data Weldon MUX 5031-005 ACCESSORY POWER Accessory Pwr & Gnd Stud 40A Batt Dir & 15A Ign Sw & 225A Batt Dir OEM Conn 5030-050 AUXILIARY ACCESSORY POWER Aux Acc Pwr 6 Fuse Blue Sea Pnl Bhd Sw Pnl w/40A Fuse Batt Dir 5011-001 EXTERIOR ELECTRICAL TERMINAL COATING Exterior Electrical Terminal Coating Spray on Plasti Dip ENGINE 1701-168 ENGINE Engine Diesel 450HP Cummins L9 - EPA 2021 1329-001 CAB ENGINE TUNNEL Cab Engine Tunnel Small/Medium 1731-002 DIESEL PARTICULATE FILTER CONTROLS DPF Ctrl Regeneration Sw & Inhibit Sw 1718-002 ENGINE PROGRAMMING HIGH IDLE SPEED Engine Programming High Idle Speed 1250 RPM 1719-005 ENGINE HIGH IDLE CONTROL Engine High Idle Ctrl Manual and Automatic w/MUX 1710-001 ENGINE PROGRAMMING ROAD SPEED GOVERNOR Engine Programming Road Speed Governor Enabled 1713-010 AUXILIARY ENGINE BRAKE Aux Engine Brake Compression Brake w/VG Turbo 1708-008 AUXILIARY ENGINE BRAKE CONTROL Aux Engine Brake Ctrl Off/Low/Med/High MUX 1720-003 ELECTRONIC ENGINE OIL LEVEL INDICATOR Elec Engine Oil Level Indicator 1715-001 FLUID FILLS Fluid Fills Fwd For Med Displacement Cap 1735-001 ENGINE DRAIN PLUG Engine Drain Plug 8002-001 ENGINE WARRANTY Engine Warranty Cummins (5) Year/100,000 Miles 1707-116 REMOTE THROTTLE HARNESS Rmt Throttle Harness Cab Harness Only Shift Interlock 1721-001 ENGINE PROGRAMMING REMOTE THROTTLE Engine Program Rmt Throttle Off 1727-001 ENGINE PROGRAMMING IDLE SPEED Engine Programming Idle Speed 700 RPM 10 AIR INTAKE 2801-010 ENGINE AIR INTAKE Engine Air Intake Filtration and Restriction w/Replaceable Element Abv Radiator COOLING 2704-016 ENGINE FAN DRIVE Engine Fan Drive Variable Speed 2701-021 ENGINE COOLING SYSTEM Engine Cooling System Serial Flow w/Package Drop-Out Prov 2711-005 ENGINE COOLING SYSTEM PROTECTION Engine Cooling System Protection Light Duty Skid Plate Paint Frame Color 2708-001 ENGINE COOLANT Engine Coolant Extended Life 2706-003 ELECTRONIC COOLANT LEVEL INDICATOR Elec Low Coolant Level Indicator 2705-002 ENGINE PUMP HEAT EXCHANGER Engine Pump Heat Exchanger 2709-001 COOLANT HOSES Coolant Hoses Silicone 2710-005 ENGINE COOLANT OVERFLOW BOTTLE Engine Coolant Overflow Expansion Bottle EXHAUST 2901-067 ENGINE EXHAUST SYSTEM Eng Exhaust Sys Under Frm RH Single Module Aftertreatment Outboard 2907-003 DIESEL EXHAUST FLUID TANK Diesel Exhaust Fluid Tank LH 6-Gal Fill Thru Rr Step 2902-010 ENGINE EXHAUST ACCESSORIES Engine Exhaust Acc Temp Mitigation 2906-002 ENGINE EXHAUST WRAP Engine Exhaust Wrap TRANSMISSION 1801-015 TRANSMISSION Transmission Allison 3000 EVS 1806-003 TRANSMISSION MODE PROGRAMMING Transmission Mode Programming 5th Startup/6th Mode 1811-004 TRANSMISSION FEATURE PROGRAMMING Transmission Feature Programming Allison Gen V-E I/O Package 198/Pumper 1815-002 ELECTRONIC TRANSMISSION OIL LEVEL INDICATOR Elec Transmission Oil Level Indicator 1807-005 TRANSMISSION SHIFT SELECTOR Transmission GEN V-E Shift Sel Keypad/Push Button 1814-002 TRANSMISSION PRE-SELECT WITH AUXILIARY BRAKE 2nd Gear Pre-Select 1808-007 TRANSMISSION COOLING SYSTEM Transmission Cooling System 1817-001 TRANSMISSION DRAIN PLUG Transmission Drain Plug 8005-001 TRANSMISSION WARRANTY Transmission Warranty Allison (5) Year POWER TAKE OFF 2005-009 PTO LOCATION PTO Location 8:00/4:00 DRIVELINE 3001-014 DRIVELINE Driveline MSI 1710 w/Meritor U-Joints w/Thrust Washers 3005-002 MIDSHIP PUMP / GEARBOX Midship Pump Jackshaft Only 11 3008-138 MIDSHIP PUMP / GEARBOX MODEL Midship Pump/Gearbox Model Hale QMAX-XS Fwd 3048-004 MIDSHIP PUMP GEARBOX DROP Midship Driveline Pump Gearbox Drop Hale "L" 3009-020 MIDSHIP PUMP RATIO Midship Pump Ratio 2.28:1 (23) 3010-0800 MIDSHIP PUMP LOCATION C/L SUCTION TO C/L REAR AXLE Midship Pump Location C/L Suction to C/L Rear Axle 80.0" 5013-014 PUMP SHIFT CONTROLS Pump Shift Ctrl Air Ctrl in Ctr Pnl Low LH Pmp Act Down 3049-003 PUMP SHIFT CONTROL PLUMBING Pump Shift Control Plumbing Pre-Plumb Elec/Air FUEL SYSTEMS 3109-067 FUEL FILTER/WATER SEPARATOR Fuel Filter/Wtr Separator Fleetguard FS20121 w/Lt & Alarm 3111-001 FUEL LINES Fuel Lines Nylon 3104-003 FUEL SHUTOFF VALVE Fuel Shutoff Valve at Tank and at Primary Filter 3103-008 ELECTRIC FUEL PRIMER Electric Fuel Primer Engine Sply Electric Lift Pump 3101-101 FUEL TANK Fuel Tank 50 Gallon 3130-001 FUEL TANK MATERIAL AND FINISH Fuel Tank Material Steel & Finish Painted Frame Components Color 3131-001 FUEL TANK STRAP MATERIAL AND FINISH Fuel Tank Strap Material Steel & Finish Painted Frame Components Color 3102-007 FUEL TANK FILL PORT Fuel Tank Fill Port LH Rwd/RH Mid 3115-002 FUEL TANK DRAIN PLUG Fuel Tank Drain Plug Magnetic FRONT AXLE 2401-004 FRONT AXLE Frt Axle Meritor MFS 21500# Beam 8059-020 FRONT AXLE WARRANTY Front Axle Warranty Meritor 2022 2405-001 FRONT WHEEL BEARING LUBRICATION Frt Wheel Bearing Lube Oil FRONT SUSPENSION 2502-002 FRONT SHOCK ABSORBERS Frt Shock Absorbers Bilstein 2501-016 FRONT SUSPENSION Frt Suspension 10 Leaf 20000-21500# STEERING 2601-006 STEERING COLUMN/WHEEL Steering Column/Wheel Tilt/Telescopic 18" 4 Spoke 2609-002 ELECTRONIC POWER STEERING FLUID LEVEL INDICATOR Elec Power Steering Fluid Level Indicator 2603-011 POWER STEERING PUMP Power Steering Pump TRW w/Passive Cooler 2606-009 FRONT AXLE CRAMP ANGLE Front Axle Cramp Angle 48L/44R Degrees 2610-003 POWER STEERING GEAR Power Steering Gear TRW TAS 65 w/Assist 2608-001 CHASSIS ALIGNMENT Chassis Alignment REAR AXLE 3401-003 REAR AXLE Rear Axle 27000# Meritor RS-25-160 12 3403-001 REAR AXLE DIFFERENTIAL LUBRICATION Rear Axle Differential Lubrication Oil 8061-017 REAR AXLE WARRANTY Rear Axle Warranty Meritor 2022 3411-001 REAR WHEEL BEARING LUBRICATION Rear Wheel Bearing Lubrication Oil 3408-008 VEHICLE TOP SPEED Vehicle Top Speed 68 MPH REAR SUSPENSION 3501-046 REAR SUSPENSION Rear Susp Reyco 79KB 27000# Parabolic 4 Leaf w/Helper 3503-002 REAR SHOCK ABSORBERS Rear Shock Absorbers Bilstein TIRES 3625-002 TIRE INTERMITTENT SERVICE RATING Tire Intermittent Service Ratings Acceptable 3601-037 FRONT TIRE Frt Tire 425/65R 22.5 Goodyear G296 MSA 3602-064 REAR TIRE Rear Tire 12R 22.5 Goodyear G751 MSA 3413-538 REAR AXLE RATIO Rear Axle Ratio 5.38 3614-030 TIRE PRESSURE INDICATOR Tire Pressure Ind Frt & Rr LED WHEELS 3701-015 FRONT WHEEL Frt Wheel Accuride 22.5 x 12.25 Steel 3732-010 FRONT WHEEL PAINT Front Wheel Paint Black Powder Coat 3703-024 REAR WHEEL Rr Whl Accuride 22.5 x 8.25 Heavy Duty Steel 3733-010 REAR WHEEL PAINT Rear Wheel Paint Black Powder Coat 3702-023 WHEEL TRIM Wheel Trim Hub & Nut Covers RealWheels Stealth Black Shiploose 3725-002 WHEEL GUARDS Wheel Guards Between Dual Rear Wheels BRAKES 3205-014 BRAKE SYSTEM Brake System ABS/ATC/ESC Sgl Axle MUX Btn 3206-003 FRONT BRAKES Frt Brakes Meritor EX225 Disc 17" 3207-003 REAR BRAKES Rr Brakes Meritor EX225 Disc 17" 3208-001 PARK BRAKE Prk Brake Rr Wheels Only 3204-029 PARK BRAKE CONTROL Prk Brake Ctrl LH Tunnel Mnt, Integrated w/Shift Pod Console 3202-001 AIR DRYER Air Dryer Wabco System Saver 1200 Bhd RH Step 3215-004 FRONT BRAKE CHAMBERS Frt Brake Chambers MGM Type 24 Long Stroke 3210-023 REAR BRAKE CHAMBERS Rr Brake Chambers TSE 24/30 H.O.T. AIR SUPPLY SYSTEMS 3320-001 AIR COMPRESSOR Air Compressor Wabco SS318 18.7 CFM 3339-004 AIR GOVERNOR Air Governor Mnt on Air Dryer Bracket 3303-006 MOISTURE EJECTORS Moisture Ejectors Manual/Auto Wet Tank 3307-101 AIR SUPPLY LINES Air Sply Lines Nylon w/PTC Fittings 13 3334-002 AIR TANK SPACERS Air Tank Spacers Inboard 1.5" 3338-002 REAR AIR TANK MOUNTING Rear Air Tank Mnt Any Bhd Rear Axle Perpendicular w/Frame FRAME 2103-2080 WHEELBASE Wheelbase 2106-0470 REAR OVERHANG Rear Overhang 2101-002 FRAME Frame Double Channel 35.00" Width 8007-030 FRAME WARRANTY Frame Warranty Lifetime 2118-022 REAR TOW DEVICE Rear Tow Device 2110-201 FRAME PAINT Frame Paint Hot Dipped Galvanized - Frame Only Addl Comp Blk Powder Coat BUMPER 2201-002 FRONT BUMPER Frt Bumper Structural Steel Channel Severe Duty 2202-004 FRONT BUMPER EXTENSION LENGTH Frt Bumper Extension Length 18" 2206-021 FRONT BUMPER PAINT Frt Bumper Paint Primary/Lower Cab Color w/Bedliner Black Bumper Apron & Trim 2227-010 FRONT BUMPER TRIM Frt Bumper Trim SS Painted Band Frt Top Edge & Corners Below Apron 2208-005 FRONT BUMPER APRON Frt Bumper Apron For 18" Extension 2237-004 FRONT BUMPER DISCHARGE Front Bumper Discharge 2.0" LH Frame Mnt Plumbing 2211-043 FRONT BUMPER COMPARTMENT CENTER Frt Bumper Cmpt Ctr w/Notched Cover LH Side 2210-002 FRONT BUMPER COMPARTMENT COVER HARDWARE Frt Bumper Cmpt Cover Hardware Gas Cylinder/D-Ring 5503-021 MECHANICAL SIREN Mechanical Siren Federal Signal Q2B Recess Mnt 2218-036 MECHANICAL SIREN LOCATION Mech Siren Location Frt Bmpr Face LH OB Fully Recessed 5501-036 AIR HORN Air Horn (2) 21" Round Grover Powder Coat Blk 2216-007 AIR HORN LOCATION Air Horn Location (2) Frt Bmpr Face RH 2232-002 AIR HORN RESERVOIR Air Horn Reservoir (1) 1200 Cu In 5504-083 ELECTRONIC SIREN SPEAKER Elect Siren Speaker (2) 100W Cast Products SA4301 Black 2217-028 ELECTRONIC SIREN SPEAKER LOCATION Elec Siren Speaker Location (2) Frt Bmpr Face Ctr R/L OB 2203-006 FRONT BUMPER TOW HOOKS Frt Bumper Tow Hooks Painted Side Rwd CAB TILT 2301-001 CAB TILT SYSTEM Cab Tilt System 2302-005 CAB TILT AUXILIARY PUMP Cab Tilt Aux Pump Manual Mnt w/Tilt Pump 2303-003 CAB TILT LIMIT SWITCH Cab Tilt Limit Sw Preset Limit 2305-001 CAB TILT CONTROL RECEPTACLE Cab Tilt Ctrl Receptacle Temp 2306-002 CAB TILT LOCK DOWN INDICATOR Cab Tilt Lock Down Indicator 14 CAB GLASS 1401-009 CAB WINDSHIELD Cab Windshield 1402-008 GLASS FRONT DOOR Glass Frt Dr Pwr w/Heated Glass 1407-001 GLASS TINT FRONT DOOR Glass Tint Frt Dr Automotive Green 1419-008 GLASS REAR DOOR RIGHT HAND Glass Rr Dr RH Pwr 1430-001 GLASS TINT REAR DOOR RIGHT HAND Glass Tint Rr Door RH Automotive Green 1412-008 GLASS REAR DOOR LEFT HAND Glass Rr Dr LH Pwr 1431-001 GLASS TINT REAR DOOR LEFT HAND Glass Tint Rr Door LH Automotive Green 1410-003 GLASS SIDE MID RIGHT HAND Glass Side Mid RH Fxd 16"W x 26"H 1432-001 GLASS TINT SIDE MID RIGHT HAND Glass Tint Side Mid RH Automotive Green 1409-003 GLASS SIDE MID LEFT HAND Glass Side Mid LH Fxd 16"W x 26"H 1433-001 GLASS TINT SIDE MID LEFT HAND Glass Tint Side Mid LH Automotive Green CLIMATE CONTROL 1614-101 CLIMATE CONTROL Climate Ctrl Htr Defroster Frt Ovrhd/Htr A/C Tunnel Mnt 1632-002 CLIMATE CONTROL DRAIN Climate Control Drain Gravity 1617-101 CLIMATE CONTROL ACTIVATION Climate Ctrl Actv Device Mnt Ovrhd/Device Mnt Tunnel 1603-003 A/C CONDENSER LOCATION A/C Condenser Location Roof Mnt Fwd Ctr 1601-001 A/C COMPRESSOR A/C Compressor Large Capacity 1608-005 CAB CIRCULATION FANS FRONT Cab Circulation Fans Frt (2) Outboard Indv MUX 1530-100 UNDER CAB INSULATION Under Cab Insulation Engine Tunnel CAB INTERIOR 1327-001 INTERIOR TRIM FLOOR Interior Trim Floor 1302-001 INTERIOR TRIM Interior Trim Vinyl 1368-002 REAR WALL INTERIOR TRIM Rear Wall Interior Trim Vinyl 1306-006 HEADER TRIM Header Trim XDuty 1305-015 TRIM CENTER DASH Trim Center Dash XDuty w/Gas Cylinder Stays 1339-102 TRIM LEFT HAND DASH Trim LH Dash XDuty 1321-004 TRIM RIGHT HAND DASH Trim RH Dash XDuty Glove Cmpt/MDT Prov 1307-002 ENGINE TUNNEL TRIM Eng Tnl Trim Flr Mat 5040-055 POWER POINT DASH MOUNT Pwr Pnt Dash Mnt Batt Dir (2) Sw Pnl/(1) Dual USB Blue Sea 2.1A Sw Pnl 5042-024 AUXILIARY POWER POINT ENGINE TUNNEL Aux Pwr Pnt Eng Tnl Batt Dir (2) Side R/L Rwd 1303-035 STEP TRIM Step Trim Grip Strut Lwr Flex-Tred Mid Painted Bedliner Black 1379-003 UNDER CAB ACCESS DOOR Under Cab Access Door Rear Step LH Painted 1102-013 INTERIOR DOOR TRIM Interior Door Trim Painted 1323-001 DOOR TRIM CUSTOMER NAMEPLATE Door Trim Customer Nameplate 1105-001 CAB DOOR TRIM REFLECTIVE Cab Dr Trim Reflective Vert Stripe/6" Chevron w/Logo 1308-001 INTERIOR GRAB HANDLE "A" PILLAR Interior Grab Handle 'A' Pillar 11" Molded 15 1332-008 INTERIOR GRAB HANDLE FRONT DOOR Interior Grab Handle Frt Door Horiz 9" 1345-002 INTERIOR GRAB HANDLE REAR DOOR Int Grab Handle Rr Dr Alum Window Span 30" Black Powder Coat 1301-003 INTERIOR SOFT TRIM COLOR Interior Soft Trim Color Gray 1337-001 INTERIOR TRIM SUNVISOR Interior Trim Sunvisor Vinyl 1304-001 INTERIOR FLOOR MAT COLOR Interior Floor Mat Color Gray 1335-023 CAB PAINT INTERIOR DOOR TRIM Cab Paint Int Dr Trim Easy-to-Clean Gray 1371-024 HEADER TRIM INTERIOR PAINT Header Trim Interior Paint Easy-to-Clean Gray 1370-027 TRIM CENTER DASH INTERIOR PAINT Trim Center Dash Interior Paint Easy-to-Clean Matte Gray 1378-026 TRIM LEFT HAND DASH INTERIOR PAINT Trim LH Dash Interior Paint Easy-to-Clean Matte Gray 1373-026 TRIM RIGHT HAND DASH INTERIOR PAINT Trim RH Dash Interior Paint Easy-to-Clean Matte Gray 1344-002 DASH PANEL GROUP Dash Pnl Group 3-Pnl 1312-002 SWITCHES CENTER PANEL Switches Ctr Pnl 6 Upr LH 1313-002 SWITCHES LEFT PANEL Switches Left Pnl 1 Wiper 1314-001 SWITCHES RIGHT PANEL Switches Right Pnl 0 CAB SEATS 1225-007 SEAT BELT WARNING Seat Belt Warn Vista Display w/VDR 1237-005 SEAT MATERIAL Seat Material Durawear Plus 1243-001 SEAT COLOR Seat Color Gray/Red Seat Belts 1249-001 SEAT BACK LOGO Seat Back Logo Spartan 1201-033 SEAT DRIVER Seat Driver Bostrom Firefighter 8-Way Elect 500 Series ABTS 1213-025 SEAT BACK DRIVER Seat Back Driver Non-SCBA ABTS 1219-001 SEAT MOUNTING DRIVER Seat Mounting Driver 8102-103 OCCUPANT PROTECTION DRIVER Occupant Protection Driver Advanced Protection System 1202-037 SEAT OFFICER Seat Officer Bostrom Firefighter Fixed 500 Series ABTS 1214-030 SEAT BACK OFFICER Seat Back Officer SCBA Bostrom SecureAll w/Quick-Adjust 1220-002 SEAT MOUNTING OFFICER Seat Mounting Officer 8103-103 OCCUPANT PROTECTION OFFICER Occupant Protection Officer Advanced Protection System 1297-002 POWER SEAT WIRING Power Seats Wiring Battery Direct 1273-001 SEAT BELT ORIENTATION CREW Seat Belt Orientation Crew Outboard Shoulder to Inboard Hip 1263-001 SEAT REAR FACING OUTER LOCATION Seat RFO Location (2) R/L 1203-020 SEAT CREW REAR FACING OUTER Seat Crew RFO Bostrom Firefighter Fixed 500 Series 1215-027 SEAT BACK REAR FACING OUTER Seat Back RFO SCBA Bostrom SecureAll w/Quick-Adjust 1221-009 SEAT MOUNTING REAR FACING OUTER Seat Mounting RFO Rwd 2" 8104-103 OCCUPANT PROTECTION RFO Occupant Protection RFO Advanced Protection System 1266-001 SEAT FORWARD FACING CENTER LOCATION Seat FFC Location (2) Ctr 1206-031 SEAT CREW FORWARD FACING CENTER Seat Crew FFC Bostrom Firefighter Fold & Hold Flip-Up 500 Series 1218-031 SEAT BACK FORWARD FACING CENTER Seat Back FFC SCBA Bostrom SecureAll w/Quick-Adjust 16 8107-102 OCCUPANT PROTECTION FFC Occupant Protection FFC Advanced Protection System 1269-103 SEAT FRAME FORWARD FACING Seat Frm Fwd Fcg Full 1281-102 SEAT FRAME FORWARD FACING STORAGE ACCESS Seat Frm Fwd Fcg Strg Acc Dr (1) Ctr Fwd 1224-002 SEAT MOUNTING FORWARD FACING CENTER Seat Mounting Forward Facing Center 1311-101 CAB FRONT UNDERSEAT STORAGE ACCESS DOOR Cab Frt Undrst Strg Acc Dr 1355-025 SEAT COMPARTMENT DOOR FINISH Seat Compartment Door Finish Easy-to-Clean Gray CAB EXTERIOR 1511-200 WINDSHIELD WIPER SYSTEM Windshield Wiper System 1534-002 ELECTRONIC WINDSHIELD FLUID LEVEL INDICATOR Electronic Windshield Fluid Level Indicator 1103-002 CAB DOOR HARDWARE Cab Door Hardware Black Composite 1111-001 DOOR LOCKS Door Locks Manual 1115-002 DOOR LOCK LH REAR CAB COMPARTMENT Door Lock LH Rear Cab Compartment Manual 1116-002 DOOR LOCK RH REAR CAB COMPARTMENT Door Lock RH Rear Cab Compartment Manual 1503-035 GRAB HANDLES Grab Handles SS 18" Blk Powder Coat 1504-148 REARVIEW MIRRORS Mirror Aerodynamic Retrac 613300 Rmt Htd Blk 1529-003 REARVIEW MIRROR HEAT SWITCH Rearview Mirror Heat Sw MUX 1513-018 CAB FENDER Cab Fender Alum Wide Painted Black 1514-002 MUD FLAPS FRONT Mud Flaps Frt 1526-027 CAB EXTERIOR FRONT & SIDE EMBLEMS Cab Ext Frt & Side Emblems Spartan w/APS START / CHARGING SYSTEMS 5109-001 IGNITION Ign Mstr Sw w/Keyless Start 5101-021 BATTERY Batt (6) Group 31 Harris 5106-003 BATTERY TRAY Batt Tray (2) R/L Steel 5107-007 BATTERY BOX COVER Batt Box Cover (2) Steel w/Black Handles 5102-001 BATTERY CABLE Batt Cables 5108-010 BATTERY JUMPER STUD Batt Jumper Stud Frt LH Lwr Step 8" Apart 5104-002 ALTERNATOR Alternator Leece-Neville 320A 5105-001 STARTER MOTOR Starter Motor Delco LINE VOLTAGE ELECTRICAL POWER DISTRIBUTION 5202-075 BATTERY CONDITIONER Batt Cond Kussmaul Auto Charge 40 LPC LH RFO Seat Position 5203-003 BATTERY CONDITIONER DISPLAY Batt Cond Display LH Cab Side Fwd 17 5208-006 CAB/CHASSIS ELECTRICAL OUTLET Cab/Chassis Elec Outlet 120V 20A J-Box Bhd Drv Prewire 15' Coil Bhd Cab 3314-077 AUXILIARY AIR COMPRESSOR Aux Air Cmp Kussmaul Auto Pump 120V RH Under Dash 5209-002 ELECTRICAL INLET LOCATION Elec Inlet Location LH Cab Side Mid 5204-055 ELECTRICAL INLET Elec Inlet 120V 20A Auto Eject 5210-005 ELECTRICAL INLET CONNECTION Elec Inlet Conn to Batt Conditioner & Air Pump 5206-003 ELECTRICAL INLET COLOR Elec Inlet Color Red LIGHTING 5301-106 HEADLIGHTS Headlights 4 Headlamps LED, Firetech FT-4X6-4KIT 5337-001 HEADLIGHT LOCATION Headlights Below Frt Warn Lts 5303-052 FRONT TURN SIGNALS Frt Turn Signals Whelen M6 LED Blk Housing 5336-016 SIDE TURN/MARKER LIGHTS Side Turn/Marker Lts LED Tecniq S170 w/Blk Bezel 5302-022 MARKER & ICC LIGHTS Marker & ICC Lts Face Mnt LED Tecniq S170 5350-060 HEADLIGHT AND MARKER LIGHT ACTIVATION Hdlt & Mrkr Lt Actv MUX/DRL 5386-004 GROUND LIGHTING ACTIVATION Ground Lt Actv Prk Brk, Resp Sd Dr & Vista 5308-300 GROUND LIGHTS Ground Lts Tecniq T44 LED 5309-024 LOWER CAB STEP LIGHTS Lwr Cab Step Lts Tecniq T44 LED w/Prk Brk 5382-007 INTERMEDIATE STEP LIGHTS Intermediate Step Lts Tecniq D06 LED 5403-062 LIGHTBAR PROVISION Lightbar Prov Wire & Lwr Mnt Chassis Supply 5450N- 003 CAB FRONT LIGHTBAR MODEL Cab Front Lightbar Model Whelen F4N72 5450-999 CAB FRONT LIGHTBAR Cab Front Lightbar - Configured in 5450M Subcategory 5450M- 002 FRONT LIGHTBAR LAYOUT Cab Front Lightbar Layout 5426-003 LIGHTBAR SWITCH Lightbar Sw Vista 5450X- 002 FRONT LIGHTBAR ORIENTATION Front Lightbar Orientation - Standard Fwd 5450L2- 002 FRONT LIGHTBAR LIGHT POSITION 2 Cab Front Lightbar Position 2 - Red LH Side 5450L5- 003 FRONT LIGHTBAR LIGHT POSITION 5 Cab Front Lightbar Position 5 - White 5450L6- 002 FRONT LIGHTBAR LIGHT POSITION 6 Cab Front Lightbar Position 6 - Red 5450L8- 002 FRONT LIGHTBAR LIGHT POSITION 8 Cab Front Lightbar Position 8 - Red 5450L11- 002 FRONT LIGHTBAR LIGHT POSITION 11 Cab Front Lightbar Position 11 - Red 5450L13- 002 FRONT LIGHTBAR LIGHT POSITION 13 Cab Front Lightbar Position 13 - Red 5450L14- 003 FRONT LIGHTBAR LIGHT POSITION 14 Cab Front Lightbar Position 14 - White 18 5450L17- 032 FRONT LIGHTBAR LIGHT POSITION 17 Cab Front Lightbar Position 17 - Red RH Side 5317-244 FRONT SCENE LIGHTS Frt Scene Lts FRC Crestlight CLA101-A68 12V LED 68" Blk 5329-003 FRONT SCENE LIGHT LOCATION Frt Scene Lt Loc Ctr Brow Pos 5335-003 FRONT SCENE LIGHTS ACTIVATION Frt Scene Lts Actv Vista 5306-179 SIDE SCENE LIGHTS Side Scene Lts FRC Spectra 900 LED 12V Black 5318-004 SIDE SCENE LIGHT LOCATION Side Scene Lt Loc Upper Mid Rwd 10" Roof Position 5316-007 SIDE SCENE ACTIVATION Side Scene Actv Indv Vista Buttons 5305-157 INTERIOR OVERHEAD LIGHTS Interior Overhead Lts Weldon LED w/Front Map Lts/MUX Actv 5312-003 ENGINE COMPARTMENT LIGHT Engine Cmpt Work Lt LED (1) OPTICAL WARNING DEVICES 5406-119 DO NOT MOVE APPARATUS LIGHT Do Not Move App Lt Flashing Red Tecniq K50 LED w/Alarm 5422-002 MASTER WARNING SWITCH Mstr Warn Sw MUX 5409-002 HEADLIGHT FLASHER Headlight Flasher Alternating 5425-003 HEADLIGHT FLASHER SWITCH Headlight Flasher Sw MUX 5401-075 INBOARD FRONT WARNING LIGHTS Inboard Frt Warn Lts Whelen M6 LED Blk Flange Headlight Adapter 5413-003 INBOARD FRONT WARNING LIGHTS COLOR Inboard Frt Warn Lts Color Red w/Clr Lens 5423-003 FRONT WARNING SWITCH Frt Warn Sw Vista 5404-112 INTERSECTION WARNING LIGHTS Intersection Warn Lts Whelen M6 LED Blk Bezel 5419-003 INTERSECTION WARNING LIGHTS COLOR Int Warn Lts Color Red w/Clr Lens 5420-007 INTERSECTION WARNING LIGHTS LOCATION Intersection Warn Lts Location Bumper Tail Ctr Position 5402-083 SIDE WARNING LIGHTS Side Warn Lts Whelen M6 LED Blk Bezel 5418-003 SIDE WARNING LIGHTS COLOR Side Warn Lts Color Red w/Clr Lens 5412-009 SIDE WARNING LIGHTS LOCATION Side Warn Lts Location Lwr Mid Fwd Position 5424-003 SIDE AND INTERSECTION WARNING SWITCH Side & Intersection Warn Sw Vista 5469-003 TANK LEVEL LIGHTS Tank Lvl Lts Whelen PSTANK2 w/Blk Bzl 5470-002 TANK LEVEL LIGHTS ACTIVATION Tank Lvl Lights Actv Prewire Rear of Cab 5471-002 TANK LEVEL LIGHTS LOCATION Tank Lvl Lights Loc Rear Cab Sides 5407-003 INTERIOR DOOR OPEN WARNING LIGHTS Int Dr Open Warn Lts Red Truck-Lite 4" LED Flsh AUDIBLE WARNING DEVICES 5510-004 SIREN CONTROL HEAD Siren Ctrl Head Whelen 295HFS2 5514-013 STEERING WHEEL HORN BUTTON SELECTOR SWITCH Horn Btn Sel Sw Elec Horn/Srn 5526-004 AUDIBLE WARNING LH FOOT SWITCH Audible Warning LH Foot Switch Siren 5526D- 001 MECHANICAL SIREN FOOT SWITCH LH Mechanical Siren Foot Switch LH Linemaster 491-S 19 5526E- 001 MECHANICAL SIREN FOOT SWITCH LH LOCATION Mechanical Foot Switch LH Location A-Pillar 5526F- 001 MECHANICAL SIREN FOOT SWITCH LH POSITION Mechanical Siren Foot Switch Position Outboard of Other Foot Switches 5529-002 AUDIBLE WARNING LH FOOT SWITCH BRACKET Audible Warn LH Ft Sw Double Brkt 30Deg TPlate 5527-004 AUDIBLE WARNING RH FOOT SWITCH Audible Warning RH Foot Switch Siren 5527C- 001 MECHANICAL SIREN FOOT SWITCH RH Mechanical Siren Foot Switch RH Linemaster 491-S 5527D- 002 MECHANICAL SIREN FOOT SWITCH RH LOCATION Mechanical Siren Foot Switch RH Location Temporary Firewall Inboard Coiled 5512-013 AIR HORN AUXILIARY ACTIVATION Air Horn Actv L/R Lanyard 5513-500 MECHANICAL SIREN BRAKE/AUXILIARY ACTIVATION Mech Siren Brk Sw 5532-001 MECHANICAL SIREN INTERLOCK Mechanical Siren Interlock Master Warn Only 5505-002 BACK-UP ALARM Back-Up Alarm Ecco 575 INSTRUMENTATION 5601-041 INSTRUMENTATION Instrumentation Standard 5624-001 BACKLIGHTING COLOR Backlighting Color Red COMMUNICATIONS SYSTEMS 5728-009 CAMERA REAR Camera HD Rear Box 5731-004 CAMERA DISPLAY Camera Display on Vista 5732-002 CAMERA SPEAKER Camera Speaker 5703-011 COMMUNICATION ANTENNA Comm Ant Base LH Fwd Cab Rf Chassis Sply 5708-003 COMMUNICATION ANTENNA CABLE ROUTING Comm Ant Cable Routing Under Rkr Sw Pnl 5709-002 AUXILIARY COMMUNICATION ANTENNA Aux Comm Ant Base RH Fwd Cab Roof Chassis Sply 5710-003 AUXILIARY COMMUNICATION ANTENNA CABLE ROUTING Aux Comm Ant Cable Routing Under Rkr Sw Pnl 5702-049 TWO-WAY RADIOS Two-Way Radio Ext Cond to Undr RH Seat/(6) Firecom Drops Abv/Wireless Drv/Offcr 5020-002 PANEL LAYOUT Panel Layout ADDITIONAL EQUIPMENT 8814-002 CAB EXTERIOR PROTECTION Cab Exterior Protection Front 8806-001 FIRE EXTINGUISHER Fire Extinguisher Shiploose 8810-001 DOOR KEYS Door Keys for Manual Locks (4) 8811-003 DIAGNOSTIC SOFTWARE OCCUPANT PROTECTION Diagnostic Software Occupant Protection Advanced Protection System 20 SALES ADMIN 8003-192 WARRANTY Warranty Cab and Chassis 2022 (2) Year 8030-006 CHASSIS OPERATION MANUAL Chassis Operation Manual Digital Copy (2) 8031-024 ENGINE & TRANSMISSION OPERATION MANUAL Eng & Trans Operation Man Eng Hard Copy/Trans Digital/Eng Owner Digital 8805-007 CAB/CHASSIS AS BUILT WIRING DIAGRAMS Cab/Chassis As Built Wiring Diagrams Digital Copy (2) 8063-006 CAB PAINT CONFIRMATION Cab Paint Confirmation - PPG - Confirmation #1 8039-001 SALES TERMS Sales Terms ENGINEERING 9005-002 DRIVELINE LAYOUT CONFIRMATION Driveline Layout Confirmation Required 2124-009 EFCM/REAR CROSSMEMBERS End of Frame Cross Member 2.25" From EOF Y___N___ EXHAUST MODIFICATION The chassis exhaust pipe and muffler shall be extended to the front of the right rear wheel and shall be pointed out. Any heat shields required to protect body and/or compartments from heat shall be installed. Y___N___ CHASSIS SETUP The chassis shall have adjustments made to ensure the proper configuration for accepting pumps and/or bodies. This shall include the repositioning air tanks, frame cross members and miscellaneous adjustments. Y___N___ REAR TOW EYES There shall be two (2) rear tow eyes below the body that will be attached to the rear of the chassis frame. Y___N___ PUMP OPERATOR'S PANEL - SIDE MOUNT ENCLOSED The operator's control panel shall be located on the left side of the apparatus. The upper portion of the panel will include the engine function and auxiliary gauges, gauge test panel, pump governor, discharge gauges for secondary discharge lines. It will be hinged to swing open, held at the end with appropriate fasteners. The center portion of the panel will serve as a structural member and a guide for auxiliary discharge line controls. The lower portion of the left panel will include all side discharge ports, gauges and drains, pony suction and main suction inlets, primer control and tank to pump lines. The upper portion of the right pump panel will be a hinged door with an appropriate latch mechanism. This will allow for easy service access to the pump, primer oil reservoir and plumbing. 21 The lower portion of the right panel will include the right discharges, pony suction (if applicable) and the main suction inlet for the pump. The valve control levers shall be of the horizontally operated locking type. Each lever shall have a chrome T-handle. The valve control levers shall be located directly adjacent to one another and mounted in line as to be in the same position when shut off. Each valve control lever shall be connected directly to it's respective valve by a rod to form a "direct linkage" control system. The specified pressure gauges shall be located adjacent to their respective discharge control levers. Each control shall be clearly marked by color-coded name plates permanently affixed to the operator's panel. PUMP PANEL LAYOUT All discharge valves, 1-1/2" and larger controlled at the operator's control panel shall have corresponding pressure gauges. Gauges shall be 2-1/2" in diameter, 0-400 PSI graduated, silicone filled. The apparatus body and pump panel modules shall be constructed as a single unit. Y___N___ PUMP PANELS AND DOORS The pump panels and pump access doors shall be constructed of black coated aluminum. Y___N___ SIDE MOUNT FIRE PUMP NSTALLATION The fire pump, pump assembly, plumbing, intakes, outlets, and accessories shall be installed on the chassis/body. Y___N___ LEFT PUMP PANEL LIGHT The left pump panel shall be lit with LED strip lighting. Each strip light shall be mounted under a formed light shield. The lights will be controlled by the parking brake switch. Y___N___ RIGHT PUMP PANEL LIGHT The right pump panel shall be lit with LED strip lighting. Each strip light shall be mounted under a formed light shield. The lights will be controlled by the parking brake switch. Y___N___ COLOR CODED PUMP PANEL All valve controls, discharges and drains shall be labeled, and color coded to the customer's specifications. Y___N___ RUNNINGBOARD COMPARTMENTS (2) Two (2) compartments will be provided in the running boards below the suction inlets, one (1) each side. The compartments will be constructed from aluminum plate. 22 Drains and Dri-Deck material will be provided in the bottom of each compartment. A restraint device shall be installed for the hose. The exterior of the compartments shall be painted black. Y___N___ SINGLE STAGE FIRE PUMP The pump shall be a Hale QMAX-XS. At time of delivery pump shall be tested and rated as follows: • 100% of rated capacity at 150 pounds net pressure. • 100% or rated capacity at 165 pounds net pressure. • 70% of rated capacity at 200 pounds net pressure. • 50% of rated capacity at 250 pounds net pressure. The entire pump shall be cast, manufactured, and tested at the pump manufacturer's factory. The pump shall be driven by a drive line from the truck transmission. The engine shall provide sufficient horsepower and RPM to enable pump to meet and exceed its rated performance. The entire pump, both suction and discharge passages shall be hydrostatically tested to a pressure of 600 psi. The pump shall be fully tested at the pump manufacturer's factory to the performance spots as outlined by the latest NFPA Pamphlet No. 1901. Pump shall be free from objectionable pulsation and vibration. The pump body and related parts shall be of fine grain alloy cast iron, with minimum tensile strength of 30,000 psi. All moving parts in contact with water shall be of high quality bronze or stainless steel. The pump body shall be horizontally split, on a single plane, in two sections, for easy removal of entire impeller assembly including wear rings and bearings from beneath the pump without disturbing piping or the mounting of the pump in chassis. The pump shall have one double suction impeller. The pump body shall have two opposed discharge volute cutwaters to eliminate radial unbalance. Pump shaft to be rigidly supported by three bearings for minimum deflection. One high lead bronze sleeve bearing shall be located immediately adjacent to the impeller on side opposite the gearbox. The sleeve bearing is to be lubricated by a force fed, automatic oil lubricated design, pressure balanced to exclude foreign material. The remaining bearings shall be heavy duty, deep groove ball bearings in the gearbox and they shall be splash lubricated. Pump impeller shall be hard, fine grain bronze of the mixed flow design; accurately machined, hand ground, and individually balanced. The vanes of the impeller intake eyes shall be hand ground and polished to a sharp edge and be of sufficient size and design to provide ample reserve capacity utilizing minimum horsepower. Impeller clearance rings shall be bronze, easily renewable without replacing impeller or pump volute body, and of wraparound double labyrinth design for maximum efficiency. 23 The pump shaft shall be heat-treated, electric furnace, corrosion resistant stainless steel, to be super- finished under packing with galvanic corrosion protection (zinc foil separators in packing) for longer shaft life. Pump shaft must be sealed with double-lip oil seal to keep road dirt and water out of gearbox. PUMP TRANSMISSION The pump transmission shall be cast and completely manufactured and tested at the pump manufacturer's factory. Pump transmission shall be of sufficient size to withstand up to 16,000 lbs. Ft. of torque of the engine in both road and pump operating conditions. The drive unit shall be designed of ample capacity for lubrication reserve and to maintain the proper operating temperature. The transmission drive shafts shall be of heat-treated chrome nickel steel and at least 2 3/4 inches in diameter, on both the input and output drive shafts. They shall withstand the full torque of the engine in both road and pump operating conditions. All gears, both drive and pump, shall be of highest quality electric furnace chrome nickel steel, Bores shall be ground to size and teeth integrated, crown-shaved, and hardened, to give an extremely accurate gear for long life, smooth, quiet running, and higher load capability. An accurately cut spur design shall be provided to eliminate all possible end thrust. Y___N___ FIRE PUMP WARRANTY - FIVE YEARS The fire pump shall carry the pump manufacturer's five (5) year warranty covering defective parts and workmanship. A copy of the pump manufacturer's warranty policy shall be provided with the completed apparatus. The warranty shall cover parts for five (5) years and labor for two (2) years. Y___N___ MECHANICAL SEAL The pump shall include a mechanical seal. Y___N___ AKRON VALVES All suction and discharge valves, including tank to pump lines, will be AKRON brand or equivalent. Y___N___ U. L. TEST PLUGS Two U. L. test plugs shall be pump panel mounted for UL testing of vacuum and pressures. Y___N___ U. L. TEST - 1500 GPM The pump will meet and perform the following test to receive a U. L. certification. • 100% of rated capacity at 150 PSI net pump pressure. • 100% of rated capacity at 165 PSI net pump pressure. • 75% of rated capacity at 200 PSI net pump pressure. • 50% of rated capacity at 250 PSI net pump pressure. 24 Y___N___ PUMP ANODES Three (3) sacrificial anodes shall be installed in the pump as follows: • Intake manifold - two (2) • Discharge manifold - one (1) The anodes shall be drilled to indicate that they should be replaced when they leak. Y___N___ FIRE PUMP PRIMER SYSTEM – AIR OPERATED- AUTOMATIC OPERATION, 12VOLT A Trident model #31.001.21 air operated, 12-volt automatic operation, 2-location primer system shall be installed. The primer body assembly shall be of all brass construction, compact and super quiet (less than 70dBA) with a three (3) barrel design, with .750” female NPT connection. The system shall include one 3-position pump panel rocker switch control with placard, one push to prime switch and placard (for 2nd priming location), a wiring harness, a discharge pressure sensor, and a separate primer with electric over air solenoid attached. The system shall not require any more than 0.1-amp draw using a 12-volt power source. The primer shall be powered with air from the chassis air-brake system and shall not require any belts or lubricant reservoir. The system shall meet all requirements and applicable sections of NFPA standards. The unit shall require 10 cfm air supply and shall be environmentally safe. The panel rocker switch shall have a “PRIME” position, “OFF”, and an “AUTO” position. When pushed and held in the “PRIME” position, air will be supplied to the primer causing sufficient vacuum to prime the fire pump. Once a prime is achieved, the operator can move the rocker switch to the “AUTO” position which will automatically restart the primer if the discharge pressure drops below 20-psig. An indicator light built into the rocker switch will be lit when the “AUTO” mode is engaged. An interlock on the wiring harness shall be wired to allow for AUTOMATIC operation only when the “OK to pump indicator” light is ON. Y___N___ ENGINE COOLER An engine cooler shall be installed inline with the discharge side of the pump. Coolant inlet and outlet shall be continuous, preventing intermixing of engine coolant and pump water. Y___N___ PUMP COOLER A pump cooler recirculating line and valve shall be installed. It shall be connected to the discharge side of pump to a valve located on pump panel and back to inlet side of pump. Y___N___ PUMP HEAT PAN There shall be one (1) removable heat pan installed under the pump. The pan shall be made from aluminum sheet. 25 Y___N___ PUMPHOUSE HEATER A pump house 25,000 BTU heater will be installed behind the pump panel. It will provide warm air flow via forced air, fed from the vehicle cooling system. A fan motor will be installed, switched from the pump panel. Two valves will be provided in the lines to allow the system to be shut off during warm weather operations. Y___N___ EVACUATION HORN There shall be an air horn switch installed on the pump panel that shall activate the chassis air horns. Y___N___ PUMP SHIFT A power shift shall be installed in a convenient location to engage fire pump. Two indicator lights located next to the pump shift controls shall be installed. One shall indicate that the pump shift has been successfully completed. The other will indicate that the pump is engaged, the chassis transmission is in pump gear, and the parking brake is engaged. A "Throttle Ready" indicator light shall be provided at the pump operator's panel that indicates the apparatus is in "OK to Pump" mode. Y___N___ PUMP SHIFT INDICATOR A green light to indicate that the pump is in gear shall be mounted on the cab dash and on the pump panel. Y___N___ PRESSURE GOVERNOR Apparatus shall be equipped with a Class1 Sentry Pressure Governor Plus. Operating on the J1939 network, the Sentry is able to monitor engine RPM and other pertinent data directly from the engine ECU. This allows it to react very quickly and accurately to any change in fire pump pressure. The Sentry Pressure Governor System consists of a Sentry display, Twister throttle, pressure transducers and associated wiring. It utilizes Class 1’s UltraView technology which is a custom tooled and programmed, 4.3 inch, full color LCD display with 8 buttons. The Sentry is packed with features that make it the most comprehensive and user-friendly pressure governor to date. It has state of the art on board diagnostic features and is compatible with most engines. TWISTER Electronic Vernier style throttle for controlling the speed of the fire truck engine used to operate the pump. Featuring a large ergonomic control knob with large idle button. Available in CAN or analog control. Programmable clockwise or counterclockwise operation. Y___N___ HALE SMARTFOAM 2.1A FOAM SYSTEM A 12-volt DC powered variable-speed electronic direct-injection foam-concentrate proportioning system with a 2.1-gpm-foam concentrate pump shall be integrated into the apparatus to provide foam 26 proportioning. The pump shall be capable of handling Class A foam concentrate only and be operated by a full-function panel mounted digital display. The system shall operate via a paddlewheel flow sensor mounted in a 3-inch stainless steel single waterway check-valve manifold that includes a ½-inch chemical injection point check valve. The inlet of this stainless-steel manifold/check-valve assembly will be connected to the fire pump, and the outlet connected to the foam capable discharge outlet(s) on the fire apparatus, as specified. The flow sensor/stainless-steel foam manifold combination shall be capable of water or foam solution flow rates of 20- to 1000-gpm. The foam proportioning system shall be equipped with a panel mounted digital display control unit with a microprocessor that monitors total water flow and foam concentrate pump output to provide the operator preset proportional amount of foam concentrate injected on the discharge side of the fire pump. Total foam concentrate pump concentrate output shall be 2.1 gallons per minute. Proportioning rate is push-button set by the pump operator on the digital display from 0.1% to 1%, in 0.1% increments. The digital display panel mounted electronic operator control unit shall provide concentrate injection readout in tenths of a percent while also being able to read water flow, total water flowed, and total amount of foam concentrate used. The control shall flash a warning indicating low concentrate in the reservoir to the operator and shall be able to shut off the concentrate pump to prevent damage to the pump. A bar graph on the control unit shall provide visual indication of system operating capacity and will indicate when capacity is exceeded. Foam concentrate-proportioning systems that do not have the above panel mounted digital display informational features will not be accepted. The foam concentrate pump shall be fed concentrate by a non-metallic housing foam concentrate strainer that is equipped with a service shut-off valve. The unit will be fed 12-volt DC power from the apparatus electrical system, and be equipped with a chassis frame ground strap, per the foam proportioner manufacturers installation and operating instruction manual. 1. The foam system shall be equipped with a Class1 UltraView SmartFOAM Controller and a foam induction pump. The foam induction pump will be a: (1) Class1 2.1A piston style foam induction pump (12VDC | 24VDC) for use with Class A concentrates at a rated output of up to 2.1 gpm (8 lpm) and a maximum operating pressure of 250 psi (17.2 bar). 2. The SmartFOAM Controller will show the water flow per minute, foam percentage, total water flowed, and total foam flowed on the main screen without having to press any buttons. The SmartFOAM Controller will maintain a running total of the amount of water and foam used during the current power cycle. 3. The SmartFOAM Controller shall provide on-screen tutorials to assist the user during calibration. 4. The SmartFOAM Controller shall provide multiple language support. 5. The SmartFOAM Controller will allow push-button modification of the foam proportioning rate from 0.1% to 10.0% in 0.1% increments. The SmartFOAM Controller will always begin operation at the preset foam proportioning rate which is configured with a password protected set-up screen. 6. The foam concentrate pump discharge line shall be equipped with a bubble tight check valve, rated at 500 psi (34 bar) to prevent water flow into the concentrate pump from the apparatus fire pump. This valve shall be made from brass or 300 series stainless steel. This valve shall 27 have a cracking pressure of 4-6 psi (0.3-0.4 bar) to prevent flowing concentrate through the pump due to head pressure from the concentrate reservoir. 7. Single tank foam systems shall include flushing capabilities via a three-way flush valve. A switch provided integral to the three-way valve will indicate when the valve is in the “FLUSH” position. The “FLUSH” position will provide fresh water-flushing capabilities to prevent foam concentrate deterioration of the foam pump. 8. Dual tank foam systems shall include a manually operated MDT II dual tank selector valve assembly (or) an air operated ADT dual tank selector valve assembly for switching between A and B tanks. The dual tank selector valve shall have a center selector position to provide fresh water-flushing capabilities to prevent foam concentrate deterioration of the foam pump. The SmartFOAM Controller will inform the user when a “FLUSH” operation is required. The SmartFOAM Controller will not allow the user to flow different types of foam through the system until a “FLUSH” operation is completed. 9. When the manual dual tank selector, single tank flush valve or a single tank system without flushing capabilities is installed a three way bypass valve shall be provided on the discharge of the foam pump to permit operation of the foam concentrate pump for test and calibration purposes without injecting foam concentrate into the water discharge. The bypass valve shall be capable of being panel mounted. 10. The SmartFOAM Controller will protect the foam pump from being run “dry” by showing a “low foam” warning when the low-level tank switch is activated and only allowing the foam pump to run for another sixty (60) seconds before turning off the foam pump and showing a “no foam” warning. 11. In-line, field serviceable foam concentrate strainer(s) shall be installed in the foam concentrate suction line(s). 12. Foam concentrate proportioning systems that use a venturi (either directly or indirectly) to measure water flow, and therefore cause a restriction to that flow, will not be accepted. Y___N___ FOAM REFILL PUMP The apparatus shall be equipped with a Hale Products, Inc. EZ-Fill™ fixed-mount foam tank refill pump system. The unit shall include a 12-volt electric motor that drives a 5-gpm foam concentrate pump used to refill the foam apparatus reservoir(s), a panel mounted smart-switch operator control and a wand suction hose connection. The EZ-Fill system shall incorporate push-button smart-switch technology and be designed so that with a momentary press of the EZ-Fill control panel Fill or Flush buttons, the unit will automatically cycle respectively filling the foam concentrate reservoir or running itself through a flush cycle. The system shall be configured to handle refilling a single foam concentrate tank. The EZ Fill shall be equipped with a clear wand suction hose having a cam-lock fitting designed for 5- gallon pail drafting operations. The suction hose shall be equipped with integral strainer to prevent intake of unwanted debris. The cam-lock foam suction inlet connection shall be equipped with a cap for stowage. The wand shall attach to a cam-lock fitting receptacle on the pump operators’ panel during the refill process. Once the clear suction wand is connected via the cam-lock fitting, and the wand end is placed in a 5-gallon bucket of foam concentrate, with one push of the Fill button the unit shall self- prime and fill the apparatus foam concentrate reservoir. The EZ-Fill system shall then automatically shut itself off either after a 60-second run duration or when the foam concentrate reservoir is full. The EZ-Fill system shall contain a foam pump Flush feature via a three-way integral valve mounted inside the pump-house. The EZ-Fill pump panel smart-switch control shall be designed to override automatic re-fill operation by allowing the pump operator to hold down the Fill or Flush buttons, which allows for continuous foam 28 pump refill or flush action. The foam concentrate reservoir(s) shall be equipped with a high-level tank switch to prevent foam reservoir overfill during automatic operation. The EZ-Fill shall include a factory supplied wiring harness configured for power and ground leads and an installation and operation manual. Y___N___ STAINLESS PLUMBING All plumbing shall be either stainless steel or high-pressure hose with crimped stainless-steel fittings. Any manifolds shall be stainless steel. All valves shall be bronze or stainless steel unless other specified. Y___N___ STAINLESS PLUMBING WARRANTY - TEN YEARS The manufacturer warrants to the original purchaser all stainless steel plumbing components installed by them and used in the construction of the apparatus water / foam plumbing systems against defects in workmanship and materials for a period of ten (10) years from delivery. Y___N___ TANK TO PUMPS (2) - ELECTRIC Two (2) 4" full flow valves shall be installed between the tank and pump suction. The valves shall be electrically operated with the controls mounted on the pump panel. Y___N___ MASTER PUMP DRAIN The master drain shall have the capacity to drain all lines and main pump at the same time. The master drain will be mounted on the pump panel and will be readily accessible. Y___N___ LINE DRAINS All suction and discharge lines (1-1/2" and larger) shall have a lever action quarter turn drain valve installed. Each drain valve shall be arranged adjacent to the valve or in a convenient location on the left and/or right pump panel. Remote drain lines will be clearly marked with color coded tags. Y___N___ INTAKE RELIEF VALVE A stainless-steel suction relief valve will be installed on the suction port of the main fire pump. The valve will be adjustable from 75-250 PSI. The valve will terminate at a 2-1/2" NST-M flange; a cap will be available for emergency use. Y___N___ PUMP TO TANK LINE There shall be a 2" pump to tank fill line installed with a 2" inline valve. The valve shall be controlled from the pump panel. 29 Y___N___ 1-3/4" FRONT JUMP LINE There shall be a 2" jump line installed with a 2" inline valve. The valve shall be controlled at the pump panel. The rigid piping will be stainless steel with flexible high-pressure hydraulic hose lines using stainless steel fittings. There will be a 2" swivel elbow with 1-1/2" NST threads. Y___N___ JUMPLINE SWIVEL The front jump line swivel will be installed inside the front hose well. Y___N___ 6" STEAMER INLETS (2) Two (2) 6" steamer inlets will be provided, one (1) left side and one (1) on right side. Both shall have chrome caps with long handles. Y___N___ MASTER INTAKE VALVE - ELECTRIC An electric butterfly valve with a built-in pressure relief valve, manual override hand wheel and air bleeder system, shall be installed on the left side main suction tube of the midship pump. This valve shall be installed behind the pump panel. The electric controls shall be located on the pump panel. Y___N___ MASTER INTAKE VALVE - ELECTRIC An electric butterfly valve with a built-in pressure relief valve, manual override hand wheel and air bleeder system, shall be installed on the right-side main suction tube of the midship pump. This valve shall be installed behind the pump panel. The electric controls shall be located on the pump panel. Y___N___ LEFT 2-1/2" SUCTION INTAKE A 2-1/2" ball-type suction valve shall be installed on the left side pump panel with the valve body mounted behind the pump panel. The control shall be a fixed pivot design, with the handle located alongside the suction valve. The suction valve shall come equipped with a chrome plug, chain, brass inlet strainer and a 2-1/2" NST chrome inlet swivel. Y___N___ LEFT 2-1/2" DISCHARGES (2) Two (2) 2-1/2" discharge shall be located on the left side pump panel. The valve shall be a quarter turn ball type and fixed pivot design to allow easy operation at all pump pressures and operated from the panel. The threads on the valve shall be 2-1/2" NST. The discharge shall come equipped with a 3/4" drain valve. 30 Y___N___ DISCHARGE ADAPTER A chrome elbow, cap and chain shall be supplied with the discharge(s). Y___N___ RIGHT 2-1/2" DISCHARGE (1) One (1) 2-1/2" discharge shall be located on the right-side pump panel. The valve shall be a quarter turn ball type and fixed pivot design to allow easy operation at all pump pressures and operated from the panel. The threads on the valve shall be 2-1/2" NST. The discharge shall come equipped with a 3/4" drain valve. Y___N___ DISCHARGE ADAPTER A chrome elbow, cap and chain shall be supplied with the discharge(s). Y___N___ 4" RIGHT PANEL DISCHARGE - ELECTRIC There shall be a 4" discharge to the right pump panel. The discharge shall be piped to the discharge side of the pump through a 4" valve. The valve shall be a quarter turn ball type and fixed pivot design, operated from the panel. The valve shall be electrically actuated. A 3/4" quarter turn drain valve shall be installed. Discharge shall have 5" NST threads with Storz cap. Y___N___ DISCHARGE ADAPTER A 4" NH-F x 2.5" NH-M adapter with cap and chain shall be supplied. Y___N___ DECK GUN DISCHARGE VALVES (2) There shall be a 3" deck gun discharge pipe installed above the pump compartment. The discharge shall be controlled by a 3" inline valve. The valve shall be a quarter turn ball type of fixed pivot design and constructed of bronze. The discharge control handle shall be a handle type located on the pump panel. The discharge shall terminate with a 4-bolt flange. A secondary manual valve shall be installed at the deck location. Y___N___ SLO-CLOSE VALVES A SLO-CLOSE feature will be installed on all valves over 2-1/2" in size as directed by NFPA. These valves will allow full open and close functions without water hammer. Y___N___ EXTEND-A-GUN PACKAGE Task Force Tips Crossfire model # XFC-72 portable lightweight monitor package consisting of monitor top, stacked tips, stream straightener, Extend-A-Gun, and installation bracket set shall be supplied. 31 Task Force Tips Crossfire, model portable monitor top shall be provided. This top only portion with quick release swivel joint shall be designed for use on truck mounted risers and TFT Safe-Tak 1250 series portable bases. The monitor shall include safety devices that include a locking button which locks the quick release lever when monitor is pressurized, and a 1/4 turn rotational lever lock that secures the horizontal rotation and provides a visual indication that the monitor rotation is locked. For corrosion resistance the monitor shall be constructed from hard coat anodized aluminum with a red powder coat interior and exterior finish. The monitor shall have a 3-1/4" waterway for delivery of up to 1250 GPM with low friction loss. Vertical elevation shall be controlled through use of a handwheel controlled stainless steel worm gear which allows full travel to the safety stop point of 35 degrees above horizontal with seven rotations of the wheel. When positioned on a truck mounted riser the monitor shall be able to be used below the 35 degree stop point through release of the spring-loaded safety pin. An automatic drain to remove remaining water and avoid freezing shall be included. Integral stream straightener and pressure gauge shall be included. Task Force Tips smooth bore stacked tip set shall be provided. For corrosion resistance the tip set shall be constructed from hard coat anodized aluminum alloy. The set shall consist of four (4) tips with the base tip having a 2-1/2" female NH swivel inlet and 2" outlet. The other tip sizes shall be 1-3/4", 1-1/2" and 1-3/8". Each tip shall be laser engraved with a flow/pressure chart, orifice size, and thread size. Task Force Tips stream straightener shall be supplied. The straightener shall be constructed from extruded aluminum with internal vanes designed to reduce turbulence and increase the reach of smooth bore water streams. The device shall have 2-1/2" female NH rigid inlet and 2-1/2" male NH rigid outlet. Task Force Tips manually telescoping waterway shall be installed. The waterway shall be capable of being lowered to deck level (or into a monitor well) for storage and transportation and shall be capable of being raised to an extended height by lifting a quick release latch located at the base of the extension tube. This latching device shall be capable of locking the waterway in either the raised or lowered position while maintaining the ability to horizontally rotate the monitor device 360 degrees. A sensor shall be located on the waterway that signals a 12-volt indicator light installed in the cab to illuminate to indicate that the monitor is raised. The aluminum riser shall have a 3" waterway; hard coat anodized finish and be furnished with a 3" inlet and a Task Force Tips Crossfire coupling outlet. Task Force Tips bracket set shall be installed. The set shall be designed to securely mount the Extend- A-Gun telescoping waterway. The primary components shall have unique serial numbers and all components shall be covered by a five-year warranty. MASTER STREAM NOZZLE Task Force Tips Master Stream 1250, # M-R1250S-NJ automatic master stream nozzle shall be provided. The nozzle shall be designed for use on monitors, ladder pipes, deluge guns and aerial platforms. For corrosion resistance the nozzle shall be constructed for lightweight hard coat anodized aluminum. The nozzle shall have a flow capability of 150 to 1250 GPM at a constant pressure rating of 100 PSI. A UV resistant rubber bumper with integral teeth designed to produce a finger free fog pattern shall be included. A halo ring shall be included to assist with stream shape control. The nozzle shall be suitable for foam solution application and designed to accept the Task Force Tips FJ-LX-M low expansion air aspirating attachment. The nozzle shall be configured with a 2-1/2" female NH swivel rocker lug coupling. The nozzle shall have a unique serial number and be covered by a five-year warranty. 32 Y___N___ 1-3/4" SPEEDLAY HOSEBED (2) - ENCLOSED Two (2) speedlays shall be installed ahead of the pump module. Each speedlay shall hold 200' of 1- 3/4" double jacket fire hose. A 2" mechanical swivel with 1-3/4" NST threads shall be used in the speedlay to provide access of hose in either direction. The speedlay section shall have one 2" valve and shall be controlled with a handle mounted on the pump panel. The speedlay(s) shall be enclosed within the pump module or body roll-up door. Y___N___ 2-1/2" SPEEDLAY HOSEBED - ENCLOSED One (1) speedlay shall be installed ahead of the pump module. The speedlay shall hold 250' of 2-1/2" double jacket fire hose. A 2-1/2" mechanical swivel hose connector shall be used in the speedlay to provide access of hose in either direction. The speedlay section shall have one 2-1/2"" valve and shall be controlled with a handle mounted on the pump panel. The speedlay(s) shall be enclosed within the pump module or body roll-up door. Y___N___ HOSELAY CARTRIDGES (3) Three (3) poly hose lay cartridges will be provided with the apparatus. Y___N___ BOOSTER REEL PLUMBING There shall be a 1-1/2" inline valve installed between the pump and the booster reel. The valve shall be controlled from the pump panel. A 1-1/2" flexible high-pressure hose shall be installed between the valve and hose reel. Y___N___ BOOSTER REEL A Hannay booster reel with painted disc shall be installed as directed. The reel shall be constructed utilizing a welded base. The rewind will be a 12-volt electric motor and will chain drive the reel drum. The booster reel shall have an automatic brake to prevent the booster hose from unwinding. Reel shall have a capacity for 100' of 1" booster hose. A fully shielded, rewind switch shall be provided in a convenient location as directed. A gear driven manual rewind shall be included. The booster reel discharge control shall be located at the operator's control panel. Location: In dunnage above R1 with fairlead in R1 Y___N___ BOOSTER REELROLLERS / GUIDES A set of stainless-steel rollers with guides shall be furnished for the booster reel as directed by the customer. 33 Y___N___ BOOSTER HOSE There shall be one length of 1" x 100' non collapsing hose with 1" NST couplings supplied. The hose shall be Niedner Reeltex. Y___N___ NOZZLE WITH SHUTOFF Task Force Tips model # DS1040 ball shut off nozzle shall be provided. The selectable, dual gallonage nozzle shall be furnished with flow settings of 10 and 40 GPM at 100 PSI and produce fog and straight stream patterns. The nozzle body shall be constructed from hard coat anodized aluminum alloy, utilize a stainless-steel ball shut off valve with a quick-change polymer valve seat. This nozzle shall have a “twist off” position for positive shut off. The nozzle shall be furnished with a 1" female NH swivel rocker lug inlet and designed to accept the Task Force Tips FJ-MX-D FoamJet foam aspirating attachment. The unit shall have a unique serial number and be covered by a five-year warranty. Y___N___ BOOSTER REEL BLOWOUT VALVE A booster reel blows out valve shall be supplied and installed. Y___N___ REAR SUCTION There shall be a rear suction that will mount horizontally through the rear of the apparatus. The suction shall use 5" STAINLESS steel pipe and shall extend from the right rear to the right suction side of pump. A 6" NST adapter with chrome plated cap will be furnished. The valve shall be an electrically actuated butterfly with a built-in relief valve and air bleeder. Switch controls shall be located on the pump panel. A manual override shall be located at the valve. A chrome NST adapter and long handle cap shall be included. Y___N___ REAR SUCTION WARNING PLATE A permanent plate shall be installed at the rear indicating "BLEED SUCTION LINE BEFORE REMOVING CAP - DEATH OR SERIOUS INJURY MAY RESULT FROM IMPROPER OPERATION". Y___N___ REAR SUCTION DRAIN CONTROL There shall be a 1/4 turn drain valve for the rear suction that will be controlled near the right-side running board. Y___N___ REAR SUCTION DRAIN There shall be a 1/4 turn drain valve for the rear suction at the rear of the apparatus, adjacent to the inlet. 34 Y___N___ 2-1/2" REAR DISCHARGE A 2-1/2" rear discharge shall be provided using a 2-1/2" stainless steel pipe with a chrome 2-1/2" male NST adapter on the outside end. Rear discharge shall be operated by a 2-1/2" valve with T-handle controls on the pump panel. Discharge shall have a 3/4" drain valve. Y___N___ DISCHARGE ADAPTER A chrome elbow, cap and chain shall be supplied with the discharge(s). Y___N___ REAR DISCHARGE SLEEVE A 4" diameter special pass-through sleeve shall be installed in the tank for the installation of a rear discharge. Y___N___ MASTER PRESSURE GAUGE There shall be one (1) 4-1/2" silicone filled gauge that will have a 316 stainless steel bezel. The gauge will read from 0 to 400lb and will be accurate to within 1%. The gauge shall be located on the pump panel and placed in a well-lighted position for night apparatus operation. Y___N___ MASTER INTAKE GAUGE There shall be one (1) 4-1/2" silicone filled gauge that will have a 316 stainless steel bezel. The gauge will read from 30" to 400lb and will be accurate to within 1%. The gauge shall be located on the pump panel and placed in a well-lighted position for night apparatus operation. Y___N___ DISCHARGE PRESSURE GAUGES Each discharge shall include a 2-1/2" silicone filled gauge that will have a 316 stainless steel bezel. The gauge face will be white and have black markings. The gauge will read 0 to 400lb and will be accurate to within 1%. The gauge shall be located on the pump panel and placed in a well lighted position for night apparatus operation. Y___N___ POLYPROPYLENE WATER TANK The booster tank shall have a capacity of 1000 US gallons. CONSTRUCTION: The water tank shall be constructed of polypropylene or Polyrene sheet stock. This material shall be a non-corrosive thermo plastic. The booster and/or foam tank shall be of a specific configuration and is so designed to be completely independent of the body and compartments. The tank shall be constructed utilizing latest thermo plastic welding technology. The tank shall undergo extensive testing prior to installation in the truck. In addition, the completed tank shall be water pressure tested. Baffles, both longitudinal and latitudinal shall be 35 interlocking and thermo welded to minimize water surge during travel, enhancing road handling stability. Openings in the baffles shall be positioned to allow water flow to NFPA standards during filling or pumping operations. The tank shall be mounted on hard rubber cushions to isolate the tank from road shock and vibrations. The tank shall be mounted according to manufactures recommendations. The tank shall be completely removable without disturbing or dismounting the apparatus body structure. A lifetime manufacturer's statement of Warranty shall warrant each tank to be free from manufacturing defects in material and workmanship for the service life of the vehicle. FILL TOWER AND COVER: The tank shall have a combination vent and manual fill tower. The tower shall be located in the left front corner of the tank unless otherwise specified by the customer. The tower shall have a 1/4" thick removable polypropylene screen and a hinged cover. Inside the fill tower approximately 4" down from the top shall be fastened a combination vent overflow pipe. The vent overflow shall be a minimum of schedule 40 polypropylene pipe with a minimum I. D. of 4" that is designed to run through the tank and shall be piped behind the rear wheels to maximize traction. SUMP: There shall be one (1) sump standard per tank. On tanks that require front suction, 4" schedule 40 polypropylene pipe shall be installed that will incorporate a dip tube from the front of the tank to the sump location. The sump shall have a minimum 3" NPT threaded inlet on the bottom for a drain plug. This shall be used as a combination clean out and drain. OUTLETS: There will be two (2) standard tank outlets: One for tank to pump suction line which shall be a minimum of 4" NPT coupling; and One for a tank fill line which shall be a minimum of 2" NPT coupling. All tank fill couplings shall be backed with flow deflectors to break up the stream of water entering the tank. DESIGN: The tank shall be designed to include the hosebed, storage sleeves and any upper body compartments. The entire hosebed, tank and upper body storage shalll be able to be removed with one set of lifting eyes. Y___N___ POLYPROPYLENE TANK WARRANTY - LIFETIME The water tank manufacturer shall warrant the booster/foam tank to be free from manufacturing defects in material and workmanship for the service life of the vehicle. The tank must be installed in accordance with tank manufacturer's installation recommendations. A copy of the tank manufacturer's warranty, including terms and limitations will be provided upon delivery of the completed apparatus. Y___N___ WATER TANK LEVEL GAUGE A blue LED Class 1 water tank level display shall be installed on the pump panel. A single transducer will be installed in the water tank. A built-in calibration system allows this unit to be used with any tank configuration or material. A 10-foot harness is standard. The display includes 40 LED lights visible from 180 degrees. Y___N___ WATER TANK LEVEL GAUGE There shall be four (4) Whelen PSTANK2 water level LED strip light(s) provided and installed. The light has four LED panels of different colors and operates off the master water level gauge. 36 Location(s): Rear of Body, deck gun area, two (2) shall be cab supplied Y___N___ TANK LEVEL GAUGE DRIVER A Class 1 4 light tank level driver module shall be installed for the additional tank level gauges. Y___N___ INTERNAL FOAM CELL - CLASS "A" There shall be a 20-gallon minimum capacity internal foam tank incorporated in the main water tank. The tank shall have an access hole for filling and cleaning and a discharge outlet. Y___N___ CLASS "A" FOAM PLATES A permanent plate identifying the foam cell contents as class "A" shall be placed on the top and on the inside of the lid for positive identification. Y___N___ FOAM TANK LEVEL GAUGE A red LED Class 1 Foam tank level display shall be installed on the pump panel. A single transducer will be installed in the foam tank. A built-in calibration system allows this unit to be used with any tank configuration or material. A 10-foot harness is standard. The display includes 40 LED lights visible from 180 degrees. Y___N___ HOSEBED The hose body will be constructed from smooth plate aluminum. The upper edges will be 2" x 3" hollow aluminum extrusions, with smooth aluminum for the inside surface. 1/8" (.125) 3003 H-14 smooth aluminum will be installed for the hose bed walls and serve as a drip cap on top of the body sides. The hose compartment floor will be constructed from a ribbed co-polymer polypropylene. The hose body floor ends will be slotted to allow for infinite adjustment of the hose bed dividers. The hosebed floor shall be constructed as part of the tank. The hose bed shall include an open walkway running from the front of the body to the rear of the apparatus for safely loading and unloading equipment and hose. The width of the walkway shall be determined by the hose capacity storage. Minimum Hose Capacity: 1000' of 5", 200' of 2-1/2" pre-connected, 400' of 3" Y___N___ ALUMINUM HOSEBED COVERS Two (2) aluminum tread plate hose bed covers shall be provided. Cover shall be two-door type with continuous stainless-steel hinge along each side. Cover doors shall have gas assist cylinders for ease of opening. A black flap with a bungee fastening system shall be provided at the rear of each hard cover. 37 The hosebed covers shall be painted black. The walkway shall be left open. Y___N___ HOSEBED DIVIDERS Three (3) hose bed dividers manufactured from 3/16" smooth aluminum plate with an extruded aluminum base welded to the bottom shall be provided. The dividers shall have an extruded track to slide in to allow the hose bed to be adjusted for different hose capacities. One end of each divider shall have a 3" radius corner with a hand hole cutout provided. The dividers shall be sanded as to prevent damage to hose. Y___N___ EXTRUDED ALUMINUM BODY AND SUPERSTRUCTURE The body subframe is to be entirely welded, constructed of 6061-T6 extruded aluminum tubing with minimum dimensions of 3"x3"x3/8", 2"x3"x1/4" and 1"x3" solid. All vertical components are to be reinforced to the substructure with 2"x3"x1/4" 6061-T6 TUBULAR gussets at strategic points to assure structural integrity. The body sides are to be constructed from 2"x3"x1/4" 6061-T6 structural aluminum tubing welded to form a continuous support matrix for the hose body and compartments. The interior components will be welded along perimeter and along each side for additional support. The upper body side panels shall be constructed with a single sheet to present a seamless construction and maximum corrosion protection. The tank cradle will be designed to support the bottom of the water tank to prevent movement and structural damage when the unit is loaded and under motion. Reinforced rubber pads with a 60# rating will be installed in the cradle and at the corner angles to cushion the tank; no mechanical attaching devices will protrude through the rubber. Multiple 1-3/4" x 2" solid bar shall be welded into the sub frame for the tank mounting brackets. Fender liners will be independent from the compartment sides to provide maximum corrosion and impact protection. Wheelwell fastening support angles shall be welded and be made from 1" x 1" x 1/4" angle. The apparatus body shall be entirely independent from the chassis frame. It is to be attached to the frame over 1/2" x 3" 60# rubber pads running the full length of body. The unit is to be designed so as to be removable from the chassis in the event of future chassis replacement. Y___N___ EXTRUDED ALUMINUM APPARATUS BODY The 100" wide apparatus body compartments are to be constructed from 3/16" aluminum alloy. All compartments are to be formed and welded to the substructure and sidewalls. Lower compartment floors are to be fitted with hat section supports to allow for loading of heavy equipment. The back side of the compartments shall be fitted with hat sections to allow for additional support and to act as a spacer for the installation of the water tank. 38 COMPARTMENTATION: Each compartment shall be "sweep-out" style. The compartments shall not share a common wall and shall be individually vented. The compartments shall be divided as follows: SIDE: There shall be four (4) compartments ahead of the rear wheels, two (2) each side. The forward compartments shall be approximately 54" wide x 70" high x pump deep. The rear compartments shall be approximately 46" wide x 70" high x 26" deep. There shall be two (2) compartments over the rear wheels, one (1) each side. The compartments will be approximately 58" wide x 36" high x 26" deep. There shall be two (2) compartments behind the rear wheels, one (1) each side. The compartments shall be approximately 40" wide x 70" high x 26" deep. REAR: There shall be one (1) compartment in the rear of the apparatus. The compartment shall be approximately 32" wide x 31" high x 26" deep. Y___N___ SUPERSTRUCTURE AND BODY WARRANTY - LIFETIME The manufacturer shall warrant to the original purchaser that the apparatus superstructure and body is structurally sound and free of all structural defects of workmanship and material and further warrants that it will maintain its structural integrity for the life of the apparatus. This warranty shall not pertain to issues of paint finish, hardware, moldings or accessories. The warranty shall terminate upon transfer of possession or ownership by the original purchaser. Y___N___ L1 COMPARTMENT • The following is a description of items included with the compartment. Y___N___ ROLL UP DOOR - PAINTED ROM series 4 roll-up door will be installed in this compartment. The shutters will be constructed from extruded aluminum with a painted finish. Internally sealed for weather resistance and quiet operation. Rubber seals will be installed on the vertical components. The door will close/lock with a combination handle/locking bar on the exterior at the bottom. The door will roll-up in the top of the compartment to allow for maximum use of the compartment interior. Lighting will be located on the vertical compartment walls for maximum effectiveness. Y___N___ ROLL UP DOOR SILLS An extruded aluminum door sill shall be provided for each roll up door. 39 Y___N___ ROLL UP DOOR PAN An aluminum roll-up door guard or drip pan shall be installed in this compartment. The fabricated guard prevents equipment from rubbing on the door and deflects accumulated moisture out of the compartments. Y___N___ DOOR STRAP An elastic door strap shall be installed on this compartment door to assist in lowering the door. Y___N___ PUMP PANELS The pump panels shall be located in the L1/R1 body compartments. Y___N___ LED COMPARTMENT LIGHTS Two (2) extruded aluminum LED strip lights shall be installed in the compartment. The strip lights shall be installed in a vertical position and run the full height of the compartment, one (1) each side. Y___N___ L2 COMPARTMENT • The following is a description of items included with the compartment. Y___N___ ROLL UP DOOR - PAINTED ROM series 4 roll-up door will be installed in this compartment. The shutters will be constructed from extruded aluminum with a painted finish. Internally sealed for weather resistance and quiet operation. Rubber seals will be installed on the vertical components. The door will close/lock with a combination handle/locking bar on the exterior at the bottom. The door will roll-up in the top of the compartment to allow for maximum use of the compartment interior. Lighting will be located on the vertical compartment walls for maximum effectiveness. Y___N___ ROLL UP DOOR SILLS An extruded aluminum door sill shall be provided for each roll up door. Y___N___ ROLL UP DOOR PAN An aluminum roll-up door guard or drip pan shall be installed in this compartment. The fabricated guard prevents equipment from rubbing on the door and deflects accumulated moisture out of the compartments. 40 Y___N___ DOOR STRAP An elastic door strap shall be installed on this compartment door to assist in lowering the door. Y___N___ ADJUSTABLE SHELF TRACKING There shall be tracking installed in one (1) compartment to accommodate the installation of adjustable shelves and/or rollouts. The tracks shall be installed vertically on the walls of the compartment. Y___N___ LED COMPARTMENT LIGHTS Two (2) extruded aluminum LED strip lights shall be installed in the compartment. The strip lights shall be installed in a vertical position and run the full height of the compartment, one (1) each side. Y___N___ L3 COMPARTMENT The following is a description of items included with the compartment. Y___N___ ROLL UP DOOR - PAINTED ROM series 4 roll-up door will be installed in this compartment. The shutters will be constructed from extruded aluminum with a painted finish. Internally sealed for weather resistance and quiet operation. Rubber seals will be installed on the vertical components. The door will close/lock with a combination handle/locking bar on the exterior at the bottom. The door will roll-up in the top of the compartment to allow for maximum use of the compartment interior. Lighting will be located on the vertical compartment walls for maximum effectiveness. Y___N___ ROLL UP DOOR SILLS An extruded aluminum door sill shall be provided for each roll up door. Y___N___ ROLL UP DOOR PAN An aluminum roll-up door guard or drip pan shall be installed in this compartment. The fabricated guard prevents equipment from rubbing on the door and deflects accumulated moisture out of the compartments. Y___N___ DOOR STRAP An elastic door strap shall be installed on this compartment door to assist in lowering the door. 41 Y___N___ ADJUSTABLE SHELF TRACKING There shall be tracking installed in one (1) compartment to accommodate the installation of adjustable shelves and/or rollouts. The tracks shall be installed vertically on the walls of the compartment. Y___N___ LED COMPARTMENT LIGHTS Two (2) extruded aluminum LED strip lights shall be installed in the compartment. The strip lights shall be installed in a vertical position and run the full height of the compartment, one (1) each side. Y___N___ L4 COMPARTMENT The following is a description of items included with the compartment. Y___N___ ROLL UP DOOR - PAINTED ROM series 4 roll-up door will be installed in this compartment. The shutters will be constructed from extruded aluminum with a painted finish. Internally sealed for weather resistance and quiet operation. Rubber seals will be installed on the vertical components. The door will close/lock with a combination handle/locking bar on the exterior at the bottom. The door will roll-up in the top of the compartment to allow for maximum use of the compartment interior. Lighting will be located on the vertical compartment walls for maximum effectiveness. Y___N___ ROLL UP DOOR SILLS An extruded aluminum door sill shall be provided for each roll up door. Y___N___ ROLL UP DOOR PAN An aluminum roll-up door guard or drip pan shall be installed in this compartment. The fabricated guard prevents equipment from rubbing on the door and deflects accumulated moisture out of the compartments. Y___N___ DOOR STRAP An elastic door strap shall be installed on this compartment door to assist in lowering the door. Y___N___ ADJUSTABLE SHELF TRACKING There shall be tracking installed in one (1) compartment to accommodate the installation of adjustable shelves and/or rollouts. The tracks shall be installed vertically on the walls of the compartment. 42 Y___N___ LED COMPARTMENT LIGHTS Two (2) extruded aluminum LED strip lights shall be installed in the compartment. The strip lights shall be installed in a vertical position and run the full height of the compartment, one (1) each side. Y___N___ REAR COMPARTMENT The following is a description of items included with the compartment. Y___N___ ROLL UP DOOR - BRUSHED ROM series 4 roll-up door will be installed in this compartment. The shutters will be constructed from extruded aluminum with a brushed finish. Internally sealed for weather resistance and quiet operation. Rubber seals will be installed on the vertical components. The door will close/lock with a combination handle/locking bar on the exterior at the bottom. The door will roll-up in the top of the compartment to allow for maximum use of the compartment interior. Lighting will be located on the vertical compartment walls for maximum effectiveness. Y___N___ ROLL UP DOOR SILLS An extruded aluminum door sill shall be provided for each roll up door. Y___N___ LED COMPARTMENT LIGHTS Two (2) extruded aluminum LED strip lights shall be installed in the compartment. The strip lights shall be installed in a vertical position and run the full height of the compartment, one (1) each side. Y___N___ REAR COMPARTMENT 2 The upper rear compartment shall be used for storage of equipment later mentioned. Y___N___ HINGED DOOR The compartment shall include a hinged aluminum door with a d-ring style slam latch. The door shall be covered with chevron material to match the rear of the apparatus. Y___N___ R1 COMPARTMENT • The following is a description of items included with the compartment. 43 Y___N___ ROLL UP DOOR - PAINTED ROM series 4 roll-up door will be installed in this compartment. The shutters will be constructed from extruded aluminum with a painted finish. Internally sealed for weather resistance and quiet operation. Rubber seals will be installed on the vertical components. The door will close/lock with a combination handle/locking bar on the exterior at the bottom. The door will roll-up in the top of the compartment to allow for maximum use of the compartment interior. Lighting will be located on the vertical compartment walls for maximum effectiveness. Y___N___ ROLL UP DOOR SILLS An extruded aluminum door sill shall be provided for each roll up door. Y___N___ R

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

Request for Proposals for a Pumper Fire Apparatus

Due: 30 May, 2024 (in 1 month)Agency: City of Leduc

Fire Trucks and Fire Apparatus (NASPO ValuePoint)

Due: 31 Dec, 2024 (in 8 months)Agency: South Dakota Bureau of Administration

fire truck and fire apparatus

Due: 31 Dec, 2024 (in 8 months)Agency: Purchasing Division

Please Sign In to see more like these.

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