Loading...
HomeMy WebLinkAbout05/21/2025 Agreement GVS COURTq c o: A Kevin Madok, CPA - �o ........ � Clerk of the Circuit Court& Comptroller Monroe County, Florida �z cooN DATE: May 23, 2025 TO: Cheri Tamborski Emergency Services Mayor Bruce Halle Fire & Ambulance District 1 Board of Governors FROM: Liz Yongue, Deputy Clerk SUBJECT: May 21, 2025 BOCC Meeting The following item has been executed and added to the record: C29/H3 BOCC Resolution 188-2025 and BOG Resolution 194-2025 waiving the Monroe County Purchasing Policy Manual in order to procure two (2) Fouts Fire FB-94 Pumpers, one (1) Fouts Fire/Freightliner 3,000 Gallon Water Tanker/Tender and one (1) Fouts Fire/Kenworth 3,000 Gallon Water Tanker/Tender for Monroe County Fire Rescue (MCFR) and authorize: 1)the execution of Vehicle Purchase Agreement with South Florida Emergency Vehicles, LLC per NPPGov Contract#PS20225; 2)the execution of the Lease Financing Proposal jointly prepared by Leasing 2, Inc. (as lessor) and South Florida Emergency Vehicles, LLC (as distributor); 3)the execution of the Lease-Purchase Agreement with Leasing 2, Inc.; and 4) the execution the Escrow Agreement upon designation of an approved escrow agent. This purchase is being financed over a three (3)-year term in the amount of$1,056,606.54 per year, for an aggregate total of$3,169,819.62. MCFR is also requesting delegation of authority to the County Administrator, and certain county officials to execute the aforementioned documents, as well as any associated documents, subject to review for legal form and sufficiency by the County Attorney, or designee. Should you have any questions, please feel free to contact me at(305) 292-3550. cc: County Attorney_ Finance File KEY WEST MARATHON PLANTATION KEY 500 Whitehead Street 3117 Overseas Highway 88770 Overseas Highway Key West, Florida 33040 Marathon, Florida 33050 Plantation Key, Florida 33070 AGREEMENT between MONROE COUNTY,FL and SOUTH FLORIDA EMERGENCY VEHICLES,LLC for the PURCHASE OF FOUR(4) FIRE SUPPRESSION APPARATUS Pursuant to the Co-operative Agreement&Pricing of NPP Contract#PS20225 THIS AGREEMENT is made and entered into this 21 St day of May 202 5 ,by and between the Monroe County,Florida,a political subdivision of the State of Florida, with principal offices located at 1100 Simonton Street, Key West, FL 33040 (the "County") and SOUTH FLORIDA EMERGENCY VEHICLES, LLC, a Florida limited liability company with principal offices located at 4655 Cummins Ct.,Fort Myers,FL 33905 (the"Contractor")to provide two(2)Fouts Brothers FB-94 Pumpers,one(1)Fouts Brothers (Freightliner M2-112) 3000 Gallon Tanker, and one (1) Fouts Brothers (Kenworth T-480) 3000 Gallon Tanker, and further described herein. Now therefore,in exchange for good and sufficient consideration,the parties hereby agree to the following terms and conditions: 1) The Contract Documents The contract documents consist of this Agreement, the NPPGov Cooperative Contract between League of Oregon Cities and FOUTS BROTHERS entitled "Master Price Agreement" and its respective amendments and extensions - Co-operative Agreement: NPP Contract#PS20225, all attached and incorporated herein as "Composite Exhibit A," and the Pricing Proposals for MCFR purchase of four (4) fire suppression apparatus, attached and incorporated herein as "Composite Exhibit B." In the event of a conflict between the aforementioned documents, this Agreement and any duly executed amendment to this Agreement will control, followed by "Composite Exhibit B," then "Composite Exhibit A,"in that order. 2) Cooperative Purchasing Contract&Monroe County,Florida As a qualified government member of National Purchasing Partners, LLC d/b/a NPPGov, also referred to as a Participating Agency" or "Purchaser," the County extends the terms and conditions of the Master Price Agreement to itself in making this agreement. And As such upon execution of this Agreement,all references made to the Oregon League of Cities in"Composite Exhibit A"will be interpreted as pertaining to Monroe County,Florida, and all terms and conditions of"Composite Exhibit A,"not inconsistent with this Agreement, are deemed as having been implemented for use within Monroe County. It is also understood that wherever the words"FOUTS BROTHERS"or"Vendor"appear,they will be read as "SOUTH FLORIDA EMERGENCY VEHICLES, LLC" as the authorized dealer of the emergency vehicles on behalf of Fouts Brothers. 3) The Equipment/Services The Contractor must provide all Fire Apparatus and associated equipment (hereinafter collectively referred to as "Equipment")that is intended for the benefit of the County, and perform all work to delivery the Equipment in the form and fashion described herein and required by this Agreement, and as set forth below: a) Contractor will furnish all labor, materials, and equipment necessary as indicated in"Composite Exhibit B." Page 1 of 15 b) Contractor must supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor must comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor must at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. c) Contractor shall provide delivery of the Equipment in accordance with the schedules set forth in the"Composite Exhibit B,"attached hereto.Contractor must provide written notice to County prior to any change in the delivery schedule set forth with respect to each fire apparatus. Notwithstanding any changes in the delivery schedule, the Contractor expressly agrees that all four (4) fire apparatus will be delivered to the County no later than November 1,2025. d) Contractor must comply with any and all Federal, State, and local laws and regulations now in effect,or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. Contractor shall maintain throughout the term of this Agreement, appropriate licenses. Proof of such licenses shall be submitted to the County upon execution of this Agreement, if not previously submitted to the County. e) Contractor warrants that all goods,materials, and workmanship furnished,whether furnished by the Contractor or its subcontractors and suppliers, will comply with the specifications and other descriptions supplied or adopted. All dealer and manufacturer warranties associated with the Equipment will inure to the benefit of the County. f) Contractor must complete such forms as County deems necessary in furtherance of any grant award from the state or federal government that supports this purchase. The forms may include, but are not limited to: Certification Regarding Debarments, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Federally Funded Transactions, etc. 4) Changes in the Work/Equipment The parties agree that Time-is-of-the-Essence. Without invalidating the Agreement, the County may,at any time or from time to time, order additions, deletions or revisions in the Equipment that support the expeditious delivery of the Equipment; this may include substitutions for like-products of equal value only); these must be authorized by duly approved Change Orders, consistent with the Monroe County Purchasing Policy. The Contractor understands and agrees that any cost resulting from a change or modification, change order, or constructive change of the Agreement must be within the scope of this Agreement and any state or federal grant agreement that funds this purchase. 5) Contract Amount Contractor will perform contract requirements with pricing pursuant to"Composite Exhibit B,"with the understanding that County is engaged in a separate Lease-Purchase Agreement with Leasing 2, Inc. (with assignment of its rights to Santander Bank) for the financial funding of the Equipment. Upon receipt and acceptance of each piece of Equipment ordered by County,the County will certify receipt and release of payment from the Escrow Account(Escrow Disbursement Request Form) consistent with those agreements. County is exempt from payment of Florida State Sales and Use taxes. Contractor shall not be exempted by virtue of the County's exemption from paying sales tax to its suppliers for materials used to fulfill its obligations under this contract, nor is Contractor authorized to use the County's Tax Exemption Number in securing such materials. Additionally, the Contractor is to submit to the County invoices with supporting documentation that are Page 2 of 15 acceptable to the Monroe County Office of Clerk and Comptroller (County Clerk). Acceptability to the County Clerk is based upon generally accepted accounting principles and such laws, rules and regulations as may govern the disbursal of funds by the County Clerk. 6) Agreement Subject to Funding The County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners. In the event that the County funds on which this Agreement is dependent are withdrawn,this Agreement is terminated, and the County has no further obligation under the terms of this Agreement to the Contractor beyond that already incurred by the termination date. 7) Contract Term The contract period commences as of the date written on the first page of this Agreement and will expire upon completion and final delivery and written acceptance by County of the Equipment described herein. This is a Time-is-of-the-Essence agreement regarding performance obligations set forth herein. That applies to all of the Contractor's obligations to perform,including but not limited to,timely submittal of reports and title documentation. S) Conditions for Emergency/Hurricane or Disaster It is hereby made a part of this agreement that before,during and after a public emergency, disaster, hurricane, flood,pandemic or other substantial loss that the Monroe County will require a "first priority" basis for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation which threatens public safety and health, as determined by the County Administrator. Contractor agrees to rent/sell/lease all goods and services to the County or other governmental entities, as opposed to a private citizen or corporation, on a first priority basis. The County expects to pay a fair and reasonable price for all products/services in the event of a disaster,pandemic, emergency or hurricane. Contractor must furnish a twenty-four(24)hour telephone number in the event of such an emergency. 9) Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the County's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor will retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement will be those of Contractor, which policies of Contractor will not conflict with County, State, or United States policies,rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the County, that it had full opportunity to find other business,that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement must not be construed as creating any joint employment relationship between the Contractor and the County and the County will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. Page 3 of 15 10) Assignment and Subcontracting Contractor must not transfer or assign the performance required by this Agreement without the prior written consent of the Board of County Commissioners. This Agreement, or any portion thereof,must not be subcontracted without the prior written consent of the County nor may the Contractor assign any monies due or to become due to him or her,without the previous written consent. 11) Termination a) Termination for Cause and Remedies: In the event of breach of any contract terms, the County retains the right to terminate this Agreement. The County may also terminate this Agreement for cause with Contractor should Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination,prior to termination, the County shall provide Contractor with seven (7) calendar days' written notice and provide the Contractor with an opportunity to cure the breach that has occurred. If the breach is not cured,the Agreement will be terminated for cause. If the County terminates this Agreement with the Contractor, County shall pay Contractor the sum due the Contractor under this Agreement prior to termination, unless the cost of completion to the County exceeds the funds remaining in the contract; however, the County reserves the right to assert and seek an offset for damages caused by the breach. The maximum amount due to Contractor shall not in any event exceed the spending cap in this Agreement. In addition, the County reserves all rights available to recuperate monies paid under this Agreement, including the right to sue for breach of contract and including the right to pursue a claim for violation of the County's False Claims Ordinance,located at Section 2-721 et al.of the Monroe County Code. b) Termination for Convenience: The County may terminate this Agreement for convenience, at any time,upon ninety(90) days' written notice to Contractor. If the County terminates this Agreement with the Contractor, County shall pay Contractor the sum due as of the appointed termination date, unless the cost of completion of the remaining work under the Agreement exceeds the funds remaining in the contract. The maximum amount due to Contractor shall not exceed the spending cap in this Agreement. 12) Remedies a) Damages The County reserves the right to recover any ascertainable actual damages incurred as a result of the failure of the Contractor to perform in accordance with the requirements of this Agreement,or for losses sustained by the County resultant from the Contractor's failure to perform in accordance with the requirements of this Agreement. b) Correction of Work If, in the judgment of the County, work provided by the Contractor does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship, the County reserves the right to require that the Contractor correct all deficiencies in the work to bring the work into conformance without additional cost to the County. The County is the sole judge of non-conformance and the quality of workmanship. 13) Warranties a) Warranty of Title Contractor warrants to the County that all goods and materials furnished under the contract will be new unless otherwise specified and that Contractor possesses good, clear, and marketable title to said goods and there are no pending liens, Page 4 of 15 claims, or encumbrances whatsoever against said Equipment/goods. All work not conforming to these requirements, including substitutions not properly approved and authorized may be considered defective. b) Warranty of Merchantability Contractor warrants all material and workmanship for a minimum of one(1)year from date of project completion and acceptance by the County. If within one (1) year after acceptance by the County, or within such larger period of time as may be prescribed by law or product/equipment warranty period, any of the work/Equipment is found to be defective or not in accordance with the contract documents, the Contractor must after receipt of a written notice from the County to do so, promptly correct the work unless the County has previously given the Contractor a written acceptance of such specific condition. 14) Insurance Requirements Contractor shall obtain and maintain at its own expense the insurance coverages listed within this paragraph prior to commencing service under this Agreement. All insurance requirements provided for in this Agreement shall be subject to annual review. Depending on the extent of contractual obligations incurred by the Contractor, the below insurances will be required. Insurances can be altered via written waiver by County's Risk Manager, if required.The Contractor must keep in full force and effect the insurance described during the term of this Agreement. If the insurance policies originally purchased that meet the requirements are canceled, terminated, or reduced in coverage, then the Contractor must immediately substitute complying policies so that no gap in coverage occurs. Copies of current policy certificates shall be filed with the Monroe County Risk Department or the Artificial Reefs Program Department whenever acquired, amended, and annually during the term of this Agreement. Prior to execution of this Agreement, Contractor shall furnish the County Certificates of Insurance indicating the minimum coverage limitations in the following amounts: a) WORKERS COMPENSATION AND EMPLOYER'S LIABILTIY INSURANCE. Where applicable, coverage to apply for all employees at the minimum statutory limits as required by Florida Law, and Employee's Liability coverage in the amount of $500,000.00 bodily injury by accident, $500,000.00 bodily injury by disease,policy limits, and$500,000.00 bodily injury by disease, each employee. b) COMPREHENSIVE AUTOMOBILE VEHICLE LIABILITY INSURANCE. Motor vehicle liability insurance, including applicable no-fault coverage, with limits of liability of not less than $1,000,000.00 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. If single limits are provided, the minimum acceptable limits are $500,000.00 per person, $1,000,000.00 per occurrence, and $100,000.00 property damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles. c) COMMERCIAL GENERAL LIABILITY. Commercial general liability coverage with limits of liability of not less than $1,000,000.00 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Such coverage must include, as a minimum: Premises Operations, Products and Completed Operations, Blanket Contractual Liability, and Personal Injury Liability. An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the County. Page 5 of 15 d) CERTIFICATES OF INSURANCE. Original Certificates of Insurance shall be provided to the County at the time of execution of this Agreement and certified copies provided if requested. Each policy certificate shall be endorsed with a. provision that not less than thirty (30) calendar days' written notice shall be provided to the County before any policy or coverage is canceled or restricted.The underwriter of such insurance shall be qualified to do business in the State of Florida. If requested by the County Administrator, the insurance coverage shall be primary insurance with respect to the County, its officials, employees, agents, and volunteers. Failure of Contractor to comply with the insurance requirements of this section shall be cause for immediate termination of this Agreement. MONROE COUNTY BOARD OF COUNTY COMMISSIONERS, 1100 SIMONTON STREET, KEY WEST, FLORIDA 33040, MUST BE NAMED AS ADDITIONAL INSURED AND CERTIFICATE HOLDER ONALL POLICIES EXCEPT WORKER'S COMPENSATION. In the event that the Contractor subcontracts any or all of the work in this project to any third party, the Contractor specifically agrees to identify the County as an additional insured on all insurance policies required by the County. In addition, the Contractor specifically agrees that all agreements or contracts of any nature with his subcontractors shall include the County as additional insured. 15) Indemnification &Hold Harmless a) The parties agree that one percent (1%) of the total compensation paid to Contractor for the work or services under this Agreement constitutes specific consideration to Contractor for the indemnification to be provided under the Agreement. Notwithstanding any minimum insurance requirements prescribed elsewhere in this Agreement,the Contractor shall defend,indemnify,and hold the County, and the County's elected and appointed officers and employees,harmless from and against any claims, actions or causes of action, any litigation, administrative proceedings,appellate proceedings,or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and any costs or expenses that may be asserted against,initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with: (A)any activity of the Contractor or any of its employees,agents,contractors or other invitees during the term of this Agreement; (B) the negligence or recklessness, intentional wrongful misconduct, errors or other wrongful act or omission of the Contractor or any of its employees,agents,sub-contractors or other invitees; or(C) the Contractor's default in respect of any of the obligations that it undertakes under the terms of this Agreement, except to the extent the claims, actions, causes of action, litigation,proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than the Contractor). b) In the event that the completion of the project (to include the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance,the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. Should any claims be asserted against the County by virtue of any deficiency or ambiguity in the specifications provided by or to the Contractor, the Contractor agrees and warrants that the Contractor shall hold the County harmless and shall indemnify it from all losses occurring thereby and shall further defend any claim or action on the County's behalf. c) Nothing contained herein is intended,nor may it be construed, to waive County's rights and immunities under the common law or Section 768.28, Florida Statutes, Page 6 of 15 as amended from time to time; nor will anything included herein be construed as consent to be sued by any third parties in any matter arising out of this Agreement. To the extent considered necessary by the County,any sums due Contractor under this Agreement may be retained by the County until all of the County's claims subject to this indemnification obligation have been settled or otherwise resolved, and any amount withheld is not subject to payment of interest by the County. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of this Agreement, this section will survive the expiration of the term of this Agreement or any earlier termination of this Agreement. 16) No Personal Liability No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of County in his or her individual capacity, and no member, officer, agent or employee of County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. 17) Discriminatory Vendor List Contractor hereby acknowledges its continuous duty to disclose to the County if the Contractor or any of its affiliates,as defined by Section 287.134(1)(a),Florida Statutes,are placed on the Discriminatory Vendor List. Pursuant to Section 287.134(2)(a),Florida Statutes: "An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity;may not submit a bid,proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity." 18) County Suspended Vendor List The eligibility of persons to bid for an award of County contract(s),or enter into a contract, may be suspended pursuant to sec. 2-347(1) of the Monroe County Code of Ordinances.In the event an eligible person is suspended by the County after the contract is awarded, or a suspended person is employed to perform work (e.g. subcontractor in a bid or contract) pursuant to a County contract, same shall constitute a material breach of the contract. The County, in its sole discretion, may terminate the contract with no further liability to the contractor beyond payment of the portion of the contract price that may be due for work satisfactorily completed up to the date of termination, and hereby reserves all other rights and remedies available at law or in equity. 19) Prohibition on Conflict of Interest,Gratuities,Kickbacks, and Collusion The statements contained in this paragraph are true and correct, and made with the full knowledge that Monroe County relies upon the truth of the statements contained herein in awarding the contract for this Project. a) Conflict of Interest. Contractor covenants that it presently has no interest and will not acquire any interest that would conflict in any manner or degree with the performance of services required. Each party hereto covenants that there is no conflict of interest or any other prohibited relationship between the County and itself. b) Gratuities. Contractor hereby certifies that it has not offered, given, or agreed to give any Monroe County employee a gratuity, favor, or anything of monetary value in Page 7 of 15 connection with any decision, approval, disapproval, recommendation, preparation of any part of the Project or award of this contract. e) Kickbacks. Contractor certifies that it has not given payment, gratuity, or offer of employment to be made by or on behalf of a Sub-contractor Under a contract to Contractor or higher tier sub-contractor or any person associated tlici-cwitli, as an inducement of the award of a subcontract or order. d) Non-Colhision Statement. By signing this Agreement, Contractor Certifies Linder penalty of perjury that the price proposed by Contractor was arrived at indeperidently Without Collusion, consultation, or coin in Unication for the purpose Of restricting competition;and no attempt has been made to induce another person or entity to submit a proposal,or not submit, For the purpose of restricting competition in the award of this Pro-ject. e) Contract Clause. The prohibitions on conflict of interest, gratuities, kickbacks, and Collusion prescribed in this paragraph must be conspicuously set forth in every contract and Subcontract and solicitation initiated by Contractor in its performance of this Agreement. 20) Ethics Clause pursuant to Monroe County Ordinance No. 010-1.990 By signing this Agreement, the Contractor warrants that he/she/it has not employed, retained or otherwise had act on his/her/its behalf any fol-Ifler County officer or employee in violation of Section 2-149, Monroe County Code of Ordinances, or any County officer or employee in violation of Section 2-150, Monroe County Code of Ordinances. For breach or violation of this provision the County may, in its discretion, terminate this Agreement Without liability and may also, in its discretion, deduct from the Agreement or purchase price, or otherwise recover,the full arnOUnt of any fee, commission, percentage, gift,or consideration paid to the former County officer or employee pursuant to Subsection 2-152(b), Mom-oe County Code of Ordinances. 21) Prompt Disclosure of Litigation, Investigations, Arbitration, or Administrative Proceedings Throughout the term of this Agreement, the Contractor has a continuing duty to promptly disclose to the County, in writing, upon occurrence, all civil or criminal litigation, investigations, arbitration, or administrative proceedings relating to or affecting Contractor's ability to perform Under this Agreement. If the existence of such causes the County concern that the Contractor's ability or willingness to perform the Agreement is jeopardized, the Contractor may be required to provide the County with reasonable assurances to demonstrate its ability to perform as required hereunder, and that its employees/agents have not or will not engage in conduct similar in nature to the conduct alleged in such proceeding, 22) Notice All written correspondence to the County shall be dated and signed by an authorized representative of the Contractor. Any written notices or correspondence reqUired or conternplated Under this Agreement shall be sent by U.S. Mail, certified, return receipt requested,postage pre-paid,or by courier with proof of del ivery.Notice is deemed received by Contractor when hand delivered by national courier with proof of delivery or by U.S. Mail upon verified receipt or upon the date of reffisal or non-acceptance of delivery. Notice shall be sent to the following persons: FOR COUNTY: FOR. ONTR CTOR: ....................... County Administrator NS C Monroe County "'I 2 v, 1100 Simonton Street, Room 2-205 ------------------------------- Page 8 of 15 Key West, FL 33040 1'11'i n ai 1: k�C.,(4 e And (with copy to) Monroe County Attorney's Off-tee I I I I l2t1l Street., Suite 408 Key West, Fl,33040 23) Cboice of Law and Venue The parties expressly agree that the only laws that apply to this Agreement are those of the State of Florida and United States of America, without regard to choice of law principals. The parties waive the privilege of venue and agree that alt litigation between them in the state courts will take place exclusively in the Sixteenth Judicial Circuit in and for Monroe C01.111ty, Florida, and that all litigation between their) in the federal courts will take place exclusively in the United States District Court in and for the Southern District of Florida, or LJnited States Bankruptcy Court for the Southern District of Florida, whenever applicable. This Agreement shall not be subject to arbitration. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the Circuit Court of Monroe County, Florida. 24) Public Records County is a public agency subject to Chapter 119, Florida Statutes, as amended from time to time. To the extent Contractor is a Contractor acting on behalf of the County Pursuant to Section 119.0701, Florida Statutes, as amended from tirne to time, Contractor trust comply with all public records laws in accordance with Chapter 119, l7lorida Statutes. In accordance with state law, Contractor agrees to: a) Keep and maintain all records that ordinarily and necessarily Would be required by the County in order to perform the services. b) Upon request from the County's custodian of public records, provide the County with a copy of the reqUCSted records or allow the records to be inspected or copies within a reasonable tirne at a cost that does not exceed the costs provided in Chapter 119, Florida Statutes, or as otherwise provided by law. C) Ensure that public records that are exempt,or confidential and exempt,from Public records disclosure are not disclosed except as authorized by law for the duration of the Agreement term and following completion of the Agreement if the Contractor does not transfer the records,to the County. d) LJpori completion of the set-vices within this Agreement, at no cost, either transfer to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perforrn the services. If the Contractor transfers all public records to the County Upon completion of the services,the Contractor must destroy any duplicate public records that are exempt, or confidential and exempt, from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the services, the Contractor Must meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of public records, in a format that is compatible with the information technology systems of the County, IF THE CONTIZACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE COUNTV'S CUSTODIAN OF PUBLIC RECORDS AT: MONROE COUNTY Page 9 of 15 ATTORNEY'S OFFICE, 111112TH STREET, SUITE 408,KEY WEST, FL 33040, EMAIL: ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,'„ ,,, ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,�,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, PU .11 ,, E ,,,,,,,, ONR :� O�JNTY,,,,, FI:.,.00V, OR PHONE: 305-292-3470. If Contractor does not comply with this section, the County will enforce the Agreement provisions in accordance herewith and may unilaterally cancel this Agreement in accordance with state law. 25) Audit Rights The Contractor must maintain accurate books,records, documents and other evidence that sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance this Agreement,in accordance with generally accepted accounting principles. County reserves the right to audit the records of the Contractor for the commodities and/or services provided under the contract at any time during the performance and term of the contract and for a period of five(5) after completion of the contract. Such records must be retained by Contractor for a minimum of five (5) years following the close of the Agreement,or the period required for this particular type of project by the General Records Schedules maintained by the Department of State, whichever is longer. The Contractor agrees to cooperate with the County and agrees to submit to an audit as required by the County, or other authorized representative(s) of the State of Florida. The Contractor must allow the County or such other auditing agency to have access to and inspect the complete records of the Contractor in relation to this Agreement at any and all times during normal business hours for the purposes of conducting audits or examinations or making excerpts or transcriptions. The requirements set forth in this paragraph will survive the termination of this Agreement. 26) Third Party Beneficiaries Neither Contractor nor County intends to directly or substantially benefit a third party by this Agreement. Therefore, the Parties acknowledge that there are no third-party beneficiaries to this Agreement and that no third party is or will be entitled to assert a right or claim against either of them based upon this Agreement. 27) Uncontrollable Circumstances ("Force Majeure") As used herein,"Force Majeure"means the occurrence of any event that prevents or delays the performance by either party of its obligations hereunder which are beyond the reasonable control of the non-performing party. Examples of"Force Majeure"include,but are not limited to, acts of God, natural disasters, or emergency governmental action. To invoke this paragraph, immediate written notice, consistent with the "Notice" provisions of this Agreement,must be sent by the non-performing party describing the circumstances constituting force majeure and proof that the non-performance or delay of performance is a direct and reasonable result of such event(s). Any claim for extension of time by Contractor pursuant to this paragraph will be made not more than Seventy-two (72) hours after the commencement of the delay. Otherwise,it shall be waived. The Contractor shall immediately report the termination of the cause for the delay within seventy-two(72)hours after such termination. The County reserves its right to challenge the invocation by the Contractor within five(5)calendar days of receipt of said notice,in such case uninterrupted performance in required. However,in the event the invocation is accepted by the County, the Contractor must take all reasonable measures to mitigate any and all resulting damages, costs, delays, or disruptions to the Contractor's performance requirements under this Agreement. All obligations must resume when the circumstances of such event(s) have subsided, or other arrangements are made pursuant to a written amendment to this Agreement. Page 10 of 15 28) Public Entity Crimes Statement Pursuant to Section 287.133(2)(a), Florida Statutes, as amended from time to time, Contractor hereby certifies that neither it nor its affiliate(s) have been placed on the convicted vendor list following a conviction for a public entity crime.If placed on that list, Contractor agrees: to immediately notify the County and is prohibited from providing any goods or services to a public entity; it may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; it may not submit bids on leases of real property to a public entity; it may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and, it may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category TWO ($35,000), as may be amended, for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 29) Foreign Gifts and Contracts The Contractor must comply with any applicable disclosure requirements in Section 286.101,Florida Statutes.Pursuant to Section 286.101(7)(b),Florida Statutes: "In addition to any fine assessed under [§ 286.101(7)(a), Florida Statutes], a final order determining a third or subsequent violation by an entity other than a state agency or political subdivision must automatically disqualify the entity from eligibility for any grant or contract funded by a state agency or any political subdivision until such ineligibility is lifted by the Administration Commission [Governor and Cabinet per §14.202, Florida Statutes] for good cause." 30) Scrutinized Companies and Countries of Concern per Sections 287.135, 215.473, & 287.138,Florida Statutes Contractor hereby certifies that it: a) has not been placed on the Scrutinized Companies that Boycott Israel List,nor is engaged in a boycott of Israel; b)has not been placed on the Scrutinized Companies with Activities in Sudan List nor the Scrutinized Companies with Activities in the Iran Terrorism Sectors List (formerly the Iran Petroleum Energy Sector List); and c) has not been engaged in business operations in Cuba or Syria. If County determines that Contractor has falsely certified facts under this paragraph, or if Contractor is found to have been placed on a list created pursuant to Section 215.473,Florida Statutes, as amended, or is engaged in a boycott of Israel after the execution of this Agreement, County will have all rights and remedies to terminate this Agreement consistent with Section 287.135, Florida Statutes, as amended. The County reserves all rights to waive certain requirements of this paragraph on a case-by-case exception basis pursuant to Section 287.135, Florida Statutes, as amended. Beginning January 1, 2024, the County must not enter into a contract that grants access to an individual's personal identifying information to any Foreign Country of Concern such as: People's Republic of China, the Russian Federation, the Islamic Republic of Iran, the Democratic People's Republic of Korea, the Republic of Cuba, the Venezuelan regime of Nicolds Maduro, or the Syrian Arab Republic, unless the Contractor provides the County with an affidavit signed by an authorized representative of the Contractor, under penalty of perjury, attesting that the Contractor does not meet any of the criteria in subparagraphs(2)(a)-(c)of Section 287.138, Florida Statutes, as may be amended. Beginning January 1, 2025, the County must not extend or renew any contract that grants access to an individual's personal identifying information unless the Contractor provides the County with an affidavit signed by an authorized representative of the Contractor, under penalty of perjury, attesting that the Contractor does not meet any of the criteria in subparagraphs(2)(a)-(c)of Section 287.138, Florida Statutes, as may be amended. Violations of this Section will result in termination Page 11 of 15 of this Agreement and may result in administrative sanctions and penalties by the Office of the Attorney General of the State of Florida. 31) Noncoercive Conduct for Labor or Services As a nongovernmental entity submitting a proposal, executing, renewing, or extending a contract with a government entity, Contractor is required to provide an affidavit under penalty of perjury attesting that Contractor does not use coercion for labor or services in accordance with Section 787.06, Florida Statutes. As an authorized representative of Contractor, I certify under penalties of perjury that Contractor does not use coercion for labor or services as prohibited by Section 787.06. Additionally, Contractor has reviewed Section 787.06,Florida Statutes, and agrees to abide by same. 32) Nondiscrimination The Contractor and County agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. Contractor agrees to comply with all Federal and Florida statutes,and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title V11 of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination in employment on the basis of race, color,religion, sex or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3)Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of disability; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972(PL 92-255),as amended,relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8) Title VIII of the Civil Rights Act of 1968 (42 USC s. 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 12101 Note), as may be amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Article II, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; 11) The Pregnant Workers Fairness Act(PWFA) pursuant to 42 U.S.C. 2000gg et seq.;and 12)Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of,this Agreement. 33) E-Verify Requirements Effective January 1, 2021, public and private employers, contractors and subcontractors must require registration with, and use of the E-verify system in order to verify the work authorization status of all newly hired employees. Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of- a) All persons employed by Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including subvendors/subconsultants/subcontractors) assigned by Contractor to perform work pursuant to the contract with the County. The Page 12 of 15 Contractor acknowledges and agrees that use of the U.S.Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the County. By entering into this Agreement, the Contractor becomes obligated to comply with the provisions of Section 448.095, Florida Statutes, "Employment Eligibility," as amended from time to time.This includes,but is not limited to,utilization of the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit to Contractor attesting that the subcontractor does not employ,contract with,or subcontract with,an unauthorized alien. Contractor agrees to maintain a copy of such affidavit for the duration of this Agreement. Failure to comply with this paragraph will result in the termination of this Agreement as provided in Section 448.095, Florida Statutes, as amended, and Contractor may not be awarded a public contract for at least one (1) year after the date on which the Agreement was terminated. Contractor will also be liable for any additional costs to County incurred as a result of the termination of this Agreement in accordance with this Section. Upon executing this Agreement, Contractor will provide proof of enrollment in E-verify to the County. 34) Prohibited Telecommunications Equipment Contractor represents and certifies that it and its applicable subcontractors do not and will not use any equipment,system,or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, as such terns are used in 48 CFR §§ 52.204-24 through 52.204-26. By executing this Agreement, Contractor represents and certifies that Contractor and its applicable subcontractors must not provide or use such covered telecommunications equipment, system, or services for any scope of work performed for the County for the entire duration of this Agreement. If Contractor is notified of any use or provisions of such covered telecommunications equipment, system, or services by a subcontractor at any tier or by any other source, Contractor must promptly report the information in 40 CFR § 52.204-25(d)(2)to County. 35) Antitrust Violations; Denial or Revocation under Section 287.137,Florida Statutes Pursuant to Section 287.137,Florida Statutes, as may be amended, a person or an affiliate who has been placed on the antitrust violator vendor list (electronically published and updated quarterly by the State of Florida)following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply for any new contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply for a new contract with a public entity for the construction or repair of a public building or public work; may not submit a bid,proposal, or reply on new leases of real property to a public entity;may not be awarded or perform work as a contractor,supplier, subcontractor, or consultant under a new contract with a public entity; and may not transact new business with a public entity. By entering this Agreement, Contractor certifies neither it nor its affiliate(s) are on the antitrust violator vendor list at the time of entering this Agreement. False certification under this paragraph or being subsequently added to that list will result in termination of this Agreement, at the option of the County consistent with Section 287.137, Florida Statutes, as amended. 36) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the County, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and authorized designees of the County. Page 13 of 15 37) Interpretation The titles and headings contained in this Agreement are for reference purposes only and will not in any way affect the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement include the other gender, and the singular includes the plural, and vice versa,unless the context otherwise requires. Terms such as"herein"refer to this Agreement as a whole and not to any particular sentence, paragraph, or section where they appear,unless the context otherwise requires. Whenever reference is made to a section or article of this Agreement, such reference is to the section or article as a whole, including all subsections thereof,unless the reference is made to a particular subsection or subparagraph of such section or article. Any reference to "days" means calendar days, unless otherwise expressly stated. 38) Joint Preparation It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and accordingly the rule that a contract will be interpreted strictly against the party preparing same does not apply herein due to the joint contributions of both parties. 39) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction will, as to that jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction.The non-enforcement of any provision by either party will not constitute a waiver of that provision nor will it affect the enforceability of that provision or of the remainder of this Agreement. 40) Signatory Authority Upon request, the Contractor must provide the County with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 41) Counterparts and Multiple Originals. This Agreement may be executed in multiple originals, and may be executed in counterparts, each of which is hereby deemed to be an original, but all of which, taken together, constitutes one and the same agreement. [Signatures to follow] Page 14 of 15 IN WITNESS WHEREOF, County and Contractor have executed this Agreement as of the date first-written above. CONTRACTOR: SOUTH FLORIDA EIERGEhI, h LLC . By:. b A. ,.., (7,7- ,„,.-,-?-7,-,,r _ , i -,t, ,,,_,-- , , '' , „it)", ,/d ,_. f.-- .,-, , . , .,: _ , • . . ' 1 Print N • am..e&Title STATE OF:FLORIti ,AL ‘ The foregoing instrument was sworn to/affirmed and acknowledged before me by means of hys cal•pr c sence'orD online notarization,this day of %b. ,2. v by \4C.:--,,,,,,. .esidcnt[.or Authoiyl tle ofSOUTH LORIDA E, M•. G N Y VEHICLES LLC a Florida LLC. Hil he S ersona c .n-ta me/or has roduc d, Mp� • (t peof identification)asidenoftc�, O • \----,,,,,-- •1 ) ....„....,. ,c, . '!.1,. -..,„..,,,,,,,,,,_\__ , - - -—1-U4:#0;f ._, lis,. -- . ' . ----„, i iiti S 1bl� •.:. <• attire of Notary P. a � �z ic� (Print& Stamp Cornm'ssioned• e am i,.•-„..-'-•= .--''e .. . . . iii.. '.,, PATRICIA AUDETIE ,ii,,,, (..-„,04'f. 1/�`���`.} MY 2 EXPIRES:F©bWBlY s aa 20285 .,r • BOA.ltD OF COUNTY COMMISSIONERS OF MONROE COUNTY,FLORIDA: ,. .0 • * 0 a i .ilk w By: r Ma antes K. Scholl BOARD OF GOVERNORS,FIRE AND AMBULANC i DISTRICT 1,MVIONIROE i iiii, do#09 , COUNTY,FLORIDA: ,rY'1ty,•.. '-.,S". 4Y"r,. , f,,,, _ i, +,�`; �...1 I..._. ,''' °i' Chan person.Bruce Halle 2 r •� v C,b tt i� ' ' �� ',}1 , ; ,Rest;�. 7evin Madok,Clerk r, ;;.D.,r.,71 Cr�rtr)''rD.7�,�.t \s,c\tticid` csY"y 7 ''../ 4, A.1,-,--,,,,,k,,,i,J.:,:,--,) '.v.-,,,z,;:,,01:,7:*"., ;, tA.A+01 AAAA(YV 4 ,..c, ,„,_,,,,,,,,,,, „:„..,,,,..„,,,,,,,,,,z,,A . , ,„ —ri.....,„ . i,,, „. ,..:, ,' :51:. --t , r• . � v, ' ,,,As Deputy Clerk ,r.1 Approved� as•to legal form&sufficiency: ',,, : ". g � Digitally signed by Eve M.Lewis C.7) Eve M.1. Lewis s Date: 4 e:2025.05.0614:25:11.: "' Eve M.Lewis,Assistant County: Attorney , li • • w .. A. 3 Page 15 of 15 ;. ¢. SOUTFLE-01 RTOURVILLE ,a►G'ORC1" CERTIFICATE OF LIABILITY INSURANCE DAT4/9/2 2YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Charles L.Crane Agency Co. PHONE 636 537-5000 FAX 636 537-5009 400 Chesterfield Center (A/C,No,Ext):( ) (A/C,No):( ) Suite 100 ADDRESS: Chesterfield,MO 63017 INSURERS AFFORDING COVERAGE NAIC# INSURER A:Travelers Indemnity of America 25666 INSURED INSURER B:Travelers Indemnity Co of CT 25682 South Florida Emergency Vehicles,LLC INSURER C:Travelers Prop Cas Co of Amer 25674 Mr. David Stonitsch 4655 Cummins Ct. INSURER D:Travelers Casualty&Surety 19038 Fort Myers,FL 33905 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE � OCCUR Y6603959P273-TIA-25 1/1/2025 1/1/2026 DAMAGETORENTED 300�00 PREMISES Ea occurrence $ MED EXP(Any oneperson) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICYEl JECT1:1 LOC PRODUCTS-COMP/OP AGG $ 2,00�,000 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ X ANY AUTO AD-9T384580-25-14 1/1/2025 1/1/2026 BODILY INJURY Perperson) $ X OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ X HIRED )( NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ C X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 3,000,000 EXCESS LIAB CLAIMS-MADE CUP-9M484873-25-14 1/1/2025 1/1/2026 AGGREGATE $ 3,000,000 DED X RETENTION$ 0 $ D WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER U B9J341121 1/1/2025 1/1/2026 500,000 ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 500,000 If yes,describe under 500,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ B Garage/Garagekeepers AD-9T384580-25-14 1/1/2025 1/112126 $1,000,000 EaAcc/Agg 3,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 1D1,Additional Remarks Schedule,may be attached if more space is required Monroe County Board of County Commissioners is added as additional insured as respects General Liabillity. APPROVED BY RISK MANAGEMENT BY cTzkC�c.rz, DATE 04.30.25 WAIVER N/A X YES CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Monroe Count Board of Count Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y Y ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton St. Key West,FL 33040 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD "COMPOSITE EXHIBIT A" DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 LEAGUE OF OREGON CITIES MASTER PRICE AGREEMENT This Master Price Agreement is effective as of the date of the last signature below (the "Effective Date") by and between the LEAGUE OF OREGON CITIES, an Oregon public corporation under ORS Chapter 190 ("LOC" or"Purchaser") and FOUTS BROTHERS ("Vendor"). RECITALS WHEREAS, the Vendor is in the business of selling certain FIRE APPARATUS, as further described herein; and WHEREAS, the Vendor desires to sell and the Purchaser desires to purchase certain products and related services all upon and subject to the terms and conditions set forth herein; and WHEREAS, through a solicitation for FIRE APPARATUS the Vendor was awarded the opportunity to complete a Master Price Agreement with the LEAGUE OF OREGON CITIES as a result of its response to Request for Proposal No. 1905 for FIRE APPARATUS; and WHEREAS, the LEAGUE OF OREGON CITIES asserts that the solicitation and Request for Proposal meet Oregon public contracting requirements (ORS 279, 279A, 279B and 279C et. seq.); and WHEREAS, Purchaser and Vendor desire to extend the terms of this Master Price Agreement to benefit other qualified government members of National Purchasing Partners, LLC dba Public Safety GPO, dba First Responder GPO, dba Law Enforcement GPO and dba NPPGov; NOW, THEREFORE, Vendor and Purchaser, intending to be legally bound, hereby agree as follows: ARTICLE 1 — CERTAIN DEFINITIONS 1.1 "Agreement" shall mean this Master Price Agreement, including the main body of this Agreement and Attachments A-F attached hereto and by this reference incorporated herein, including Purchaser's Request for Proposal No. 1905 (herein "RFP") and Vendor's Proposal submitted in response to the RFP (herein "Vendor's Proposal") as referenced and incorporated herein as though fully set forth (sometimes referred to collectively as the "Contract Documents"). 1.2 "Applicable Law(s)" shall mean all applicable federal, state and local laws, statutes, ordinances, codes, rules, regulations, standards, orders and other governmental requirements of any kind. 1.3 "Employee Taxes" shall mean all taxes, assessments, charges and other amounts whatsoever payable in respect of, and measured by the wages of, the Vendor's employees (or subcontractors), as required by the Federal Social Security Act and all amendments thereto and/or any other applicable federal, state or local law. 1.4 "Purchaser's Destination" shall mean such delivery location(s) or destination(s) as Purchaser may prescribe from time to time. DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 1.5 "Products and Services" shall mean the products and/or services to be sold by Vendor hereunder as identified and described on Attachment A hereto and incorporated herein, as may be updated from time to time by Vendor to reflect products and/or services offered by Vendor generally to its customers. 1.6 "Purchase Order" shall mean any authorized written order for Products and Services sent by Purchaser to Vendor via mail, courier, overnight delivery service, email, fax and/or other mode of transmission as Purchaser and Vendor may from time to time agree. 1.7 "Unemployment Insurance" shall mean the contribution required of Vendor, as an employer, in respect of, and measured by, the wages of its employees (or subcontractors) as required by any applicable federal, state or local unemployment insurance law or regulation. 1.8 "National Purchasing Partners" or"(NPP)" is a subsidiary of two nonprofit health care systems. The Government Division of NPP, hereinafter referred to as "NPPGov", provides group purchasing marketing and administrative support for governmental entities within the membership. NPPGov's membership includes participating public entities across North America. 1.9 "Lead Contracting Agency" shall mean the LEAGUE OF OREGON CITIES, which is the governmental entity that issued the Request for Proposal and awarded this resulting Master Price Agreement. 1.10 "Participating Agencies" shall mean members of National Purchasing Partners for which Vendor has agreed to extend the terms of this Master Price Agreement pursuant to Article 2.6 and Attachment C herein. For purposes of cooperative procurement, "Participating Agency" shall be considered "Purchaser" under the terms of this Agreement. 1.11 "Party" and "Parties" shall mean the Purchaser and Vendor individually and collectively as applicable. ARTICLE 2—AGREEMENT TO SELL 2.1 Vendor hereby agrees to sell to Purchaser such Products and Services as Purchaser may order from time to time by Purchase Order, all in accordance with and subject to the terms, covenants and conditions of this Agreement. Purchaser agrees to purchase those Products and Services ordered by Purchaser by Purchase Order in accordance with and subject to the terms, covenants and conditions of this Agreement. 2.2 Vendor may add additional products and services to the contract provided that any additions reasonably fall within the intent of the original RFP specifications. Pricing on additions shall be equivalent to the percentage discount for other similar products. Vendor may provide a web-link with current product listings, which may be updated periodically, as allowed by the terms of the resulting Master Price Agreement. Vendor may replace or add product lines to an existing contract if the line is replacing or supplementing products on contract, is equal or superior to the original products offered, is discounted in a similar or to a greater degree, and if the products meet the requirements of the solicitation. No products may be added to avoid competitive procurement requirements. LOC may reject any additions without cause. 2.3 All Purchase Orders issued by Purchaser to Vendor for Products during the term (as hereinafter defined) of this Agreement are subject to the provisions of this Agreement as though fully set forth in such Purchase Order. The Vendor retains authority to negotiate above and beyond the terms of this Agreement to meet the Purchaser or Vendor contract requirements. In the event that the provisions of this Agreement conflict with any Purchase Order issued by Purchaser to Vendor, the provisions of this Agreement shall 2 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 govern. No other terms and conditions, including, but not limited to, those contained in Vendor's standard printed terms and conditions, on Vendor's order acknowledgment, invoices or otherwise, shall have any application to or effect upon or be deemed to constitute an amendment to or to be incorporated into this Agreement, any Purchase Order, or any transactions occurring pursuant hereto or thereto, unless this Agreement shall be specifically amended to adopt such other terms and conditions in writing by the Parties. 2.4 Notwithstanding any other provision of this Agreement to the contrary, the Lead Contracting Agency shall have no obligation to order or purchase any Products and Services hereunder and the placement of any Purchase Order shall be in the sole discretion of the Participating Agencies. This Agreement is not exclusive. Vendor expressly acknowledges and agrees that Purchaser may purchase at its sole discretion, Products and Services that are identical or similar to the Products and Services described in this Agreement from any third party. 2.5 In case of any conflict or inconsistency between any of the Contract Documents, the documents shall prevail and apply in the following order of priority: (i) This Agreement; (ii) The RFP; (iii) Vendor's Proposal; 2.6 Extension of contract terms to Participating Agencies: 2.6.1 Vendor agrees to extend the same terms, covenants and conditions available to Purchaser under this Agreement to Participating Agencies, that have executed an Intergovernmental Cooperative Purchasing Agreement ("IGA") as may be required by each Participating Agency's local laws and regulations, in accordance with Attachment C. Each Participating Agency will be exclusively responsible for and deal directly with Vendor on matters relating to ordering, delivery, inspection, acceptance, invoicing, and payment for Products and Services in accordance with the terms and conditions of this Agreement as if it were "Purchaser" hereunder. Any disputes between a Participating Agency and Vendor will be resolved directly between them under and in accordance with the laws of the State in which the Participating Agency exists. Pursuant to the IGA, the Lead Contracting Agency shall not incur any liability as a result of the access and utilization of this Agreement by other Participating Agencies. 2.6.2 This Solicitation meets the public contracting requirements of the Lead Contracting Agency and may not be appropriate under or meet Participating Agencies'procurement laws. Participating Agencies are urged to seek independent review by their legal counsel to ensure compliance with all local and state solicitation requirements. 2.6.3 Vendor acknowledges execution of a Vendor Administration Fee Agreement with NPPGov, pursuant to the terms of the RFP. 2.7 Oregon Public Agencies are prohibited from use of Products and Services offered under this Agreement that are already provided by qualified nonprofit agencies for disabled individuals as listed on the Department of Administrative Service's Procurement List ("Procurement List") pursuant to ORS 279.835-.855. See www.OregonRehabilitation.org/qrf for more information. Vendor shall not sell products and services identified on the Procurement List (e.g., reconditioned toner cartridges) to Purchaser or Participating Agencies within the state of Oregon. ARTICLE 3—TERM AND TERMINATION 3 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 3.1 The initial contract term shall be for three (3) calendar years from the Effective Date of this Agreement ("Initial Term"). Upon termination of the original three (3) year term, this Agreement shall automatically extend for up to three (3) successive one (1) year periods; (each a "Renewal Term"); provided, however, that the Lead Contracting Agency and/or the Vendor may opt to decline extension of the MPA by providing notification in writing at least thirty (30) calendar days prior to the annual automatic extension anniversary of the Initial Term. 3.2 Either Vendor or the Lead Contracting Agency may terminate this Agreement by written notice to the other party if the other Party breaches any of its obligations hereunder and fails to remedy the breach within thirty (30) days after receiving written notice of such breach from the non-breaching party. ARTICLE 4— PRICING, INVOICES, PAYMENT AND DELIVERY 4.1 Purchaser shall pay Vendor for all Products and Services ordered and delivered in compliance with the terms and conditions of this Agreement at the pricing specified for each such Product and Service on Attachment A, including shipping. Unless Attachment A expressly provides otherwise, the pricing schedule set forth on Attachment A hereto shall remain fixed for the Initial Term of this Agreement; provided that manufacturer pricing is not guaranteed and may be adjusted based on the next manufacturer price increase. Pricing contained in Attachment A shall be extended to all NPPGov, Public Safety GPO, First Responder GPO and Law Enforcement GPO members upon execution of the IGA. 4.2 Vendor shall submit original invoices to Purchaser in form and substance and format reasonably acceptable to Purchaser. All invoices must reference the Purchaser's Purchase Order number, contain an itemization of amounts for Products and Services purchased during the applicable invoice period and any other information reasonably requested by Purchaser, and must otherwise comply with the provisions of this Agreement. Invoices shall be addressed as directed by Purchaser. 4.3 Unless otherwise specified, Purchaser is responsible for any and all applicable sales taxes. Attachment A or Vendor's Proposal (Attachment D) shall specify any and all other taxes and duties of any kind which Purchaser is required to pay with respect to the sale of Products and Services covered by this Agreement and all charges for packing, packaging and loading. 4.4 Except as specifically set forth on Attachments A and F, Purchaser shall not be responsible for any additional costs or expenses of any nature incurred by Vendor in connection with the Products and Services, including without limitation travel expenses, clerical or administrative personnel, long distance telephone charges, etc. ("Incidental Expenses"). 4.5 Price reductions or discount increases may be offered at any time during the contract term and shall become effective upon notice of acceptance from Purchaser. 4.6 Notwithstanding any other agreement of the Parties as to the payment of shipping/delivery costs, and subject to Attachments A, D, and F herein, Vendor shall offer delivery and/or shipping costs prepaid FOB Destination. If there are handling fees, these also shall be included in the pricing. 4.7 Unless otherwise directed by Purchaser for expedited orders, Vendor shall utilize such common carrier for the delivery of Products and Services as Vendor may select; provided, however, that for expedited orders Vendor shall obtain delivery services hereunder at rates and terms not less favorable than those paid by Vendor for its own account or for the account of any other similarly situated customer of Vendor. 4.8 Vendor shall have the risk of loss of or damage to any Products until delivery to Purchaser. Purchaser shall have the risk of loss of or damage to the Products after delivery to Purchaser. Title to 4 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 Products shall not transfer until the Products have been delivered to and accepted by Purchaser at Purchaser's Destination. ARTICLE 5— INSURANCE 5.1 During the term of this Agreement, Vendor shall maintain at its own cost and expense (and shall cause any subcontractor to maintain) insurance policies providing insurance of the kind and in the amounts generally carried by reasonably prudent manufacturers in the industry, with one or more reputable insurance companies licensed to do business in Oregon and any other state or jurisdiction where Products and Services are sold hereunder. Such certificates of insurance shall be made available to the Lead Contracting Agency upon 48 hours' notice. BY SIGNING THE AGREEMENT PAGE THE VENDOR AGREES TO THIS REQUIREMENT AND FAILURE TO MEET THIS REQUIREMENT WILL RESULT IN CANCELLATION OF THIS MASTER PRICE AGREEMENT. 5.2 All insurance required herein shall be maintained in full force and effect until all work or service required to be performed under the terms of this Agreement is satisfactorily completed and formally accepted. Any failure to comply with the claim reporting provisions of the insurance policies or any breach of an insurance policy warranty shall not affect coverage afforded under the insurance policies to protect the Lead Contracting Agency. The insurance policies may provide coverage that contains deductibles or self-insured retentions. Such deductible and/or self-insured retentions shall not be applicable with respect to the coverage provided to the Lead Contracting Agency under such policies. Vendor shall be solely responsible for the deductible and/or self-insured retention and the Lead Contracting Agency, at its option, may require Vendor to secure payment of such deductibles or self-insured retentions by a surety bond or an irrevocable and unconditional letter of credit. 5.3 Vendor shall carry Workers' Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction over Vendor's employees engaged in the performance of the work or services, as well as Employer's Liability insurance. Vendor waives all rights against the Lead Contracting Agency and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the Workers' Compensation and Employer's Liability or commercial umbrella liability insurance obtained by Vendor pursuant to this Agreement. 5.4 Insurance required herein shall not be permitted to expire, be canceled, or materially changed without thirty days (30 days) prior written notice to the Lead Contracting Agency. ARTICLE 6— INDEMNIFICATION AND HOLD HARMLESS 6.1 Vendor agrees that it shall indemnify, defend and hold harmless Lead Contracting Agency, its respective officials, directors, employees, members and agents (collectively, the "Indemnitees"), from and against any and all damages, claims, losses, expenses, costs, obligations and liabilities (including, without limitation, reasonable attorney's fees), suffered directly or indirectly by any of the Indemnitees to the extent of, or arising out of, (i) any breach of any covenant, representation or warranty made by Vendor in this Agreement, (ii) any failure by Vendor to perform or fulfill any of its obligations, covenants or agreements set forth in this Agreement, (iii) the negligence or intentional misconduct of Vendor, any subcontractor of Vendor, or any of their respective employees or agents, (iv) any failure of Vendor, its subcontractors, or their respective employees to comply with any Applicable Law, (v) any litigation, proceeding or claim by any third party relating in any way to the obligations of Vendor under this Agreement or Vendor's performance under this Agreement, (vi) any Employee Taxes or Unemployment Insurance, or (vii) any claim alleging that the Products and Services or any part thereof infringe any third party's U.S. patent, copyright, trademark, trade secret or other intellectual property interest. Such obligation to indemnify shall not apply where the damage, 5 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 claim, loss, expense, cost, obligation or liability is due to the breach of this Agreement by, or negligence or willful misconduct of, Lead Contracting Agency or its officials, directors, employees, agents or contractors. The amount and type of insurance coverage requirements set forth herein will in no way be construed as limiting the scope of the indemnity in this paragraph. The indemnity obligations of Vendor under this Article shall survive the expiration or termination of this Agreement for two years. 6.2 LIMITATION OF LIABILITY: IN NO EVENT SHALL EITHER PARTY BE LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL OR EXEMPLARY DAMAGES IN CONNECTION WITH OR ARISING OUT OF THIS AGREEMENT, INCLUDING, BUT NOT LIMITED TO, DAMAGES FOR INJURIES TO PERSONS OR TO PROPERTY OR LOSS OF PROFITS OR LOSS OF FUTURE BUSINESS OR REPUTATION, WHETHER BASED ON TORT OR BREACH OF CONTRACT OR OTHER BASIS, EVEN IF IT HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. 6.3 The same terms, conditions and pricing of this Agreement may be extended to government members of National Purchasing Partners, LLC. In the event the terms of this Agreement are extended to other government members, each government member(procuring party) shall be solely responsible for the ordering of Products and Services under this Agreement. A non-procuring party shall not be liable in any fashion for any violation by a procuring party, and the procuring party shall hold non- procuring parties or unrelated purchasing parties harmless from any liability that may arise from action or inaction of the procuring party. ARTICLE 7—WARRANTIES Purchaser shall refer to Vendor's Proposal for all Vendor and manufacturer express warranties, as well as those warranties provided under Attachment B herein. ARTICLE 8 - INSPECTION AND REJECTION 8.1 Purchaser shall have the right to inspect and test Products at any time prior to shipment, and within a reasonable time after delivery to the Purchaser's Destination. Products not inspected within a reasonable time after delivery shall be deemed accepted by Purchaser. The payment for Products shall in no way impair the right of Purchaser to reject nonconforming Products, or to avail itself of any other remedies to which it may be entitled. 8.2 If any of the Products are found at any time to be defective in material or workmanship, damaged, or otherwise not in conformity with the requirements of this Agreement or any applicable Purchase Order, as its exclusive remedy, Purchaser may at its option and at Vendor's sole cost and expense, elect either to (i) return any damaged, non-conforming or defective Products to Vendor for correction or replacement, or (ii) require Vendor to inspect the Products and remove or replace damaged, non-conforming or defective Products with conforming Products. If Purchaser elects option (ii) in the preceding sentence and Vendor fails promptly to make the necessary inspection, removal and replacement, Purchaser, at its option, may inspect the Products and Vendor shall bear the cost thereof. Payment by Purchaser of any invoice shall not constitute acceptance of the Products covered by such invoice, and acceptance by Purchaser shall not relieve Vendor of its warranties or other obligations under this Agreement. 8.3 The provisions of this Article shall survive the expiration or termination of this Agreement. ARTICLE 9— SUBSTITUTIONS 6 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 Except as otherwise permitted hereunder, Vendor may not make any substitutions of Products, or any portion thereof, of any kind without the prior written consent of Purchaser. ARTICLE 10 - COMPLIANCE WITH LAWS 10.1 Vendor agrees to comply with all Applicable Laws and at Vendor's expense, secure and maintain in full force during the term of this Agreement, all licenses, permits, approvals, authorizations, registrations and certificates, if any, required by Applicable Laws in connection with the performance of its obligations hereunder. At Purchaser's request, Vendor shall provide to Purchaser copies of any or all such licenses, permits, approvals, authorizations, registrations and certificates. 10.2 Purchaser has taken all required governmental action to authorize its execution of this Agreement and there is no governmental or legal impediment against Purchaser's execution of this Agreement or performance of its obligations hereunder. ARTICLE 11 — PUBLICITY/ CONFIDENTIALITY 11.1 No news releases, public announcements, advertising materials, or confirmation of same, concerning any part of this Agreement or any Purchase Order issued hereunder shall be issued or made without the prior written approval of the Parties. Neither Party shall in any advertising, sales materials or in any other way use any of the names or logos of the other Party without the prior written approval of the other Party. 11.2 Any knowledge or information which Vendor or any of its affiliates shall have disclosed or may hereafter disclose to Purchaser, and which in any way relates to the Products and Services covered by this Agreement shall not, unless otherwise designated by Vendor, be deemed to be confidential or proprietary information, and shall be acquired by Purchaser, free from any restrictions, as part of the consideration for this Agreement. ARTICLE 12 - RIGHT TO AUDIT Subject to Vendor's reasonable security and confidentiality procedures, Purchaser, or any third party retained by Purchaser, may at any time upon prior reasonable notice to Vendor, during normal business hours, audit the books, records and accounts of Vendor to the extent that such books, records and accounts pertain to sale of any Products and Services hereunder or otherwise relate to the performance of this Agreement by Vendor. Vendor shall maintain all such books, records and accounts for a period of at least three (3) years after the date of expiration or termination of this Agreement. The Purchaser's right to audit under this Article 12 and Purchaser's rights hereunder shall survive the expiration or termination of this Agreement for a period of three (3) years after the date of such expiration or termination. ARTICLE 13 - REMEDIES Except as otherwise provided herein, any right or remedy of Vendor or Purchaser set forth in this Agreement shall not be exclusive, and, in addition thereto, Vendor and Purchaser shall have all rights and remedies under Applicable Law, including without limitation, equitable relief. The provisions of this Article shall survive the expiration or termination of this Agreement. ARTICLE 14- RELATIONSHIP OF PARTIES Vendor is an independent contractor and is not an agent, servant, employee, legal 7 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 representative, partner or joint venture of Purchaser. Nothing herein shall be deemed or construed as creating a joint venture or partnership between Vendor and Purchaser. Neither Party has the power or authority to bind or commit the other. ARTICLE 15 - NOTICES All notices required or permitted to be given or made in this Agreement shall be in writing. Such notice(s) shall be deemed to be duly given or made if delivered by hand, by certified or registered mail or by nationally recognized overnight courier to the address specified below: If to Lead Contracting Agency: LEAGUE OF OREGON CITIES 1201 Court St. NE Suite 200 Salem OR 97301 ATTN: Jamie Johnson-Davis Email: rfp(a-)ORCities.org If to Vendor: FOUTS BROTHERS 138 Roberson Mill Rd Milledgeville GA 31061 ATTN: Dylan Coyne Email: dcoyne@foutsfire.com Either Party may change its notice address by giving the other Party written notice of such change in the manner specified above. ARTICLE 16 - FORCE MAJEURE Except for Purchaser's obligation to pay for Products and Services delivered, delay in performance or non-performance of any obligation contained herein shall be excused to the extent such failure or non- performance is caused by force majeure. For purposes of this Agreement, "force majeure" shall mean any cause or agency preventing performance of an obligation which is beyond the reasonable control of either Party hereto, including without limitation, fire, flood, sabotage, shipwreck, embargo, strike, explosion, labor trouble, accident, riot, acts of governmental authority (including, without limitation, acts based on laws or regulations now in existence as well as those enacted in the future), acts of nature, and delays or failure in obtaining raw materials, supplies or transportation. A Party affected by force majeure shall promptly provide notice to the other, explaining the nature and expected duration thereof, and shall act diligently to remedy the interruption or delay if it is reasonably capable of being remedied. In the event of a force majeure situation, deliveries or acceptance of deliveries that have been suspended shall not be required to be made upon the resumption of performance. 8 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 ARTICLE 17 -WAIVER No delay or failure by either Party to exercise any right, remedy or power herein shall impair such Party's right to exercise such right, remedy or power or be construed to be a waiver of any default or an acquiescence therein; and any single or partial exercise of any such right, remedy or power shall not preclude any other or further exercise thereof or the exercise of any other right, remedy or power. No waiver hereunder shall be valid unless set forth in writing executed by the waiving Party and then only to the extent expressly set forth in such writing. ARTICLE 18 - PARTIES BOUND; ASSIGNMENT This Agreement shall inure to the benefit of and shall be binding upon the respective successors and assigns of the Parties hereto, but it may not be assigned in whole or in part by Vendor without prior written notice to Purchaser which shall not be unreasonably withheld or delayed. ARTICLE 19 -SEVERABILITY To the extent possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under Applicable Law. If any provision of this Agreement is declared invalid or unenforceable, by judicial determination or otherwise, such provision shall not invalidate or render unenforceable the entire Agreement, but rather the entire Agreement shall be construed as if not containing the particular invalid or unenforceable provision or provisions and the rights and obligations of the Parties shall be construed and enforced accordingly. ARTICLE 20 - INCORPORATION; ENTIRE AGREEMENT 20.1 All the provisions of the Attachments hereto are hereby incorporated herein and made a part of this Agreement. In the event of any apparent conflict between any provision set forth in the main body of this Agreement and any provision set forth in the Attachments, including the RFP and/or Vendor's Proposal, the provisions shall be interpreted, to the extent possible, as if they do not conflict. If such an interpretation is not possible, the provisions set forth in the main body of this Agreement shall control. 20.2 This Agreement (including Attachments and Contract Documents hereto) constitutes the entire Agreement of the Parties relating to the subject matter hereof and supersedes any and all prior written and oral agreements or understandings relating to such subject matter. ARTICLE 21 - HEADINGS Headings used in this Agreement are for convenience of reference only and shall in no way be used to construe or limit the provisions set forth in this Agreement. ARTICLE 22 - MODIFICATIONS This Agreement may be modified or amended only in writing executed by Vendor and the Lead Contracting Agency. The Lead Contracting Agency and each Participating Agency contracting hereunder acknowledge and agree that any agreement entered into in connection with any Purchase Order hereunder shall constitute a modification of this Agreement as between the Vendor and the Participating Agency. Any modification of this Agreement as between Vendor and any Participating Agency shall not be deemed a modification of this Agreement for the benefit of the Lead Contracting Agency or any other Participating Agency. 9 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 ARTICLE 23 - GOVERNING LAW This Agreement shall be governed by and interpreted in accordance with the laws of the State of Oregon or in the case of a Participating Agency's use of this Agreement, the laws of the State in which the Participating Agency exists, without regard to its choice of law provisions. ARTICLE 24 - COUNTERPARTS This Agreement may be executed in counterparts all of which together shall constitute one and the same Agreement. IN WITNESS WHEREOF, the Parties have executed this Agreement as of the day and year last written below. PURCHASER: DocuSigned by: Signature: r 009 1,43E.-V2 Printed Name: Mike Cully Title: Executive Director LEAGUE OF OREGON CITIES Dated: 5/26/2020 VENDOR: FDocuSigned by: Signature: �6A& (h�v Printed Name: Dylan Coyne Title: sales FOUTS BROTHERS Dated: 5/26/2020 10 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 ATTACHMENT A to Master Price Agreement by and between VENDOR and PURCHASER. PRODUCTS, SERVICES, SPECIFICATIONS AND PRICES Fouts Brothers is pleased to offer preferred price discount of 10% off the advertised "List Price". Pricing is for a quantity of One (1) unit. Additional Pricing discounts are negotiable for orders of two (2) or more units. Product Description List Price Fouts CJ Series Commercial Chassis Pumper—T370 Kenworth single rear axle chassis, $366,600.00 Hale QMAX-XS 1500 GPM,Akron Valves, 1000-gallon poly water tank,Amdor satin finish roll-up doors, LED compartment lights, Whelen LED warning light, rear camera w/7" monitor, Alco-Lite ground ladders. Fouts 2000 Water Tender/Tanker—T370 Kenworth single rear axle chassis, Hale APS $275,600.00 500 PTO driven pump, Akron Valves, 2000-gallon poly water tank, Rear 4"tank fill, manual 180 degree 10" stainless steel swivel dump valve, 2100-gallon aluminum frame portable tank, rear view camera w/7" monitor, Whelen LED warning light package. Fouts 3000 Water Tender/Tanker-T370 Kenworth single rear axle chassis, Hale MBP $309,249.00 1000 PTO driven pump,Akron Valves, 3000-gallon poly water tank, Rear 4"tank fill, manual 180 degree 10" stainless steel swivel dump valve, 3000-gallon aluminum frame portable tank, rear view camera w/7" monitor, Whelen LED warning light package. Fouts F.O.U.R. "First Out Utility Rescue" - Ford F-550 4-Door 4x4 chassis, 12,000 lbs. $275,600.00 Warn Winch, class V rear receiver hitch with plug, center counsel, Kussmaul Pump Plus 1000 battery conditioner W/20 amp Auto Eject, Hale DSD 1500 GPM Split Shaft Driven Pump, Akron Valves, Hale TRV 120, Hannay Booster Reel w/100' of 1" hose, Hale SmartFoam 2.1 Foam System, 285-gallon poly water tank, 15 gallon foam tank, 108"Aluminum body, satin finish roll-up doors,Whelen LED warning light package. Fouts Type 6 Patrol W/108" Body- Ford F-550 4-Door 44 chassis, 12,000 lbs. Warn $178,100.00 Winch, class V rear receiver hitch with plug, center counsel, Kussmaul Pump Plus 1000 battery conditioner W/20 amp Auto Eject, CET Gas Driven Pump, Honda gas motor,Akron Valves, Hannay Booster Reel w/150' of 1" hose, Scotty Foam System, 300-gallon poly water tank, 10 gallon foam tank, 108"Aluminum body, satin finish roll-up doors,Whelen LED warning light package. Fouts Type 6 Patrol W/132" Body- Ford F-550 4-Door 44 chassis, 12,000 lbs. Warn $184,100.00 Winch, class V rear receiver hitch with plug, center counsel, , CET Gas Driven Pump, Honda gas motor,Akron Valves, Hannay Booster Reel w/150' of 1" hose, Scotty Foam System, 300-gallon poly water tank, 10 gallon foam tank, 132" Aluminum body, satin finish roll-up doors, Whelen LED warning light package. 11 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 Fouts Brush Attack- Ford F-550 2-Door 4x4 chassis equipped with Super Singles, $178,100.00 12,000 lbs. Warn Winch, class V rear receiver hitch with plug, center counsel, , CET Gas Driven Pump, Honda gas motor, Akron Valves, Hannay Booster Reel w/150' of 1" hose, Bumper mounted TFT remote controlled monitor. Scotty Foam System, 300- gallon poly water tank, 10-gallon foam tank, Flat Bed Aluminum locker compartments,Whelen LED warning light package. Fouts Light Rescue/Medic- Ford F-550 4-Door 4x4 chassis, class V rear receiver hitch $152,100.00 with plug, center counsel, 108"Aluminum body, Slide Master 100% rear slide try, satin finish roll-up doors,Whelen LED warning light package. Fouts Brothers Optional Equipment Product Item Description List Price Water Tender/Tanker Options Hale SmartFoam System $ 7,800.00 (2) Pole Lights $ 5,200.00 Hydrant Spanner Set $ 520.00 6' Fiberglass Pike Pole $ 156.00 8' Fiberglass Pike Pole $ 162.50 LED Tank Level Indicator on rear $ 780.00 Hosebed Divider $ 1,560.00 12', 24', 10' Ladders w/ Brackets $ 3,250.00 Q213 Siren $ 3,900.00 (4) SCBA Compartments $ 2,600.00 Commercial Pumper Options Hale SmartFoam System $ 9,100.00 (2) Pole Lights $ 5,200.00 Hydrant Spanner Set $ 520.00 6' Fiberglass Pike Pole $ 156.00 8' Fiberglass Pike Pole $ 162.50 LED Tank Level Indicator on rear $ 780.00 Q213 Siren $ 3,900.00 Type 6/Patrol Option CAFS System $ 45,500.00 Darley VangarclGas Pump 375 GMP $ 14,300.00 Darley Kubota Diesel Pump $ 24,700.00 (2) Pole Lights $ 5,200.00 (3) SCBA Compartments $ 3,250.00 12 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 Fouts F.O.U.R (2) Pole Lights $ 5,200.00 Additional Hosebed Divider $ 1,560.00 Additional Options 12,000 lb Warn Winch $ 3,022.50 Go Light $ 1,560.00 Traffic Advisor $ 2,210.00 (2) Akron Scene Star 12V LED 14K Lumens $ 3,900.00 Pricing contained in this Attachment A shall be extended to all NPPGov members upon execution of the Intergovernmental Agreement. Participating Agencies may purchase from Vendor's authorized dealers and distributors, as applicable, provided the pricing and terms of this Agreement are extended to Participating Agencies by such dealers and distributors. Vendor's authorized dealers and distributors, as applicable, are identified in a [list, link found at http:], as may be updated from time to time. [A current list may be obtained from Vendor.] 13 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 ATTACHMENT B to Master Price Agreement by and between VENDOR and PURCHASER. ADDITIONAL SELLER WARRANTIES To the extent possible, Vendor will make available all warranties from third party manufacturers of Products not manufactured by Vendor, as well as any warranties identified in this Agreement and Vendor's Proposal. 14 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 ATTACHMENT C to Master Price Agreement by and between VENDOR and PURCHASER. PARTICIPATING AGENCIES The Lead Contracting Agency in cooperation with National Purchasing Partners (NPPGov) entered into this Agreement on behalf of other government agencies that desire to access this Agreement to purchase Products and Services. Vendor must work directly with any Participating Agency concerning the placement of orders, issuance of the purchase orders, contractual disputes, invoicing, and payment. The Lead Contracting Agency shall not be held liable for any costs, damages, etc., incurred by any Participating Agency. Any subsequent contract entered into between Vendor and any Participating Agency shall be construed to be in accordance with and governed by the laws of the State in which the Participating Agency exists. Each Participating Agency is directed to execute an Intergovernmental Cooperative Purchasing Agreement ("IGA"), as set forth on the NPPGov web site, www.nppgov.com. The IGA allows the Participating Agency to purchase Products and Services from the Vendor in accordance with each Participating Agency's legal requirements as if it were the "Purchaser" hereunder. 15 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 ATTACHMENT D to Master Price Agreement by and between VENDOR and PURCHASER. Vendor's Proposal (The Vendor's Proposal is not attached hereto.) (The Vendor's Proposal is incorporated by reference herein.) 16 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 ATTACHMENT E to Master Price Agreement by and between VENDOR and PURCHASER. Purchaser's Request for Proposal (The Purchaser's Request for Proposal is not attached hereto.) (The Purchaser's Request for Proposal is incorporated by reference herein.) 17 DocuSign Envelope ID:2BB6A337-CCF4-4A1A-8703-F7DFB90CA1C0 ATTACHMENT F to Master Price Agreement by and between VENDOR and PURCHASER. ADDITIONAL VENDOR TERMS OF PURCHASE, IF ANY. 18 SVtuA4P Certificate Of Completion Envelope Id:2BB6A337CCF44A1A8703F7DFB90CA1C0 Status:Completed Subject: Please DocuSign:MPA 1905 Between LOC and Fouts FINAL.pdf Source Envelope: Document Pages: 18 Signatures:2 Envelope Originator: Certificate Pages:5 Initials:0 Bill DeMars AutoNav: Enabled 1100 Olive Way Envelopeld Stamping: Enabled Suite 1020 Time Zone:(UTC-08:00)Pacific Time(US&Canada) Seattle,WA 98101 bill.demars@nppgov.com IP Address: 173.29.186.28 Record Tracking Status:Original Holder:Bill DeMars Location: DocuSign 5/24/2020 9:38:29 AM bill.demars@nppgov.com Signer Events Signature Timestamp Dylan Coyne EvonOL4,8 DocuSigne�d"by: Sent:5/24/2020 9:42:18 AM dcoyne@foutsfire.com t (h�va- Viewed:5/26/2020 6:10:26 AM Sales 7Aos296A43F.. Signed:5/26/2020 6:13:02 AM Security Level:Email,Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address:40.132.67.9 Electronic Record and Signature Disclosure: Accepted:5/26/2020 6:10:26 AM ID:cd71eb38-1ae4-40b8-8389-63c760dec7dd Mike CullySent:5/26/2020 6:13:03 AM mcully@orcities.org ED1,"Si,n1d by:- Viewed:5/26/2020 1:10:26 PM Executive Director 3ece46Fe869143E Signed:5/26/2020 1:10:40 PM Security Level:Email,Account Authentication (None) Signature Adoption: Drawn on Device Using IP Address:71.63.237.219 Electronic Record and Signature Disclosure: Accepted:5/26/2020 1:10:26 PM ID:965713c2-6e4e-46b0-ad10-dala91a9a10d In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 5/26/2020 6:13:03 AM Certified Delivered Security Checked 5/26/2020 1:10:26 PM Signing Complete Security Checked 5/26/2020 1:10:40 PM Completed Security Checked 5/26/2020 1:10:40 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure Electronic Record and Signature Disclosure created on:3/10/2016 2:06:46 PM Parties agreed to: Dylan Coyne,Mike Cully ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, National Purchasing Partners (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a$0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact National Purchasing Partners: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: bruce.busch@mynpp.com To advise National Purchasing Partners of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at bruce.busch@mynpp.com and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from National Purchasing Partners To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to bruce.busch@mynpp.com and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with National Purchasing Partners To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to bruce.busch@mynpp.com and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetSca e 7.2 (or above) Email: JAccess to a valid email account (Screen Resolution: 1800 x 600 minimum Enabled Security Settings: -Allow per session cookies -Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you,please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree'box, I confirm that: • I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and • I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and • Until or unless I notify National Purchasing Partners as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by National Purchasing Partners during the course of my relationship with you. DocuSign Envelope ID:D09986B7-D7D04456-A961-A6FF085087C1 Eleventh Amendment to Master Price Agreement for FIRE APPARATUS Pricing Update This Amendment to the Master Price Agreement is entered into this 22nd day of December 2023 by LEAGUE OF OREGON CITIES LOC ("Purchaser") and FOUTS BROTHERS ("Vendor") based upon the sales and/or service of Fire Apparatus. RECITALS WHEREAS, Purchaser and Vendor entered into a Master Price Agreement numbered PS20225 on or about May 26,2020 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the First Amendment to the Master Price Agreement on or about April 27, 2021 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Second Amendment to the Master Price Agreement on or about April 28, 2021 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Third Amendment to the Master Price Agreement on or about July 20, 2021 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Fourth Amendment to the Master Price Agreement on or about March 10, 2022 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Fifth Amendment to the Master Price Agreement on or about April 15, 2022 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Sixth Amendment to the Master Price Agreement on or about May 19, 2022 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Seventh Amendment to the Master Price Agreement on or about September 22, 2022 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Eighth Amendment to the Master Price Agreement on or about December 5, 2022 and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Ninth Amendment to the Master Price Agreement on or about April 20, 2023, and by this reference incorporated herein; and WHEREAS, Purchaser and Vendor entered into the Tenth Amendment to the Master Price Agreement on or about July 21, 2023, and by this reference incorporated herein; and WHEREAS,due to material cost increases,Vendor desires to increase the price for eight products and continue a 10% discount off the List Price on Attachment A as permitted under the terms of the Master Price Agreement; and DocuSign Envelope ID:D09986B7-D7D0-4456-A961-A6FF085087C1 WHEREAS, Vendor has provided notice, on or about July 17, 2023, of the product price increase in the Master Price Agreement; and WHEREAS, Purchaser and Vendor desire that the Master Price Agreement shall be amended in part to reflect the product addition. NOW, THEREFORE, Purchaser and Vendor enter into the following: 2 DocuSign Envelope ID:D09986B7-D7D0-4456-A961-A6FF085087C1 AMENDMENT TO MASTER PRICE AGREEMENT 1. Product Addition. Attachment A to the Master Price Agreement shall be amended in part to reflect the following product additions: ATTACHMENT A to Master Price Agreement by and between VENDOR and PURCHASER. PRODUCTS, SERVICES, SPECIFICATIONS AND PRICES Product List Price Discount Net Price Fouts 2000 Water Tender/Tanker $ 572,000.00 10% $ 520,000.00 Fouts 3000 Water Tender/Tanker $ 585,200.00 10% $ 532,000.00 Fouts CJ Series Commercial Chassis Pumper $ 550,000.00 10% $ 500,000.00 Fouts FOUR"First Out Utility Rescue" $ 382,800.00 10% $ 348,000.00 Type 6 Patrol W/ 108" Body $ 308,000.00 10% $ 280,000.00 Type 6 Patrol W/ 132" Body $ 311,300.00 10% $ 283,000.00 Fouts Light Rescue/ Medic $ 292,050.00 10% $ 265,500.00 Fouts Custom Chassis Pumper $ 783,200.00 10% $ 712,000.00 2. Full Force and Effect. In each and every other respect, the terms of the Master Price Agreement, as amended, entered into between the parties on or about May 26, 2020 shall remain in full force and effect during the term of the agreement and the parties hereto hereby ratify said Master Price Agreement in its entirety, as if fully set out herein, along with the modifications identified herein. IN WITNESS WHEREOF, the parties have hereto signed this Amendment on the day and year first above written. LEAGUE OF OREGON CITIES DolLcuSigned by: A{Vi(A- . h. ka' w Date December 27, 2023 1 1:28 PM PST OBNF25C35F54D0... BY: Patricia M. Mulvihill ITS: Executive Director FOUTS BROTHERS DocuSigned by: vx Date December 27, 2023 1 5: 58 AM PST E0487A06296A43F... BY: Dylan Coyne ITS: sales 3 "COMPOSITE EXHIBIT B" ---------------------------------------- SOUTH FLORIDA EMERGENCY VEHICLES PROPOSAL TO THE: May 5, 2025 Monroe County Fire Rescue 7280 Overseas Highway, Marathon, FL 33050 Fire Chief R. L. Colina FOR YOUR REVIEW: We hereby propose and agree to furnish the following firefighting apparatus upon your acceptance of this proposal: One (1) Fouts Custom Chassis Pumper Complete and Delivered for the Total Sum of..............................................................................$899,979.84 A Second Unit can be Purchased for.........................................$889,979.84 This apparatus will be manufactured in accordance with the included specifications and drawing. We can expect Two (2) Fouts Custom Chassis Pumpers to be available for delivery 60 Days After Arriving at SFEV and No Later Than November 1st 2025. All Loose Equipment will be delivered 16 Weeks After Receiving a Valid Purchase Order. Unless accepted within 30 days of this date, the right is reserved to withdraw this proposal. Terms • Payment is due upon delivery. • Purchase Orders to be made to South Florida Emergency Vehicles Price Include • Delivery 0 One (1) Overhead Cabinet • Graphics to Match MCFR Fleet • Two (2) 12v battery direct • Shelves and Trays connections • FRC Spectra Brow Light 0 Federal Q213 Siren • Foam System with 30 Gallon Tank • Antenna Install • Deck Gun and Extend-a-Gun 0 Swivel Mount for Motorola Radio • One (1) EMS Cabinet with one (1) install 110 Outlet 0 Loose Equipment Recpeetfidly Submitted by: Levi Leyland Apparatus Sales South Florida Emergency Vehicles SOUTH FLORIDA EMERGENCY VEHICLES 4655 Cummins Court I Fort Myers, FL 33905 NPP Contract # PS20225 Price Breakdown per---------------------------------------- Fouts Custom Chassis Pumper NPP List Price.........................$783,200.00 NPP 10% Discount...........................................................................................(-$78,320.00) Fouts Custom Chassis Pumper NPP Net Price.........................$704,800.00 Loose Equipment Total..............................................................$195,179.84 Fouts Custom Chassis Pumper Final Price ..........................$899,979.84 SFEV would like to offer an Additional (—$10,000) Discount with the Purchase of a Second Fouts Custom Chassis Pumper Second Fouts Custom Chassis Pumper Price......................$889,979.84 SOUTH L IVEHICLES 4655 Cummins Court I Fort Myers, FL 33905 Loose Equipment List Monroe County Fire Rescue DESCRIPTION' (4UANTITY UNIT PRICE EXtE' LADED' PRICE REVEL SCOUT PREMIUM PACKAGE 1 $2,157.14 $2,157.14 AMEREX B240 2.5 GAL PRESSURE WATER EXT 1 $255.71 $255.71 Amerex A411, 201b ABC Dry Chemical Class A B C 1 $250.00 $250.00 Multi-Purpose 20 Pound Fire Extinguisher VIEWBRITE Collapsible Traffic Cones with LED Lighting 1 $171.41 $171.41 - Safety Cones Emergency Road Cones Parking Cones Orange Collapsable Cones with Heavy-Duty Rubber Base- 28 inches Tall-5 Pack EVER READY FIRST AID LARGE MEDIC FIRST 1 $285.64 $285.64 RESPONDER EMT TRAUMA BAG XD SHUTOFF 2.5"NHFX 1.5NHM 1 3/8 WATER WAY NO 2 $697.67 $1,395.34 PISTOL GRIP BLACK HANDLE CHIEFXD NOZZLE 125GPM AT 100 PSI NO PISTOL 1 $1,087.56 $1,087.56 GRIP YELLOW CHIEF XD NOZZLE 250GPM AT 50 PSI NO PISTOL GRIP 2 $1,293.49 $2,586.97 ORANGE XD STACKED TIP ST-184-XD 1 1/8- 1.0 1 $485.14 $485.14 XD PLAYPIPE 2.5"NHF X 1.5"NHM NO PISTOL BLACK 2 $1,420.27 $2,840.54 HANDLE XD STACKED TIPS TRIPLE STACK ST-190-XD 1 1/4- 1 2 $560.63 $1,121.26 1/8- 1.0 XD SMOOTH BORE LONG BARREL 7/8" DISCHARGE 2 $262.36 $524.71 188-XD CHIEF XD 175GPM 75PSI NO PISTOL GRIP ORG 12 1 $1,087.56 1 $2,175.11 MS462R 20" STHIL CHAIN SAW 1 1 $2,299.99 1 $2,299.99 MS460MRS DEPTH GUARD 1 1 $571.43 1 $571.43 6LB. FLATHEAD AXE ON YELLOW FIBERGLASS 1 $75.71 $75.71 HANDLE. 36" O.A.L. "DAYTON" STYLE HEAD 6LB. PICKHEAD AXE ON YELLOW FIBERGLASS 1 $85.71 $85.71 HANDLE. 36" O.A.L. NY ROOF HOOK 6'WITH CHISEL/ PRY END 1 $214.29 $214.29 NY ROOF HOOK 8'WITH CHISEL/ PRY END 1 $166.29 $166.29 PROBAR 30" HALLIGAN 1 $298.57 $298.57 CONNECTION MALLET 1 $22.86 $22.86 FULLSOURCE PSV-FIRE TYPE P CLASS 2 PUBLIC 5 $21.43 $107.14 SAFETY VEST LIME AND RED HYDRANT WRENCH RACHETING 2 $22.79 $45.57 HSW 2.5NH SPANNERS WITH BRACKET 2 $169.07 $338.14 HARRINGTON LDH SPANNER WRENCHES (4)WITH 1 $195.71 $195.71 MOUNTING BRACKET 6" Flex-Lite PVC suction hose with 6" rocker lug male x 2 $926.36 $1,852.71 long handle female 10 ft. long 6" Barrel Strainer with 6" NH Female rigid 1 $263.57 $263.57 SALVAGE COVER 12X1 4 18OZ VINYL RED 2 $171.29 $342.57 PRO FLOW 5.0 IN 5.0 STORZ X 100FTYELLOW 10 $1,120.00 $11,200.00 ECO 10 1.75 X 50 ORG 3 $204.29 $612.86 ECO 10 1.75 X 50 RED 4 $204.29 $817.14 ECO 10 1.75 X 50 WHT 4 $204.29 $817.14 ECO 10 1.75 X 50 GRN 2 $204.29 $408.57 TRU ID 2.5 X 50 BLU 10 $331.79 $3,317.86 TRU ID 2.5 X 50 GRN 1 $331.79 $331.79 ECO10 3"X 50' ORG 6 $386.79 $2,320.71 DOUBLE FEMALE 2.5" 1 $96.80 $96.80 DOUBLE MALE 2.5" 1 $47.84 $47.84 Double Male 1.5" 1 $27.93 $27.93 DOUBLE FEMALE 1.5" 1 $74.13 $74.13 STORZ SPANNER KIT(4 SPANNER WITH BRACKET) 2 $157.06 $314.11 2-WAY BALL VALVE (2)1.5 NH M X 2.5(3.075X8)SW RL F 1 $361.30 $361.30 GATE VALVE 2.5 NH SW RL F X 2.5 NH M 1 $500.61 $500.61 SP 555 E3 Connect Spreader-TOOL ONLY+ CAPTIUM 1 $14,957.89 $14,957.89 S 789 E3 Connect Cutter-TOOL ONLY+ CAPTIUM 1 $13,536.84 $13,536.84 R 521 E3 Connect Ram -TOOL ONLY+ CAPTIUM 1 $10,073.68 $10,073.68 E3/EWXT 9Ah Batt, Saltwater 6 $1,036.84 $6,221.05 EWXT/E3 Charger 110-240V 3 $600.00 $1,800.00 SCOTT AIR PAK X3 PRO 5 $9,888.89 $49,444.44 SCOTT AIR CYLINDER 4500 PSI 9 $1,755.56 $15,800.00 SCOTT MEDIUM MASK 3 $461.11 $1,383.33 SCOTT MASK LARGE 2 $461.11 $922.22 BULLARD QXT PRO THERMAL IMAGER WITH 1 $10,116.25 $10,116.25 XTUSBCHARGEPWR XTTRUCKMOU NT AND XTRETRACT Survivor- 120V/100V AC/12V DC- Orange 4 $171.54 $686.17 VU LCAN 180 2 $252.51 $505.03 16" PPV, 2x 12Ah Bat.,Dual AC Charger, Shore Power 1 $6,550.00 $6,550.00 BlitzFire Portable Monitor+Smooth Bore Stacked Tips 1 $6,421.71 $6,421.71 & Max-Flow Nozzle Package-2.5" NHF Swivel Rocker Inlet, 2.5" NHM Rigid Outlet, Storage Bracket 11 HB1/ K12FD (K970) RESCUE SAW, 14" (94CC) 1 $2,348.57 $2,348.57 12EC3/ 14" PIRAYA BLADE 2 $321.43 $642.86 3000W, 6.5 HP, electric start w/battery(49 state) 1 $2,841.43 $2,841.43 HEBERT HOSE CLAMP 3" 1 $509.41 $509.41 HEBERT HOSE CLAMP 6" 1 $834.27 $834.27 HEBERT RUNNING BOARD MOUNT 1 $86.56 $86.56 SUPER BRITE LED ROAD FLARE KIT QTY 6 WITH CASE 1 $271.36 $271.36 WHEEL CHOC FOR UP TO 44in TIRE DIAMETER WITH 2 $389.40 $778.80 EASY GRIPHANDLE Horizontal choc holder for use with model SAC-44-E. 2 $125.44 $250.89 BOLTS AND STANTIONSET INCLUDED Intake Valve with 300 Swivel Inlet, 5" Storz Inlet (hose 2 $2,365.71 $4,731.43 connection), 6" Long Handle Female Swivel Outlet (truck connection) EQUIPMENT PACKAGE TOTAL $195,179,84 p V m r � 0 0 0 0 0 a 0 3 J p - w LLpam =i000- oLL�aaa�� d o JJ,Jppp �� ,=pwLL �=g�ao=��o---- -a 3 r d 3 - o� f If LL w m 3 Y LL w > w x r � �d o o a w z m a w � m _ w a o a 'a 3 z o 0 3 [ w o 0 �w o - o - �o a o a a w m z 0 0 � ❑ V m ¢ Nftopppo- FOUTS BROS FB-94 CUSTOM PUMPER South Florida Emergency Vehicles 6455 Cummins Court Fort Myers Florida 33905 1 SCOPE AND GENERAL REQUIREMENTS It is the intent of Fouts Brothers to provide a new fire apparatus that will withstand the continuous use encountered in the emergency firefighting service. The apparatus will be of the latest type, symmetrically proportioned and constructed with due consideration of the load to be sustained. All parts not specifically mentioned herein, but which are necessary to furnish a complete fire apparatus, will be furnished and will conform to the best practices known to the fire apparatus industry. The unit is of the current year manufacture and will be new and unused. The bid price will not include any local, State, or Federal taxes. These specifications will be construed as minimum. Should the manufacturer's current published data or specifications exceed these, they will be considered minimum and be furnished. FAMA COMPLIANCE Fouts Bros. is a member of the Fire Apparatus Manufacturer's Association (FAMA). PROPRIETARY PARTS Fouts Brothers will furnish the apparatus with major parts commonly used by the heavy-duty truck manufacturers and open market vendors whereas replacement parts are more readily available and at reduced cost. MANUFACTURER'S DISCRETION Materials,parts, or procedures used are subject to change at the manufacturer's discretion at any time to provide equal or better products. MANUFACTURING LOCATION The apparatus will be manufactured in Milledgeville, Georgia. PRODUCT QUALITY AND WORKMANSHIP The components provided and workmanship performed will be of the highest quality available for this application. Special consideration will be given to the following areas: A). Accessibility to various components that require periodic maintenance or lubrication checks. B). Ease of vehicle and pump operation. C). Features beneficial to the intended operation of the apparatus. 2 Construction of the complete apparatus will be designed to carry the loads intended to meet the road and terrain conditions and speed requirements desired when specified by the purchaser. Welding will not be employed in the assembly of the apparatus in a manner that will prevent the removal of any major component part for service and/or repair. PAYMENT TERMS Full payment for the apparatus will be made at the time of delivery of the completed vehicle. Due to insurance liability, the apparatus will not be left at the purchaser's location without full acceptance and payment or prior agreement between the Purchaser and SFEV DELIVERY REQUIREMENTS Delivery of the completed vehicle will be no more than 120 calendar days after delivery of the chassis to the apparatus manufacturer. FUEL TANK FILLED AT DELIVERY The fuel tank and DEF tank(if applicable)will be filled upon final delivery at the factory. OVERALL HEIGHT The overall height will be no greater than 9' - 6". OVERALL LENGTH The overall length will be no greater than 32' - 6". OVERALL WIDTH The overall width will be no greater than 102". OVERALL WHEELBASE The wheelbase will 181" NFPA 1901 COMPLIANCE The National Fire Protection Association standard #1901 (most recent edition) is hereby adopted and made a part of these specifications, the same as if they were written out in full detail, except for any sections dealing with "Equipment Recommended for Various Types of Apparatus". Bidders are to provide only the equipment requested herein and the Department will supply the rest before the apparatus is put into service. The unit will comply with all federal, state, ICC, and DOT motor vehicle regulations, standards, and laws relating to commercial vehicles as well as to fire apparatus on the date of the bid. 3 ROAD TEST CERTIFICATION A road test will be conducted with the finished apparatus fully loaded. During this time, the apparatus will not show loss of power and/or overheating. The transmission driveshaft or shafts and rear axle will run free from abnormal vibration or noise throughout the operating range of the apparatus. The apparatus, when loaded, will have not less than 25% or more than 45% of the weight on the front axle and not less than 55% or more than 75% on the rear axle. A). The apparatus must be capable of accelerating to 35 mph from a standing start within 25 seconds on a level concrete highway without exceeding the maximum governed RPM of the engine. B). The apparatus must be capable of accelerating from a steady speed of 15 mph to a true speed of 35 mph within 30 seconds. This will be accomplished without moving the gear selector. Q. The fully loaded apparatus will be capable of obtaining a speed of 50 to 55 mph on a level concrete highway. D). The manufacturer will furnish copies of the engine installation approvals signed by the appropriate engine company upon delivery of the chassis to the Fire Department. E). The manufacturer will furnish copies of the transmission approval signed by the transmission manufacturer upon delivery of the chassis to the Fire Department. F). The manufacturer will furnish copies of the front and rear axle approvals upon delivery of the apparatus to the Fire Department. ROAD TEST FAILURE In the event the apparatus fails to meet the test requirements of these specifications on the first trials, second trials may be made at the option of the manufacturer within thirty (30) days of the first trials. Such trials will be final and conclusive and failure to comply with changes, as the purchaser may consider necessary to conform to any clause of the specifications within thirty (30) days after notice is given to the manufacturer of such changes, will be cause for rejection of the apparatus. Permission to keep or store the apparatus in any building owned or occupied by the purchaser, or its use by the purchaser during the above-specified period with permission of the manufacturer, will not constitute acceptance. VEHICLE TOP SPEED The rear axle will be geared for a top speed of 65 to 68 mph at engine governed RPM. 4 NFPA TOP SPEED STATEMENT NFPA-1901, 2009 Edition - 4.15.2. The maximum top speed of fire apparatus with a GVWR over 26,000 lbs. will not exceed either 68 MPH or the manufacturer's maximum fire service speed rating for the tires installed on the apparatus, whichever is lower. NFPA-1901, 2009 Edition- 4.15.3. If the combined water tank and foam agent tank capacities on the fire apparatus exceed 1250 gallons, or the GVWR of the vehicle is over 50,000 lbs., the maximum top speed of the apparatus will not exceed either 60 MPH or the manufacturer's maximum fire service speed rating for the tires installed on the apparatus, whichever is lower. SAFETY SIGNS The following safety signs will be provided: SEATED AND BELTED WARNING LABEL - FAMA# 07 A permanent label will be provided that is visible to all occupants that states that they should be seated and belted while the apparatus is in motion. The label will also state potential injuries or death that could be caused if the safety belts are not used properly. CAB INTERIOR EQUIPMENT MOUNTING DANGER LABEL - FAMA# 10 A permanent label will be provided inside of the cab warning of the dangers of unsecured equipment inside the cab. The label will state that all equipment will be properly secured and also warn of potential injury or death that could be caused by failing to do so. DO NOT WEAR HELMET LABEL - FAMA# 15 A permanent label will be provided inside of the cab in view of all seated positions stating that helmets should not be worn in cab. The label will also warn of potential injury or death that could be caused by wearing helmet in cab. VEHICLE BACKING LABEL -FAMA17 A permanent label will be provided inside of the cab in view of the driver advising of proper procedures to following when the apparatus is in reverse motion. The label will also warn of potential injury or death that be caused by failing to follow proper procedures. "Do Not Move Apparatus When Light Is On" sign adjacent to the warning light indicating a hazard if the apparatus is moved (as described in subsequent section). 5 CHASSIS DATA LABELS The following information will be on labels affixed to the vehicle: Fluid Data: Engine oil Engine coolant Chassis transmission fluid Pump transmission lubrication fluid Pump primer fluid (if applicable) Drive axle(s) lubrication fluid Air conditioning refrigerant Air conditioning lubrication Power steering fluid Cab tilt mechanism fluid(if applicable) Transfer case fluid Equipment rack fluid (if applicable) Air compressor system lubricant Generator system lubricant (if applicable) Chassis Data: Chassis Manufacturer Production Number Year Built Month Manufactured Vehicle Identification Number Location will be in the driver's compartment of the chassis cab. OVERALL HEIGHT, LENGTH, GVW DATA PLAQUE A "high visibility" plate will be permanently mounted in the cab, visible to driver when seated. The plate will show the overall height of the completed apparatus in feet and inches, the overall length of the completed apparatus in feet and inches. The plate will also show the gross vehicle weight rating (GVWR) in tons. Text will also be supplied on the plate, indicating that the information shown is current upon completion of the apparatus. If the overall height of the apparatus changes after the apparatus is put into service, then the purchaser must revise the dimensions on the plate. 6 "NO RIDE" LABEL A label will be located on the vehicle at the rear step areas, and at any cross walkways, if they exist. The label(s)will wain personnel that riding in or on these areas while the vehicle is in motion is prohibited. FAMA SAFETY GUIDE One (1) copy of the latest edition of FAMA's Fire Apparatus Safety Guide will be provided with the completed apparatus. MODEL The chassis will be an FC-94 model. The cab and chassis will include design considerations for multiple emergency vehicle applications, rapid transit and maneuverability. The chassis will be manufactured for heavy duty service with the strength and capacity to support a fully laden apparatus, one hundred (100) percent of the time. MODEL YEAR The chassis will have a vehicle identification number that reflects a 2024 model year. COUNTRY OF SERVICE The chassis will be put in service in the country of United States of America(USA). The chassis will meet applicable U.S.A. federal motor vehicle safety standards per CFR Title 49 Chapter V Part 571 as clarified in the incomplete vehicle book per CFR Title 49 Chapter V Part 568 Section 4 which accompanies each chassis. The chassis manufacturer is not responsible for compliance to state, regional, or local regulations. Dealers should identify those regulations and order any necessary optional equipment from the chassis manufacturer, or their OEM needed to be in compliance with those regulations. CAB AND CHASSIS LABELING LANGUAGE The cab and chassis will include the applicable caution, warning, and safety notice labels with text to be written in English. VEHICLE TYPE The chassis will be manufactured for use as a straight truck type vehicle and designed for the installation of a permanently mounted apparatus behind the cab. The apparatus of the vehicle will be supplied and installed by the apparatus manufacturer. VEHICLE ANGLE OF APPROACH PACKAGE The angle of approach of the apparatus will be a minimum of 8.00 degrees. NFPA1901 Angle of Approach definition: "To determine the angle of approach, place a thin steel strip against the front of the tires where they touch the ground or stretch a tight string from one front tire to the other at the front where they touch the ground. 7 Determine the lowest point(component or equipment) on the vehicle forward of the front tire that would make the smallest angle of approach. Hang a plumb bob from the lowest point and mark the point on the ground where the point of the plumb bob touches. Measure the vertical distance from the ground to the point where the plumb bob was hung (distance V). Measure the horizontal distance from the plumb bob point to the steel strip or string running from front tire to front tire (distance H). Divide the vertical distance by the horizontal distance. The ratio of V/H is the tangent of the angle of approach. If the ratio is known, the angle of approach can be determined from a table of trigonometric functions of angles or from a math calculator. The standard requires a minimum angle of approach of 8.00 degrees: since the tangent of 8.00 degrees is 0.1405, if V divided by H is 0.1405 or larger, the angle of approach is 8.00 degrees or greater." AXLE CONFIGURATION The chassis will feature a 4 x 2 axle configuration consisting of a single rear drive axle with a single front steer axle. GROSS AXLE WEIGHT RATINGS FRONT The front gross axle weight rating (GAWR) of the chassis will be 18,000 pounds. This front gross axle weight rating will be adequate to carry the weight of the completed apparatus including all equipment and personnel. GROSS AXLE WEIGHT RATINGS REAR The rear gross axle weight rating (GAWR) of the chassis will be 27,000 pounds. This rear gross axle weight rating will be adequate to carry the weight of the completed apparatus including all equipment and personnel. PUMP PROVISION The chassis will include provisions to mount a drive line pump in the middle of the chassis, behind the cab, more commonly known as the midship location. Chassis driveline pump provisions will include an interlock feature for automatic setting of the park brake when the vehicle is shifted into pump mode while the transmission is in neutral, and the transmission output speed translates to less than 1 mph. When the conditions are met the driver side parking brake valve will activate. Once shifted to road mode the condition for electric automatic brake engagement is no longer present and the driver's parking brake control valve will function normally. CAB STYLE The cab will be a custom, fully enclosed, MFD model with a 10.00 inch raised roof over the driver, officer, and crew area, designed and built specifically for use as an emergency response vehicle by a company specializing in cab and chassis design for all emergency response applications. The cab will be designed for heavy-duty service utilizing superior strength and capacity for the application of protecting the occupants of the vehicle. This style of cab will offer up to eight(8) seating positions. 8 The cab will incorporate a fully enclosed design with side wall roof supports, allowing for a spacious cab area with no partition between the front and rear sections of the cab. To provide a superior finish by reducing welds that fatigue cab metal; the roof, the rear wall and side wall panels will be assembled using a combination of welds and proven industrial adhesives designed specifically for aluminum fabrication for construction. The cab will be constructed using multiple aluminum extrusions in conjunction with aluminum plate, which will provide proven strength and the truest, flattest body surfaces ensuring less expensive paint repairs if needed. All aluminum welding will be completed to the American Welding Society and ANSI D1.2-96 requirements for structural welding of aluminum. All interior and exterior seams will be sealed for optimum noise reduction and to provide the most favorable efficiency for heating and cooling retention. The cab will be constructed of 5052-H32 corrosion resistant aluminum plate. The cab will incorporate tongue and groove fitted 6061-T6 0.13 & 0.19 inch thick aluminum extrusions for extreme duty situations. A single formed, one (1)piece extrusion will be used for the "A"pillar, adding strength and rigidity to the cab as well as additional roll-over protection. The cab side walls and lower roof skin will be 0.13 inch thick; the rear wall and raised roof shins will be 0.09 inch thick; the front cab structure will be 0.19 inch thick. The exterior width of the cab will be 94.00 inches wide with a minimum interior width of 88.00 inches. The overall cab length will be 13 1.10 inches with 54.00 inches from the centerline of the front of the axle to the back of the cab. The cab interior will be designed to afford the maximum usable interior space and attention to ergonomics with hip and legroom while seated which exceeds industry standards. The crew cab floor will be flat across the entire walking area for ease of movement inside the cab. The cab will offer an interior height of 57.50 inches from the front floor to the headliner in the non-raised roof area and a rear floor to headliner height of 65.00 inches in the raised roof area, at a minimum. The cab will offer an interior measurement at the floor level from the rear of the engine tunnel to the rear wall of the cab of 51.88 inches. All interior measurements will include the area within the interior trimmed surfaces and not to any unfinished surface. The cab will include a driver and officer area with two (2) cab doors large enough for personnel in full firefighting gear. The front doors will offer a clear opening of 40.25 inches wide X 53.50 inches high, from the cab floor to the top of the door opening. The cab will also include a crew area with up to two (2) cab doors, also large enough for personnel in full firefighting gear. The rear doors will offer a clear opening of 32.25 inches wide X 61.00 inches high, from the cab floor to the top of the door opening. The cab will incorporate a progressive two (2) step configuration from the ground to the cab floor at each door opening. The progressive steps are vertically staggered and extend the full width of each step well allowing personnel in full firefighting gear to enter and exit the cab easily and safely. The first step for the driver and officer area will measure approximately 11.50 inches deep X 31.13 inches wide. The intermediate step will measure approximately 8.50 inches deep X 32.50 inches wide. The height 9 from the first step to the intermediate step and the intermediate step to the cab floor will not exceed 11.00 inches. The first step for the crew area will measure approximately 11.50 inches deep X 20.44 inches wide. The intermediate step will measure approximately 10.25 inches deep X 22.75 inches wide. The height from the first step to the intermediate step and the intermediate step to the cab floor will not exceed 12.80 inches. CAB FRONT FASCIA The front cab fascia will be constructed of 5052-H32 Marine Grade, 0.13 of an inch thick plate which will be an integral part of the cab. The cab fascia will encompass the entire front of the aluminum cab structure from the bottom of the windshield to the bottom of the cab and will be the"Classic" design. The front cab fascia will include two (2) modules on each side accommodating a total of up to four(4) Hi/Low beam headlights and two (2) turn signal lights or up to four(4)warning lights. Two (2) chrome plated bezels will be provided on each side around each set of two lamps. FRONT GRILLE The front fascia will include a 304 stainless steel front grille. CAB UNDERCOAT There will be a rubberized undercoating applied to the underside of the cab that provides abrasion protection, sound deadening and corrosion protection. CAB SIDE DRIP RAIL There will be a drip rail along the top radius of each cab side. The drip rails will help prevent water from the cab roof running down the cab side. CAB PAINT PROCESS/MANUFACTURER The cab will be painted with Sildhens paint prior to the installation of glass accessories and all other cab trim to ensure complete paint coverage and maximum corrosion protection of all metal surfaces. All metal surfaces on the cab will be mechanically etched by sanding disc to remove any surface oxidation or surface debris which may hinder the paint adhesion. Once all imperfections on the exterior surfaces are removed and sanded smooth, body fillers will be applied to the cab on all surfaces that require a critically aesthetic finish and sanded smooth. The entire cab will then be coated with a high-quality base primer that is designed to fill any minor surface defects,provide an adhesive bond between the primer and the paint and improve the color and gloss retention of the color. The finish to this procedure will be sanding the cab to a smooth finish followed by 10 sealing the seams with an automotive scam sealer. The minimum thickness of the primer coat after sanding will be 2.50 mils with a maximum thickness of 5.00 mils. The cab will then be painted the specific color(s) designated by the customer with an acrylic urethane type system designed to retain color and resist acid rain and most atmospheric chemicals found on an emergency scene. The paint will have a minimum thickness of 1.00 mils with a maximum of 4 mills, followed by a clear topcoat with a minimum of 2.5 mils and a maximum of 3.5 mils. The entire cab will then be baked to speed the curing process of the coatings. CAB PAINT PRIMARY/LOWER COLOR The lower paint color will be Sikkens FLNA 32557 Red. CAB PAINT WARRANTY The purchaser will receive a Paint and Finish (Exterior Clear coated) One (1) Year limited warranty in accordance with, and subject to, warranty certificate RFW0701. The warranty certificate is incorporated by reference into this proposal and included with this proposal or available upon request. CAB PAINT INTERIOR The visible interior cab structure surfaces will be painted with a multi-tone silver gray texture finish. CAB ENTRY DOORS The cab will include four (4) entry doors, two (2) front doors and two (2) crew doors designed for ease of entering and egress when outfitted with an SCBA. The doors will be constructed of extruded aluminum with a nominal thickness of 0.13 inch. The exterior skins will be constructed of 0.13 inch aluminum plate. The doors will include a double rolled style automotive rubber seal around the perimeter of each door frame and door edge which ensures a weather tight fit. All door hinges will be hidden within flush mounted cab doors for a pleasing smooth appearance and perfect fit along each side of the cab. Each door hinge will be piano style with a 0.38 inch pin and will be constructed of stainless steel. CAB ENTRY DOOR TYPE All cab entry doors will be barrier clear design resulting in exposed lower cab steps. The doors will provide approximately 32.00 inches of clearance from the ground to the bottom of the door so cab doors may be opened un-hindered by most obstacles encountered, such as guard rails along interstate highways. Entry doors will include Pollak mechanical plunger style switches for electrical component activation. 11 CAB INSULATION The cab ceiling and walls will include a nonwoven polyester fiber insulation. The insulation will act as a barrier absorbing noise as well as assisting in sustaining the desired climate within the cab interior. CAB STRUCTURAL WARRANTY The purchaser will receive a Cab Structure (Aluminum) Five (5) Years limited warranty in accordance with, and subject to, warranty certificate RFW0601. The warranty certificate is incorporated by reference into this proposal and included with this proposal or available upon request. CAB TEST INFORMATION The cab will have successfully completed the preload side impact, static roof load application and frontal impact without encroachment to the occupant survival space when tested in accordance with Section 4 of SAE J2420 COE Frontal Strength Evaluation Dynamic Loading Heavy Trucks, Section 5 of SAE J2422 Cab Roof Strength Evaluation Quasi—Static Loading Heavy Trucks and ECE R29 Uniform Provisions Concerning the Approval of Vehicles with regard to the Protection of the Occupants of the Cab of a Commercial Vehicles Annex 3 Paragraph 5. The above tests have been witnessed by and attested to by an independent third party. The test results were recorded using cameras, high speed imagers, accelerometers and strain gauges. Documentation of the testing will be provided upon request. ELECTRICAL SYSTEM The chassis will include a single starting electrical system which will include a 12-volt direct current multiplexing system, suppressed per SAE J551. The wiring will be appropriate gauge cross link with 311- degree Fahrenheit insulation. All SAE wires in the chassis will be color coded and will include the circuit number and function where possible. The wiring will be protected by 275-degree Fahrenheit minimum high temperature flame retardant loom. All nodes and sealed Deutsch connectors will be waterproof. DATA RECORDING SYSTEM The chassis will have a Weldon Vehicle Data Recorder(VDR) system installed. The system will be designed to meet NFPA 1901 and will be integrated with the Weldon Multiplex electrical system. The following information will be recorded: Vehicle Speed Acceleration Deceleration Engine Speed Engine Throttle Position ABS Event Seat Occupied Status Seat Belt Status 12 Master Optical Warning Device Switch Position Time Date Each portion of the data will be recorded at the specified intervals and stored for the specified length of time to meet NFPA 1901 guidelines and will be retrievable by connecting a laptop computer to the VDR system. The laptop connection will be a panel mounted female type B USB connection point, remotely mounted in the left side foot well. LOAD MANAGEMENT SYSTEM The apparatus load management will be performed by the included multiplex system. The multiplex system will also feature the priority of sequences and will shed electrical loads based on the priority list specifically programmed. ACCESSORY POWER The electrical distribution panel will include two (2)power studs. The studs will be size #10 and each of the power studs will be circuit protected with a fuse of the specified amperage. One (1)power stud will be capable of carrying up to a 40-amp battery direct load. One (1)power stud will be capable of carrying up to a 15-amp ignition switched load. The two (2)power studs will share one (1) #10 groundstud. A 225-amp battery direct power and ground stud will be provided and installed on the chassis near the left-hand battery box for OEM body connections. EXTERIOR ELECTRICAL TERMINAL COATING All terminals exposed to the elements will be sprayed with a high visibility protective rubberized coating to prevent corrosion. ELECTRICAL SYSTEM WARRANTY The purchaser will receive an Electrical System One (1) Year or 18,000 Miles limited warranty in accordance with, and subject to, warranty certificate RFW0201. The warranty certificate is incorporated by reference into this proposal and included with this proposal or available upon request. ENGINE The chassis engine will be a Cummins L9 engine. The L9 engine will be an in-line six (6) cylinder, four- cycle diesel-powered engine. The engine will offer a rating of 450 horsepower at 2100 RPM and will be governed at 2200 RPM. The torque rating will feature 1250-foot pounds of torque at 1200 RPM with 543 cubic inches (8.9 liters) of displacement. The L9 engine will feature a VGTTM Turbocharger, a high-pressure common rail fuel system, fully integrated electronic controls with an electronic governor, and will be EPA certified to meet the 2021-26 emissions standards using cooled exhaust gas recirculation and selective catalytic reduction technology. 13 The engine will include an engine mounted combination full flow/by-pass oil filter with replaceable spin on cartridge for use with the engine lubrication system. The engine will include Citgo brand Citgard 500, or equivalent SAE 15W40 CK-4 low ash engine oil which will be utilized for proper engine lubrication. A wiring harness will be supplied ending at the back of the cab. The harness will include a connector which will allow an optional harness for the pump panel. The included circuits will be provided for a tachometer, oil pressure, engine temperature,hand throttle, high idle and a PSG system. A circuit for J1939 data link will also be provided at the back of the cab. CAB ENGINE TUNNEL The cab interior will include an integrated engine tunnel constructed of 5052-1432 Marilee Grade, 0.19 of an inch thick aluminum. The tunnel will be a maximum of 41.50 inches wide X 25.50 inches high. DIESEL PARTICULATE FILTER CONTROLS There will be two (2) controls for the diesel particulate filter. One (1) control will be for regeneration and one (1) control will be for regeneration inhibit. ENGINE PROGRAMMING HIGH IDLE SPEED The engine high idle control will maintain the engine idle at approximately 1250 RPM when engaged. ENGINE HIGH IDLE CONTROL The vehicle will be equipped with an automatic high-idle speed control which will be pre-set to operate the engine at a specified RPM to increase alternator output if the system voltage drops to 12.5 volts with multi- plex wired chassis and 12.8 volts using load manager with conventional wiring. This device will automatically operate only when the engine is running, the transmission is in neutral, and with the parking brake set. The automatic high idle will stay engaged for a minimum of ten (10) minutes and until the system, voltage has reached 13.0 volts. Application of the service brake will override the automatic high idle and reset timer. The vehicle will be equipped with a high-idle speed rocker switch. It will be pre-set so when activated, it will operate the engine at the specified RPM to increase alternator output. This device will operate only when the engine is running, the transmission is in neutral, and with the parking brake set. When automatically engaged the high idle will disengage when the operator depresses the brake pedal, or the transmission is placed in gear, and will be available to manually or automatically re-engage when the brake pedal is released, or when the transmission is placed in neutral. Switch will not override automatic high idle between voltage parameters during timed cycle. ENGINE PROGRAMMING ROAD SPEED GOVERNOR The engine will include programming which will govern the top speed of the vehicle. 14 AUXILIARY ENGINE BRAKE A compression brake, for the six (6) cylinder engine will be provided. A cutout relay will be installed to disable the compression brake when in pump mode or when an ABS event occurs. The engine compression brake will activate upon 0% accelerator when in operation mode and actuate the vehicle's brake lights. The engine will utilize a variable geometry turbo (VGT) as an integrated auxiliary engine brake to offer a variable rate of exhaust flow, which when activated in conjunction with the compression brake will enhance the engine's compression braking capabilities. AUXILIARY ENGINE BRAKE CONTROL An engine compression brake control device will be included. The electronic control device will monitor various conditions and will activate the engine brake only if all of the following conditions are simultaneously detected: A valid gear ratio is detected. The driver has requested or enabled engine compression brake operation. The throttle is at a minimum engine speed position. The electronic controller is not presently attempting to execute an electronically controlled final drive gear shift. The compression brake will be controlled through an on/off switch and a low/medium/high selector switch. ELECTRONIC ENGINE OIL LEVEL INDICATOR The engine oil will be monitored electronically and will send a signal to activate a warning in the instrument panel when levels fall below normal. The warning will activate in a low oil situation upon turning on the master battery and ignition switches without the engine running. FLUID FILLS The engine oil, coolant, transmission, and power steering fluid fills will be located under the cab. The windshield washer fill will be accessible through the front left side mid step. ENGINE DRAIN PLUG The engine will include an original equipment manufacturer installed oil drain plug. ENGINE BLOCK HEATER A Kim Hotstart 1000-watt, 120-volt engine coolant heater with automatic thermostat will be installed. The block heater will be connected to the electrical inlet. 15 ENGINE WARRANTY The Cummins engine will be warranted for a period of five (5) years or 100,000 miles, whichever occurs first. REMOTE THROTTLE HARNESS An apparatus interface wiring harness for the engine and transmission pump interlocks will be supplied with the chassis. The harness will include a connector for connection to a chassis pump panel harness supplied by the body builder and will terminate in the left frame rail behind the cab for connection by the body builder. The harness will include circuits deemed for a pump panel and will contain circuits for a hand throttle, and a multiplexed gauge. Separate circuits will also be included for a pump control switch, "Pump Engaged" and "OK to Pump" indicator lights, open compartment ground, start signal, park brake ground, ignition signal, master power, clean power, customer ignition, air horn solenoid switch, high idle switch and high idle indicator light. The harness will contain interlocks that will prevent shifting to road or pump mode unless the transmission output speed translates to less than 1 mph and the transmission is in neutral. The shift to pump mode will also require the park brake to be set. ENGINE PROGRAMMING REMOTE THROTTLE The engine ECM (Electronic Control Module) discreet wire remote throttle circuit will be turned off for use with a J1939 based pump controller or when the discreet wire remote throttle controls are not required. ENGINE PROGRAMMING IDLE SPEED The engine low idle speed will be programmed at 700 rpm. ENGINE AIR INTAKE The engine air intake system will include an ember separator. This ember separator will be designed to protect the downstream air filter from embers using a combination of unique flat and crimped metal screens packaged in a heavy-duty galvanized steel frame. This multilayered screen will trap embers and allow them to burn out before passing through the pack. The engine air intake system will also include an air cleaner mounted above the radiator. This air cleaner will utilize a replaceable dry type of filter element designed to prevent dust and debris from being ingested into the engine. A service cover will be provided on the housing, reducing the chance of contaminating the air intake system during air filter service. The air intake system will include a restriction indicator light in the warning light cluster on the instrument panel, which will activate when the air cleaner element requires replacement. 16 ENGINE FAN DRIVE The engine cooling system fan will incorporate a thermostatically controlled, Horton fully variable type fan drive with SmartClutch J-1939 CAN controller. The clutch fan will override the thermostatic variable speed and function as full on automatically in pump mode. The variable speed fan clutch only engages at the amount needed for proper cooling to facilitate improved vehicle performance, cab heating in cold climates, and fuel economy. The fan clutch design will be fail-safe so that if the clutch drive fails the fan will engage to prevent engine overheating due to the fan clutch failure. The fan speed will include a J-1939 CAN clutch controller to receive signal from the engine control module to activate at variable rates of speed. Variable speeds will be set through thermostatic and engine speed signals to run as efficiently and quietly as required to maintain temperature. ENGINE COOLING SYSTEM There will be a heavy-duty aluminum cooling system designed to meet the demands of the emergency response industry. The cooling system will have the capacity to keep the engine properly cooled under all conditions of road and pumping operations. The cooling system will be designed and tested to meet or exceed the requirements specified by the engine and transmission manufacturer and all EPA requirements. The complete cooling system will be mounted to isolate the entire system from vibration or stress. The individual cores of the cooling system will be mounted in a manner to allow expansion and contraction at various rates without inducing stress into the adjoining cores. The cooling system will be comprised of a charge air cooler to radiator serial flow package that provides the maximum cooling capacity for the specified engine as well as serviceability. The main components will include a surge tank, a charge air cooler bolted to the front of the radiator, recirculation shields, a shroud, a fan, and required tubing. The radiator will be a down-flow design constricted with aluminum cores, plastic end tanks, and a steel frame. The radiator will be equipped with a drain cock to drain the coolant for serviceability. The cooling system will include a one piece injected molded polymer fan with a three (3)piece fiberglass fan shroud. The cooling system will be equipped with a surge tank that is capable of removing entrained air from the system. The surge tank will be equipped with a low coolant probe and rearward oriented sight glass to observe coolant in the system. A cold fill and observation line will be included within the frame mounted translucent recovery bottle to monitor the level of the coolant. The surge tank will have a dual seal cap that meets the engine manufacturer's pressure requirements and allows for expansion and recovery of coolant into a separate integral expansion chamber. All radiator tubes will be formed from aluminized steel tubing. Recirculation shields will be installed where required to prevent heated air from reentering the cooling package and affecting performance. The charge air cooler will be a cross-flow design constructed completely of aluminum with cast tanks. All charge air cooler tubes will be formed from aluminized steel tubing and installed with silicone hump hoses and stainless steel"constant torque" style clamps meeting the engine manufacturer's requirements. 17 The radiator and charge air cooler will be removable through the bottom of the chassis. ENGINE COOLING SYSTEM PROTECTION The engine cooling system will include a recirculation shield designed to act as a light duty skid plate below the radiator to provide additional protection for the engine cooling system from light impacts, stones, and road debris. ENGINE COOLANT The cooling package will include Extended Life Coolant (ELC). The use of ELC provides longer intervals between coolant changes over standard coolants providing improved performance. The coolant will contain a 50150 mix of ethylene glycol and de-ionized water to keep the coolant from freezing to a temperature of- 34 degrees Fahrenheit. Proposals offering supplemental coolant additives (SCA) will not be considered, as this is part of the extended life coolant makeup. ELECTRONIC COOLANT LEVEL INDICATOR The instrument panel will feature a low engine coolant indicator light which will be located in the center of the instrument panel. An audible tone alarm will also be provided to warn of a low coolant incident. ENGINE PUMP HEAT EXCHANGER A single bundle type coolant to water heat exchanger will be installed between the engine and the radiator. The heat exchanger will be designed to prohibit water from the pump from coming in contact with the engine coolant. This will allow the use of water from the discharge side of the pump to assist in cooling the engine. COOLANT HOSES The cooling systems hose will be formed silicone hose and formed aluminized steel tubing and include stainless steel constant torque band clamps. ENGINE COOLANT OVERFLOW BOTTLE A remote engine coolant overflow expansion bottle will be provided in the case of over filling the coolant system. The overflow bottle will capture the expansion fluid or overfill rather than allow the fluid to drain on the ground. ENGINE EXHAUST SYSTEM The exhaust system will include an end-in end-out horizontally mounted single module after treatment device, and downpipe from the charge air cooled turbo. The single module will include four temperature sensors, diesel particulate filter(DPF), urea dosing module (UL2), and a selective catalytic reduction(SCR) catalyst to meet current EPA standards. The selective catalytic reduction catalyst utilizes a diesel exhaust 18 fluid solution consisting of urea and purified water to convert NOx into nitrogen, water, and trace amounts of carbon dioxide. The solution will be mixed and injected into the system through the DPF and SCR. The system will utilize 0.07 inch thick stainless steel exhaust tubing between the engine turbo and the DPF. Zero leak clamps seal all system joints between the turbo and DPF. The single module after treatment through the end of the tailpipe will be connected with zero leak clamps. The discharge will terminate horizontally on the right side of the vehicle ahead of the rear tires. The exhaust system after treatment module will be mounted below the frame in the outboard position. DIESEL EXHAUST FLUID TANK The exhaust system will include a molded cross linked polyethylene tank for Diesel Exhaust Fluid(DEF). The tank will have a capacity of six (6) usable gallons and will be mounted on the left hand side of the chassis frame behind the batteries below the frame. The DEF tank will be designed with capacity for expansion in case of fluid freezing. Engine coolant, which will be thermostatically controlled, will be run through lines in the tank to help prevent the DEF from freezing and to provide a means of thawing the fluid if it should become frozen. The tank fill tube will be routed under the rear of the cab with the fill neck and splash guard accessible in the top rear step. ENGINE EXHAUST ACCESSORIES An exhaust temperature mitigation device will be shipped loose for installation by the body manufacturer on the vehicle. The temperature mitigation device will lower the temperature of the exhaust by combining ambient air with the exhaust gasses at the exhaust outlet. ENGINE EXHAUST WRAP The exhaust tubing between the engine turbo and the diesel particulate filter(DPF) will be wrapped with a thermal cover in order to retain the necessary heat for DPF regeneration. The exhaust wrap will also help protect surrounding components from radiant heat which can be transferred from the exhaust. The exhaust flex joint will not include the thermal exhaust wrap. EMISSIONS SYSTEMS WARRANTY The purchaser will receive a Regulated Emissions Systems Five (5) Years or 100,000 Miles limited warranty in accordance with, and subject to, warranty certificate RFW0140. The warranty certificate is incorporated by reference into this proposal and included with this proposal or available upon request. 19 TRANSMISSION The drive train will include an Allison model EVS 3000 torque converting, automatic transmission which will include electronic controls. The transmission will feature two (2) 10-bolt PTO pads located on the converter housing. The transmission will include two (2) internal oil filters which will offer Allison formulated Castrol TranSyndTM synthetic transmission fluid which will be utilized in the lubrication of the EVS transmission. An electronic oil level sensor will be included with the readout located in the shift selector. The transmission gear ratios will be: 1st 3.49:1 2nd 1.86:1 3rd 1.41:1 4th 1.00:1 5th 0.75:1 6th 0.65:1 (if applicable) Rev 5.03:1 TRANSMISSION MODE PROGRAMMING The transmission, upon start-up, will automatically select a four(4) speed operation. The fifth speed over drive will be available with the activation of the mode button on the shifting pad. TRANSMISSION FEATURE PROGRAMMING The Allison Gen V/VI-E transmission EVS group package number 127 will contain the 198 vocational package in consideration of the duty of this apparatus as a pumper. This package will incorporate an automatic neutral with selector override. This feature commands the transmission to neutral when the park- brake is applied,regardless of drive range requested on the shift selector. This requires re-selecting drive range to shift out of neutral for the override. This package will be coupled with the use of a split shaft PTO and incorporate pumping circuits. These circuits will be used allowing the vehicle to operate in the fourth range lockup while operating the pump mode due to the 1 to 1 ratio through the transmission, therefore the output speed of the engine is the input speed to the pump. The pump output can be easily calculated by using this input speed and the drive ratio of the pump itself to rate the gallons of water the pump can provide. A transmission interface connector will be provided in the cab. This package will contain the following input/output circuits to the transmission control module. The Gen V/VI-E transmission will include prognostic diagnostic capabilities. These capabilities will include the monitoring of the fluid life, filter change indication, and transmission clutch maintenance. 20 Function ID Description Wire assignment Inputs C PTO Request 142 J Fire Truck Pump Mode (4th Lockup) 122 / 123 Outputs C Range Indicator 145 (4th) G PTO Enable Output 130 Signal Return 103 ELECTRONIC TRANSMISSION OIL LEVEL INDICATOR The transmission fluid will be monitored electronically. TRANSMISSION SHIFT SELECTOR An Allison pressure sensitive range selector touch pad will be provided and located to the right of the driver within clear view and easy reach. The shift selector will have a graphical Vacuum Florescent Display (VFD) capable of displaying two lines of text. The shift selector will provide mode indication and a prognostic indicator(wrench symbol) on the digital display. The prognostics monitor various operating parameters and will alert you when a specific maintenance function is required. TRANSMISSION PRE-SELECT WITH AUXILIARY BRAKE When the auxiliary brake is engaged, the transmission will automatically shift to second gear to decrease the rate of speed assisting the secondary braking system and slowing the vehicle. TRANSMISSION COOLING SYSTEM The transmission will include a water to oil cooler system located in the cooling loop between the radiator and the engine. The transmission cooling system will meet all transmission manufacturer requirements. The transmission cooling system will feature continuous flow of engine bypass water to maintain uninterrupted transmission cooling. TRANSMISSION DRAIN PLUG The transmission will include an original equipment manufacturer installed magnetic transmission fluid drain plug. TRANSMISSION WARRANTY The Allison EVS series transmission will be warranted for a period of five (5) years with unlimited mileage. Parts and labor will be included in the warranty. 21 PTO LOCATION The transmission will have two (2)power take off(PTO) mounting locations, one (1) in the 8:00 o'clock position and one (1) in the 4:00 o'clock position. DRIVELINE All drivelines will be heavy duty metal tube and equipped with MSI 1710 series universal joints. The shafts will be dynamically balanced prior to installation to alleviate future vibration. In areas of the driveline where a slip shaft is required, the splined slip joint will be coated with Glide Coat®. The drivelines will include Meritor brand a joints with thrust washers. MIDSHIP PUMP/ GEARBOX A temporary jackshaft driveline will be installed by the chassis manufacturer to accommodate the mid-ship split shaft pump as specified by the apparatus manufacturer. MIDSHIP PUMP/ GEARBOX MODEL The midship pump/gearbox provisions will be for a Hale QMAX pump. MIDSHIP PUMP GEARBOX DROP The Hale pump gearbox will have an "X" (extra long) drop length. MIDSHIP PUMP RATIO The ratio for the midship pump will be 2.32:1 (23). MIDSHIP PUMP LOCATION C/L SUCTION TO C/L REAR AXLE The midship pump will be located so the dimension from the centerline of the suction to the centerline of the rear axle is 103.50 inches. PUMP SHIFT CONTROLS One (1) air pump shift control panel will be located on the left hand side of the engine tunnel, integrated with the shifter pod. The following will be provided on the panel: a three (3)position control lever; an engraved PUMP ENGAGED identification light; and an engraved OK TO PUMP identification light. The pump shift control panel will be black with a yellow border outline and will include pump instructions. An instruction plate describing the transmission shift selector position used for pumping will be provided and located so it can be read from the driver's position per NFPA 16.10.1.3. The road mode will be selected when the control lever is in the forward position and pump mode will be selected when the control lever is in the rearward position. 22 The control lever center position will exhaust air from both pump and road sides of the pump gear box shift cylinder. PUMP SHIFT CONTROL PLUMBING Air connections will be provided from the air supply tank to the pump shift control valve and from the pump shift control valve to the frame mounted bracket. The frame mounted bracket will include labeling identifying the pump and road connection points with threaded 0.25-inch NPT fittings on the solenoid for attaching the customer installed pump. The air supply will be pressure protected from the service brake system. FUEL FILTER/WATER SEPARATOR The fuel system will have a Fleetguard FS20121 fuel filter/water separator as a primary filter. The fuel filter will have a drain valve. A water in fuel sensor will be provided and wired to an instrument panel lamp and audible alarm to indicate when water is present in the fuel/water separator. A secondary fuel filter will be included as approved by the engine manufacturer. FUEL LINES The fuel system supply and return lines installed from the fuel tank to the engine will be reinforced nylon tubing rated for diesel fuel. The fuel lines will be brown in color and connected with brass fittings. ELECTRIC FUEL PRIMER Integral to the engine assembly is an electric lift pump that serves the purpose of pre-filter fuel priming. FUEL TANK The fuel tank will have a capacity of fifty(50) gallons and will measure 35.00 inches in width X 15.00 inches in height X 24.00 inches in length. The baffled tank will have a vent port to facilitate venting to the top of the fill neck for rapid filling without "blow-back" and a roll over ball check vent for temperature related fuel expansion and draw. The tank is designed with dual draw tubes and sender flanges. The tank will have 2.00 inch NPT fill ports for right or left hand fill. A 0.50 inch NPT drain plug will be centered in the bottom of the tank. The fuel tank will be mounted below the frame, behind the rear axle. Two (2) three-piece strap hanger assemblies with"U" straps bolted midway on the fuel tank front and rear will be utilized to allow the tank to be easily lowered and removed for service purposes. Rubber isolating pads will be provided between the tank and the upper tank mounting brackets. Strap mounting studs through the rail, hidden behind the body will not be acceptable. 23 FUEL TANK MATERIAL AND FINISH The fuel tank will be constructed of 12-gauge aluminized steel. The exterior of the tank will be powder coated black and then painted to match the frame components. All powder coatings,primers and paint will be compatible with all metals,pretreatments and primers used. The cross-hatch adhesion test per ASTM D3359 Method B, results to be 5B minimum. The pencil hardness test per ASTM D3363 will have a final post-curved pencil hardness of H-2H. The direct impact resistance test per ASTM D2794, results to be 5B minimum. Any proposals offering painted fuel tanks with variations from the above process will not be accepted. The film thickness of vendor supplied parts will also be sufficient to meet the performance standards as stated above. FUEL TANK STRAP MATERIAL The fuel tank straps will be constructed of ASTM A-36 steel. The fuel tank straps will be powder coated black and then painted to match the frame components if possible. FUEL TANK FILL PORT The fuel tank fill ports will be offset with the left fill port located in the rearward position and the right fill port located in the middle position on the fuel tank. FUEL TANK DRAIN PLUG A 0.5-inch NPT magnetic drain plug will be centered in the bottom of the fuel tank. FRONT AXLE The front axle will be a Meritor Easy Steer Non drive front axle, model number MFS-18. The axle will include a 3.74-inch drop and a 71.00 inch king pin intersection(KPI). The axle will include a conventional style hub with a standard knuckle. The weight capacity for the axle will be rated to 18,000 pounds. FRONT AXLE WARRANTY The front axle will be warranted by Meritor for five (5)years with unlimited miles under the general service application. Details of the Meritor warranty are provided on the PDF document attached to this option. FRONT WHEEL BEARING LUBRICATION The front axle wheel bearings will be lubricated with oil. The oil level can be visually checked via clear inspection windows in the front axle hubs. FRONT SHOCK ABSORBERS 24 Two (2) Bilstein inert, nitrogen gas filled shock absorbers will be provided and installed as part of the front suspension system. The shocks will be a monotubular design and fabricated using a special extrusion method, utilizing a single blank of steel without a welded seam, achieving an extremely tight peak-to-valley tolerance and maintaining consistent wall thickness. The monotubular design will provide superior strength while maximizing heat dissipation and shock life. The ride afforded with a gas shock is more consistent and will not deteriorate with heat, the same way a conventional oil filled hydraulic shock would. The Bilstein front shocks will include a digressive working piston assembly allowing independent tuning of the compression and rebound damping forces to provide optimum ride and comfort without compromise. The working piston design will feature fewer parts than most conventional twin tube and"road sensing" shock designs and will contribute to the durability and long life of the Bilstein shock absorbers. Proposals offering the use of conventional twin tube or"road sensing" designed shocks will not be considered. FRONT SUSPENSION The front suspension will include a four(4) leaf spring pack consisting of 54.00 inch long and 4.00-inch- wide taper leaf springs and will feature a military double wrapped front eye. Both spring eyes will have a case-hardened threaded bushing installed with lubrication counter bore and lubrication land off cross bore with grease fitting. The spring capacity will be rated at 18,000 pounds. STEERING COLUMN/WHEEL The cab will include a Douglas Autotech steering column which will include a seven (7)position tilt, a 2.25-inch telescopic adjustment, and an 18.00 inch, two (2) spoke steering wheel located at the driver's position. The steering wheel will be covered with black polyurethane foam padding. The steering column will contain a horn button, self-canceling turn signal switch, four-way hazard switch and headlamp dimmer switch. ELECTRONIC POWER STEERING FLUID LEVEL INDICATOR The power steering fluid will be monitored electronically and will send a signal to activate an audible alarm and visual warning in the instrument panel when fluid level falls below normal. POWER STEERING PUMP The hydraulic power steering pump will be a TRW PS and will be gear driven from the engine. The pump will be a balanced,positive displacement, sliding vane type. The power steering system will include an oil to air passive cooler. FRONT AXLE CRAMP ANGLE The chassis will have a front axle cramp angle of 50-degrees to the left and right. 25 POWER STEERING GEAR The power steering gear will be a TRW model TAS 85. CHASSIS ALIGNMENT The chassis frame rails will be measured to insure the length is correct and cross checked to make sure they run parallel and are square to each other. The front and rear axles will be laser aligned. The front tires and wheels will be aligned and toe-in set on the front tires by the chassis manufacturer. REAR AXLE The rear axle will be a Meritor model RS-25-160 single drive axle. The axle will include precision forged, single reduction differential gearing, and will have a fire service rated capacity of 27,000 pounds. The axle will be built of superior construction and quality components to provide the rugged dependability needed to stand up to the fire industry's demands. The axle will include rectangular shaped, hot-formed housing with a standard wall thickness of 0.63 of an inch for extra strength and rigidity and a rigid differential case for high axle strength and reduced maintenance. The axle will have heavy-duty Hypoid gearing for longer life, greater strength and quieter operation. Industry-standard wheel ends for compatibility with both disc and drum brakes, and unitized oil seal technology to keep lubricant in and help prevent contaminant damage will be used. REAR AXLE DIFFERENTIAL LUBRICATION The rear axle differential will be lubricated with oil. REAR AXLE WARRANTY The rear axle will be warranted by Meritor for five (5)years with unlimited miles under the general service application. Details of the Mentor warranty are provided on the PDF document attached to this option. REAR WHEEL BEARING LUBRICATION The rear axle wheel bearings will be lubricated with oil. VEHICLE TOP SPEED The top speed of the vehicle will be approximately 68 MPH +/-2 MPH at governed engine RPM. 26 REAR SUSPENSION The single rear axle will feature a Reyco 79KB vari-rate, self-leveling captive slipper type conventional multi-leaf spring suspension, with 57.50 inch X 3.00 inch springs. One (1) adjustable and one(1) fixed torque rod will be provided. The rear suspension capacity will be rated from 21,000 to 31,500 pounds. TIRE INTERMITTENT SERVICE RATING The chassis will be rated using Intermittent Service ratings provided to the emergency vehicle market by the tire manufacturers as the basis for determining the maximum vehicle load and speed. FRONT TIRE The front tires will be Michelin 385/65R-22.5 18PR "J" tubeless radial XZY3 mixed service tread. The front tire stamped load capacity will be 18,740 pounds per axle with a nominal speed rating of 65 miles per hour when properly inflated to 120 pounds per square inch. The Michelin Intermittent Service Rating maximum load capacity will be 20,052 pounds per axle with a maximum speed of 65 miles per hour when properly inflated to 120 pounds per square inch. The Michelin Intermittent Service Rating maximum speed capacity will be 18,740 pounds per axle with a speed rating of 75 miles per hour when properly inflated to 120 pounds per square inch. The Michelin Intermittent Service Rating limits the operation of the emergency vehicle to no more than fifty (50)miles of continuous operation under maximum recommended payload, or without stopping for at least twenty (20)minutes. The emergency vehicle must reduce its speed to no more than 50 MPH after the first fifty (50)miles of travel. REAR TIRE The rear tires will be Michelin 12R-22.5 16PR "H" tubeless radial XDN2 all-weather tread. The rear tire stamped load capacity will be 27,120 pounds per axle with a nominal speed rating of 75 miles per hour when properly inflated to 120 pounds per square inch. The Michelin Intermittent Service Rating maximum load capacity will be 29,020 pounds per axle with a maximum speed of 75 miles per hour when properly inflated to 120 pounds per square inch. The Michelin Intermittent Service Rating maximum speed capacity will match the nominal speed rating. The Michelin Intermittent Service Rating limits the operation of the emergency vehicle to no more than fifty (50)miles of continuous operation under maximum recommended payload, or without stopping for at least 27 twenty (20)minutes. The emergency vehicle must reduce its speed to no more than 50 MPH after the first fifty (50)miles of travel. REAR AXLE RATIO The rear axle ratio will be 5.13:1. TIRE PRESSURE INDICATOR There will be electronic chrome LED valve caps shipped loose for installation by the OEM which will illuminate with a red LED when tire pressure drops 8psi provided. The valve caps are self-calibrating and set to the pressure of the tire upon installation. FRONT WHEEL The front wheels will be Alcoa hub piloted, 22.50 inch X 12.25 inch aluminum wheels featuring a mirror polish on the outer face. The hub piloted mounting system will provide easy installation and will include two-piece flange nuts. REAR WHEEL The outer rear wheels will be Alcoa hub piloted, 22.50 inch X 9.00 inch aluminum wheels with a mirror polished outer surface. The inner rear wheels will be Alcoa hub piloted, 22.50 inch X 9.00 inch aluminum wheels with bright machine finish. The hub piloted mounting system will provide easy installation and will include two-piece flange nuts. BRAKE SYSTEM A rapid build-up air brake system will be provided. The air brakes will include, at a minimum, a two (2) air tank, three(3)reservoir system with a total of 4152 cubic inch of air capacity. A floor mounted treadle valve will be mounted inside the cab for graduated control of applying and releasing the brakes. An inversion valve will be installed to provide a controlled service brake application during an unlikely event including primary air supply loss. All air reservoirs provided on the chassis will be labeled for identification. The rear axle spring brakes will automatically apply in any situation when the air pressure falls below 25 PSI and will include a mechanical means for releasing the spring brakes when necessary. An audible alarm will designate when the system air pressure is below 60 PSI. A four(4) sensor, four(4)modulator Anti-lock Braking System(ABS)will be installed on the front and rear axles in order to prevent the brakes from locking or skidding while braking during hard stops or on icy or wet surfaces. This in turn will allow the driver to maintain steering control under heavy braking and in most instances, shorten the braking distance. The electronic monitoring system will incorporate diagonal circuitry which will monitor wheel speed during braking through a sensor and tone ring on each wheel. A dash mounted ABS lamp will be provided to notify the driver of a system malfunction. The ABS system will automatically disengage the auxiliary braking system device when required. The speedometer screen will be capable of reporting all active defaults using PID/SID and FMI standards. 28 FRONT BRAKES The front brakes will be Meritor EX225 Disc Plus disc brakes with 17.00 inch vented rotors. REAR BRAKES The rear brakes will be Meritor 16.50 inch X 8.63 inch S-cam drum type. The brakes will feature a cast iron shoe. PARK BRAKE Upon application of the push-pull valve in the cab, the rear brakes will engage via mechanical spring force. This is accomplished by dual chamber rear brakes, satisfying the FMVSS parking brake requirements. PARK BRAKE CONTROL A Meritor-Wabco manual hand control push-pull style valve will operate the parking brake. The parking brake actuation valve will be mounted to the left side of the engine tunnel integrated into the transmission shift pod console within easy access of the driver. REAR BRAKE SLACK ADJUSTERS The rear brakes will include Meritor automatic slack adjusters installed on the axle which features a simple, durable design offering reduced weight. The automatic slack adjusters will feature a manual adjusting nut which cannot inadvertently be backed off and threaded grease fittings for easy serviceability. REAR BRAKE DUST SHIELDS The rear brakes will be equipped with brake dust shields. AIR DRYER The brake system will include a Wabco System Saver 1200 air dryer with an integral 100 watt heater with a Metri-Pack sealed connector. The air dryer incorporates an internal turbo cutoff valve that closes the path between the air compressor and air dryer purge valve during the compressor "unload" cycle. The turbo cutoff valve allows purging of moisture and contaminants without the loss of turbo boost pressure. The air dryer will be located on the right-hand frame rail forward of the front wheel behind the right hand cab step. FRONT BRAKE CHAMBERS The front brakes will be provided with MGM type 24 long stroke brake chambers. 29 REAR BRAKE CHAMBERS The rear axle will include TSE 30/36 brake chambers which will convert the energy of compressed air into mechanical force and motion. This will actuate the brake camshaft, which in turn will operate the foundational brake mechanism forcing the brake shoes against the brake drum. The TSE Type 36 brake chamber has a 36.00 square inch effective area. AIR COMPRESSOR The air compressor provided for the engine will be a Wabco® SS318 single cylinder pass-through drive type compressor which will be capable of producing 18.7 CFM at 1200 engine RPMs. The air compressor will feature a higher delivery efficiency translating to more air delivery per horsepower absorbed. The compressor will include an aluminum cylinder head which will improve cooling, reduce weight and decrease carbon formation. Superior piston and bore finishing technology will reduce oil consumption and significantly increasing the system component life. AIR GOVERNOR An air governor will be provided to control the cut-in and cut-out pressures of the engine mounted air compressor. The governor will be calibrated to meet FMVSS requirements. The air governor will be located on the air dryer bracket. MOISTURE EJECTORS Manual pet-cock type drain valves will be installed on all reservoirs of the air supply system. AIR SUPPLY LINES The air system on the chassis will be plumbed with color coded reinforced nylon tubing air lines. The primary (rear) brake line will be green, the secondary (front) brake line red, the parking brake line orange and the auxiliary (outlet) will be blue. Push to connect type fittings will be used on the nylon tubing. All drop hoses will include fiber reinforced neoprene covered hoses. WHEELBASE The chassis wheelbase will be 181.00 inches. REAR OVERHANG The chassis rear overhang will be 56.00 inches. 30 FRAME The frame will consist of double rails running parallel to each other with cross members forming a ladder style frame. The frame rails will be formed in the shape of a"C" channel, with the outer rail measuring 10.25 inches high X 3.50 inches deep upper and lower flanges X 0.38 inches thick with an inner channel of 9.44 inches high X 3.13 inches deep and 0.38 inches thick. Each rail will be constructed of 110,000 psi minimum yield high strength low alloy steel. Each double rail section will be rated by a Resistance Bending Moment (RBM)minimum of 3,213,100 inch pounds and have a minimum section modulus of 29.21 cubic inches. The frame will measure 35.00 inches in width. Proposals calculating the frame strength using the "box method"will not be considered. Proposals including heat treated rails will not be considered. Heat treating frame rails produces rails that are not uniform in their mechanical properties throughout the length of the rail. Rails made of high strength, low alloy steel are already at the required yield strength prior to forming the rail. A minimum of seven (7) fully gusseted 0.25 inch thick cross members will be installed. The inclusion of the body mounting, or bumper mounting will not be considered as a cross member. The cross members will be attached using zinc coated grade 8 fasteners. The bolt heads will be flanged type,held in place by distorted thread flanged lock nuts. Each cross member will be mounted to the frame rails utilizing a minimum of 0.25 inch thick gusset reinforcement plates at all corners balancing the area of force throughout the entire frame. Any proposals not including additional reinforcement for each cross member will not be considered. All relief areas will be cut in with a minimum 2.00 inch radius at intersection points with the edges ground to a smooth finish to prevent a stress concentration point. FRAME PAINT The frame will be powder coated black prior to any attachment of components. All powder coatings, primers and paint will be compatible with all metals, pretreatments and primers used. The cross-hatch adhesion test per ASTM D3359 will not have a fail of more than ten (10) squares. The pencil hardness test per ASTM D3363 will have a final post-curved pencil hardness of H-2H. The direct impact resistance test per ASTM D2794 will have an impact resistance of 120.00 inches per pound at 2 mils. Any proposals offering painted frame with variations from the above process will not be accepted. The film thickness of vendor supplied parts will also be sufficient to meet the performance standards as stated above. FRAME ASSEMBLY STRUCTURAL Purchaser will receive a Frame Assembly Structural Five (5) Years limited warranty in accordance with, and subject to, warranty certificate RFW0301. The warranty certificate is incorporated by reference into this proposal and included with this proposal or available upon request. 31 FRAME RAIL CORROSION The purchaser will receive a Frame Rail Corrosion (Powder Coat) Three (3) Years or 48,000 Miles limited warranty in accordance with, and subject to, warranty certificate RFW0311. The warranty certificate is incorporated by reference into this proposal and included with this proposal or available upon request. FRAME COMPONENTS CORROSION The purchaser will receive a Frame Components Corrosion (Powder Coat) One (1) Year or 18,000 Miles limited warranty in accordance with, and subject to, warranty certificate RFW0313. The warranty certificate is incorporated by reference into this proposal, and included with this proposal or available upon request. FRONT BUMPER A one piece, two (2) rib wrap-around style,polished stainless steel front bumper will be provided. The material will be 10 gauge 304 stainless steel, 12.00 inches high and 99.00 inches wide. FRONT BUMPER EXTENSION LENGTH The front bumper will be extended approximately 24.00 inches ahead of the cab. FRONT BUMPER APRON The 24.00 inch extended front bumper will include an apron constructed of 0.19 inch thick embossed aluminum tread plate. The apron will be installed between the bumper and the front face of the cab affixed using stainless steel bolts attaching the apron to the top bumper flange. FRONT BUMPER DISCHARGE The chassis will include frame mounted 2.00-inch diameter plumbed pipe intended for use as a discharge trash line. The discharge pipe will be routed from the left hand front splay rail area behind the bumper to the area rear of the front axle, ahead of the battery box. The discharge will pipe will be a, 2.00-inch stainless steel schedule 10 tube. The discharge will include a Victaulic groove for connecting to the pump and discharge hose plumbing on each end of the tube. The apparatus manufacturer will plumb the discharge pipe to the pump and will provide all valves as required. 32 FRONT BUMPER COMPARTMENT CENTER The front bumper will include a compartment in the bumper apron located in the center between the frame rails which may be used as a hose well. The compartment will be constructed of 0.13 inch 5052-1132 grade aluminum and will include drain holes in the bottom corners to allow excess moisture to escape. The compartment will include a cover constructed of 0.19-inch-thick bright embossed aluminum tread plate. FRONT BUMPER COMPARTMENT COVER HARDWARE The front bumper compartment cover(s) will include gas cylinder stays which will hold the cover open. Each cover will be held in the closed position via a D-ring style latch. AIR HORN The front bumper will include two (2) Hadley brand E-Tone air horns which will measure 21.00 inches long with a 6.00 inch round flare. The air horns will be trumpet style with a chrome finish on the exterior and a painted finish deep inside the trumpet. AIR HORN LOCATION The air horns will be recess mounted in the front bumper face, one (1) on the right side of the bumper in the inboard position relative to the right-hand frame rail and one (1) on the left side of the bumper in the inboard position relative to the left hand frame rail. AIR HORN RESERVOIR One (1) air reservoir, with a 1200 cubic inch capacity, will be installed on the chassis to act as a supply tank for operating air horns. The reservoir will be isolated with a 90 PSI pressure protection valve on the reservoir supply side to prevent depletion of the air to the air brake system. ELECTRONIC SIREN SPEAKER There will be one (1)Federal Signal Inc. Dynamax®model ES100C, 100 watt speaker provided. The speaker will measure 5.90 inches tall X 5.50 inches wide X 2.30 inches deep. The speaker will include a Federal Signal"Electric F" style grille which will measure 6.61 inches tall X 6.78 inches wide. ELECTRONIC SIREN SPEAKER LOCATION The electronic siren speaker will be located on the front bumper face on the right side outboard of the frame rail in the far outboard position. FRONT BUMPER TOW HOOKS Two (2) heavy duty tow hooks,painted to match the frame components, will be installed below the front bumper in the forward position,bolted directly to the underside of each chassis frame rail with grade 8 bolts. 33 CAB TILT SYSTEM The entire cab will be capable of tilting approximately 45-degrees to allow for easy maintenance of the engine and transmission. The cab tilt pump assembly will be located on the right side of the chassis above the battery box. The electric-over-hydraulic lift system will include an ignition interlock and red cab lock down indicator lamp on the tilt control which will illuminate when holding the "Down"button to indicate safe road operation. It will be necessary to activate the master battery switch and set the parking brake in order to tilt the cab. As a third precaution the ignition switch must be turned off to complete the cab tilt interlock safety circuit. Two (2) spring-loaded hydraulic hold down hooks located outboard of the frame will be installed to hold the cab securely to the frame. Once the hold-down hooks are set in place, it will take the application of pressure from the hydraulic cab tilt lift pump to release the hooks. Two (2) cab tilt cylinders will be provided with velocity fuses in each cylinder port. The cab tilt pivots will be 1.90-inch ball and be anchored to frame brackets with 1.25 inch diameter studs. A steel safety channel assembly, painted safety yellow will be installed on the right side cab lift cylinder to prevent accidental cab lowering. The safety channel assembly will fall over the lift cylinder when the cab is in the fully tilted position. A cable release system will also be provided to retract the safety channel assembly from the lift cylinder to allow the lowering of the cab. CAB TILT CONTROL RECEPTACLE The cab tilt control cable will include a receptacle which will be temporarily located on the right hand chassis rail rear of the cab to provide a place to plug in the cab tilt remote control pendant. The tilt pump will include 8.00 feet of cable with a six (6)pin Deutsch receptacle with a cap. The remote-control pendant will include 20.00 feet of cable with a mating Deutsch connector. The remote- control pendant will be shipped loose with the chassis. CAB TILT LOCK DOWN INDICATOR The cab dash will include a message located within the dual air pressure gauge which will alert the driver when the cab is unlocked and ajar. The alert message will cease to be displayed when the cab is in the fully lowered position and the hold down hooks are secured and locked to the cab mounts. In addition to the alert message an audible alarm will sound when the cab is unlocked and ajar with the parking brake released. 34 CAB WINDSHIELD The cab windshield will have a surface area of 2825.00 square inches and be of a two (2)piece wraparound design for maximum visibility. The glass utilized for the windshield will include standard automotive tint. The left and right windshield will be fully interchangeable thereby minimizing stocking and replacement costs. Each windshield will be installed using black self-locking window rubber. GLASS FRONT DOOR The front cab doors will include a window which is 27.00 inches in width X 26.00 inches in height. These windows will have the capability to roll down completely into the door housing. This will be accomplished manually utilizing a crank style handle on the inside of the door. A reinforced window regulator assembly will be provided for severe duty use. There will be an irregular shaped fixed window which will measure 2.50 inches wide at the top, 8.00 inches wide at the bottom X 26.00 inches in height, more commonly known as "cozy glass" ahead of the front door roll down windows. The windows will be mounted within the frame of the front doors trimmed with a black anodized ring on the exterior. GLASS TINT FRONT DOOR The windows located in the left and right front doors will have a standard green automotive tint which will allow seventy-five percent (75%) light transmittance. GLASS REAR DOOR RH The rear right hand side door will include a window which is 27.00 inches in width X 26.00 inches in height. This window will roll up and down manually utilizing a crank style handle on the inside of the door. A reinforced window regulator assembly will be provided for severe duty use. GLASS TINT REAR DOOR RIGHT HAND The window located in the right-hand side rear door will include a standard green automotive tint which will allow seventy-five percent(75%) light transmittance. GLASS REAR DOOR LH The rear left hand side door will include a window which is 27.00 inches in width X 26.00 inches in height. This window will roll up and down manually utilizing a crank style handle on the inside of the door. A reinforced window regulator assembly will be provided for severe duty use. 35 GLASS TINT REAR DOOR LEFT HAND The window located in the left-hand side rear door will include a standard green automotive tint which will allow seventy-five percent (75%) light transmittance. GLASS SIDE MID RH The cab will include a window on the right side behind the front and ahead of the crew door which will measure 16.00 inches wide X 26.00 inches high. This window will be fixed within this space and will be rectangular in shape. The window will be mounted using self locking window rubber. The glass utilized for this window will include a green automotive tint unless otherwise noted. GLASS TINT SIDE MID RIGHT HAND The window located on the right-hand side of the cab between the front and rear doors will include a standard green automotive tint which will allow seventy-five percent (75%) light transmittance. GLASS SIDE MID LH The cab will include a window on the left side behind the front door and ahead of the crew door and above the wheel well which will measure 16.00 inches wide X 26.00 inches high. This window will be fixed within this space and will be rectangular in shape. The window will be mounted using self locking window rubber. The glass utilized for this window will include a green automotive tint unless otherwise noted. GLASS TINT SIDE MID LEFT HAND The window located on the left-hand side of the cab between the front and rear doors will include a standard green automotive tint which will allow seventy-five percent (75%) light transmittance. CLIMATE CONTROL The cab will include a 57,500 BTU @ 425 CFM front overhead heater/defroster which will be provided and installed above the windshield between the sun visors. The cab will also include a combination heater air-conditioning unit mounted on the engine tunnel. This unit will offer eight(8) adjustable louvers, four(4) forward facing and four (4) rearward facing, a temperature control valve and two (2) blowers offering three (3) speeds which will be capable of circulating 550 cubic feet of air per minute. The unit will be rated for 42,500 BTU/Hr of cooling and 36,000 BTU/Hr of heating. All defrost/heating systems will be plumbed with one (1) seasonal shut-off valve at the front corner on the right side of the cab. The air conditioner lines will be a mixture of custom bend zinc coated steel fittings and Aeroquip flexible hose with Aeroquip EZ clip fittings. 36 CLIMATE CONTROL DRAIN The climate control system will include a gravity drain for water management. The gravity drain will remove condensation from the air conditioning system without additional mechanical assistance. CLIMATE CONTROL ACTIVATION The heating and defrosting controls will be located on the front overhead climate control unit. There will be additional heating and air conditioning controls located on the engine tunnel mounted climate control unit. A/C CONDENSER LOCATION A roof mounted A/C condenser will be installed centered on the cab forward of the raised roof against the slope rise. A/C COMPRESSOR The air-conditioning compressor will be a belt driven, engine mounted, open type compressor that will be capable of producing a minimum of 32,000 BTU at 1500 engine RPMs. The compressor will utilize R-134A refrigerant and PAG oil. UNDER CAB INSULATION The underside of the cab tunnel surrounding the engine will be lined with multi-layer insulation, engineered for application inside diesel engine compartments. The insulation will act as a noise barrier, absorbing noise thus keeping the decibel level in the cab well within NFPA recommendations. As an additional benefit, the insulation will assist in sustaining the desired temperature within the cab interior. The engine tunnel insulation will measure approximately 0.30 inch thick including a multi-layer foil faced glass cloth and polyester fiber layer. The foil surface acts as protection against heat, moisture and other contaminants. The insulation will meet or exceed FMVSS 302 flammability test. The insulation will be cut precisely to fit each section and sealed for additional heat and sound deflection. The insulation will be held in place by acrylic pressure sensitive adhesive. INTERIOR TRIM FLOOR The floor of the cab will be covered with a multi-layer mat consisting of 0.25 inch thick sound absorbing closed cell foam with a 0.06 inch thick non-slip vinyl surface with a pebble grain finish. The covering will be held in place by a pressure sensitive adhesive and aluminum trim molding. All exposed seams will be sealed with silicone caulk matching the color of the floor mat to reduce the chance of moisture and debris retention. 37 INTERIOR TRIM The cab interior will include trim on the front ceiling,rear crew ceiling, and the cab walls. It will be easily removable to assist in maintenance. The trim will be constructed of insulated vinyl over a hard board backing. REAR WALL INTERIOR TRIM The rear wall of the cab will be trimmed with vinyl. HEADER TRIM The cab interior will feature header trim over the driver and officer dash constructed of 5052-H32 Marine Grade, 0.13-inch-thick aluminum. TRIM CENTER DASH The main center dash area will be constructed of 5052-H32 Marine Grade, 0.13 inch thick aluminum plate. There will be four (4)holes located on the top of the dash near each outer edge of the electrical access cover for ventilation. TRIM LH DASH The left-hand dash will be constructed of 5052-H32 Marine Grade, 0.13 inch thick aluminum plate for a perfect fit around the instrument panel. For increased occupant protection the extreme duty left hand dash utilizes patent pending break away technology to reduce rigidity in the event of a frontal crash. The left- hand dash will offer lower vertical surface area to the left and right of the steering column to accommodate control panels. TRIM RH DASH The right-hand dash will be constructed of 5052-H32 Marine Grade, 0.13 of an inch thick aluminum plate and will include a glove compartment with a hinged door and a Mobile Data Terminal (MDT)provision. The glove compartment size will measure 14.00 inches wide X 6.38 inches high X 5.88 inches deep. The MDT provision will be provided above the glove compartment. ENGINE TUNNEL TRIM The cab engine tunnel will be covered with a multi-layer mat consisting of 0.25 inch closed cell foam with a 0.06 inch thick non-slip vinyl surface with a pebble grain finish. The mat will be held in place by pressure sensitive adhesive. The engine tunnel mat will be trimmed with anodized aluminum stair nosing trim for an aesthetically pleasing appearance. 38 STEP TRIM Each cab entry door will include a three step entry. The first step closest to the ground will be constructed of polished 5032 H32 aluminum Grip Strut® grating with angled outer corners. The step will feature a splash guard to reduce water and debris from splashing in to the step. The splash guard will have an opening on the outer edge to allow debris and water to flow through rather than becoming trapped within the stepping surface. The lower step will be mounted to a frame which is integral with the construction of the cab for rigidity and strength. The middle step will be integral with the cab construction and will be trimmed with a Flex-Tred® adhesive grit surface material. UNDER CAB ACCESS DOOR The cab will include an access door in the left crew step riser constructed of DA finish aluminum with a push and turn latch. The under-cab access door will provide access to the diesel exhaust fluid fill. INTERIOR DOOR TRIM The interior trim on the doors of the cab will consist of an aluminum panel constructed of Marine Grade 5052-H32 0.13 of an inch thick aluminum plate. The door panels will include a painted finish. CAB DOOR TRIM REFLECTIVE The interior of each door will include high visibility reflective tape. A white reflective tape will be provided vertically along the rear outer edge of the door. The lowest portion of each door skin will include a reflective tape chevron with red and white stripes and a Spartan logo. The chevron tape will measure 6.00 inches in height. INTERIOR GRAB HANDLE "A" PILLAR There will be two (2)rubber covered 11.00 inch grab handles installed inside the cab, one on each"A"post at the left and right door openings. The left handle will be located 7.88 inches above the bottom of the door window opening and the right handle will be located 2.88 inches above the bottom of the door window opening. The handles will assist personnel in entering and exiting the cab. INTERIOR GRAB HANDLE FRONT DOOR Each front door will include one (1) ergonomically contoured 9.00-inch cast aluminum handle mounted horizontally on the interior door panels. The handles will feature a textured black powder coat finish to assist personnel entering and exiting the cab. INTERIOR GRAB HANDLE REAR DOOR A black powder coated cast aluminum assist handle will be provided on the inside of each rear crew door. A 30.00-inch-long handle will extend horizontally the width of the window just above the window sill. The handle will assist personnel in exiting and entering the cab. 39 INTERIOR SOFT TRIM COLOR The cab interior soft trim surfaces will be gray in color. INTERIOR TRIM SUNVISOR The header will include two (2) sun visors, one each side forward of the driver and officer seating positions above the windshield. Each sun visor will be constructed of Masonite and covered with padded vinyl trim. INTERIOR FLOOR MAT COLOR The cab interior floor mat will be gray in color. CAB PAINT INTERIOR DOOR TRIM The inner door panel surfaces will be painted with multi-tone silver gray texture finish. HEADER TRIM INTERIOR PAINT The metal surfaces in the header area will be coated with multi-tone silver gray texture finish. TRIM CENTER DASH INTERIOR PAINT The entire center dash will be coated with multi-tone silver gray texture finish. Any accessory pods attached to the dash will also be painted this color. TRIM LH DASH INTERIOR PAINT The left-hand dash will be painted with a multi-tone silver gray texture finish. TRIM RIGHT HAND DASH INTERIOR PAINT The right hand dash will be painted with multi-tone silver gray texture finish. DASH PANEL GROUP The main center dash area will include three (3)removable panels located one (1) to the right of the driver position, one (1) in the center of the dash and one (1) to the left of the officer position. The center panel will be within comfortable reach of both the driver and officer. 40 SWITCHES CENTER PANEL The center dash panel will include twelve (12)rocker switch positons in a single row across the top of the panel. A rocker switch with a blank legend installed directly above will be provided for any position without a switch and legend designated by a specific option. The non-specified switches will be two-position, black switches with a green indicator light. Each blank switch legend can be custom engraved by the body manufacturer. All switch legends will have backlighting provided. SWITCHES LEFT PANEL The left dash panel will include eight (8) switches. There will be six (6) switches across the top of the panel and two (2) staggered on the left hand portion of the panel. Five (5) of the top row of switches will be rocker type and the left one (1)will be the headlight switch. The remaining switches will consist of one (1) windshield wiper/washer control switch and one (1) instrument lamp dimmer switch. A rocker switch with a blank legend installed directly above will be provided for any position not designated by a specific option. The non-designated switches will be two-position, black switches with a green indicator light. Each blank switch legend can be custom engraved by the body manufacturer. All switch legends will have backlighting provided. SWITCHES RIGHT PANEL The right dash panel will include no rocker switches or legends. SEAT BELT WARNING A Weldon seat belt warning system, integrated with the Vehicle Data Recorder system, will be installed for each seat within the cab. The system will activate a digital seat position indicator with a seat position legend and integrated audible alarm in the switch panel. The warning system will activate when any seat is occupied with a minimum of 60 pounds and the corresponding seat belt remains unfastened. The warning system will also activate when any seat is occupied, and the corresponding seat belt was fastened in an incorrect sequence. Once activated, the visual indicators and applicable audible alarm will remain active until all occupied seats have seat belts fastened. SEAT MATERIAL The USSC Valor seats will include military grade high strength, wear resistant fabric made of durable ballistic polyester. A synthetic coating will be bonded to the back side of the material to help protect the seats from UV rays and from being saturated or contaminated by fluids. The fabric will include the integration VALORTech XD®, a proprietary antimicrobial agent, designed to resist toxicity and contaminants. If applicable, Theatre style seats located in the cab will be high strength, wear resistant fabric made of durable ballistic polyester. A PVC coating will be bonded to the back side of the material to help protect the 41 seats from UV rays and from being saturated or contaminated by fluids. Common trade names for this material are Imperial 1200 and Durawear. SEAT COLOR All seats supplied with the chassis will be gray in color. All seats will include red seat belts. SEAT BACK LOGO The seat back will include the "Spartan" logo. The logo will be centered on the standard headrest of the seat back and on the left side of a split headrest. SEAT DRIVER The driver's seat will be a USSC Valor PIA air suspension. The four-way seat will feature a 3.00 inches vertical travel air suspension and manual fore and aft adjustment with 6.00 inches of travel. The suspension control will be located on the seat below the front of the cushion. The seat will also feature integral springs to isolate shock. The seat will feature an all belts to seat(ABTS) style of safety restraint. The ABTS feature will include a three-point shoulder harness with the lap belt and automatic retractor as an integral part of the seat assembly. The buckle portion of the seat belt will extend from the seat base towards the driver position within easy reach of the occupant. This model of seat will have successfully completed the static load tests set forth by FMVSS 207/210. This testing will include a simultaneous forward load of 3000 pounds each on the lap and shoulder belts and twenty (20) times the weight through the center of gravity. The materials used in construction of the seat will also have successfully completed testing with regard to the flammability of materials used in the occupant compartments of motor vehicles as outlined in FMVSS 302, of which dictates the allowable burning rate of materials in the occupant compartments of motor vehicles. SEAT BACK DRIVER The driver's seat will include a standard seat back incorporating the all belts to seat feature (ABTS). The seat back will feature a contoured head rest. SEAT MOUNTING DRIVER The driver's seat will be installed in an ergonomic position in relation to the cab dash. 42 SEAT OFFICER The officer's seat will be a USSC Valor slide adjustment seat. The seat will feature a tapered and padded seat, and cushion. The two-way, manually adjustable tracks will include 9.40 inches of fore and aft travel. The seat will feature an all belts to seat(ABTS) style of safety restraint. The ABTS feature will include a three-point shoulder harness with the lap belt and automatic retractor as an integral part of the seat assembly. The buckle portion of the seat belt will extend from the seat base towards the driver position within easy reach of the occupant. The minimum vertical dimension from the seat H-point to the ceiling for this belted seating position will be 35.00 inches. This model of seat will have successfully completed the static load tests by FMVSS 207/210. This testing will include a simultaneous forward load of 3000 pounds each on the lap and shoulder belts and twenty (20) times the weight through the center of gravity. This model of seat installed in the cab model, as specified, will have successfully completed the dynamic sled testing using FMVSS 208 as a guide with the following accommodations. In order to reflect the larger size outfitted firefighters, the test dummy used will be a 95th percentile hybrid III male weighing 225 pounds rather than the 50th percentile male dummy weighing 165 pounds as referenced in FMVSS 208. The model of seats will also have successfully completed the flammability of materials used in the occupant compartments of motor vehicles as outlined in FMVSS 302, of which decides the burning rate of materials in the occupant compartments of motor vehicles. SEAT BACK OFFICER The officer seat back will include a Ziamatic brand model QM-EZL-F mechanical self-contained breathing apparatus (SCBA)bracket. The Mechanical walk away bracket will meet NFPA 1901-09 9G dynamic requirements for cylinder restraint systems for use in crew compartments of fire truck cabs. The bracket will secure a self-contained breathing apparatus with most sizes of cylinders. The bracket will feature a top clamp and a footplate which securely lock the SCBA. The top clamp will be PVC coated to prevent damage to the cylinder. The steel back plate and cast aluminum footplate will be powder coated. The bracket will also include a pull release cable with a handle which activates the lever on the bracket saving the occupant from reaching behind the SCBA in order to release the bracket. The handle will be located on the front of the seat in the center. SEAT MOUNTING OFFICER The officer's seat will be installed in an ergonomic position in relation to the cab dash. SEAT BELT ORIENTATION CREW The crew position seat belts will follow the standard orientation which extends from the outboard shoulder extending to the inboard hip. The seat belts will include Ready Reach belt extenders to present belt over shoulder. 43 SEAT REAR FACING OUTER LOCATION The crew area will include two (2)rear facing crew seats, which include one (1) located directly behind the left side front seat and one(1) located directly behind the right-side front seat. SEAT CREW REAR FACING OUTER The crew area will include a seat in the rear facing outboard position which will be a USSC Valor ABTS Crew series. The seat will feature an 18.00 inches wide padded seat cushion. The seat and cushion will be hinged and compact in design for additional room and will remain in the stored position until occupied. The seat will feature an all belts to seat(ABTS) style of safety restraint. The ABTS feature will include a three-point shoulder harness with the lap belt and automatic retractor as an integral part of the seat assembly. The buckle portion of the seat belt will extend from the seat base towards the driver position within easy reach of the occupant. The minimum vertical dimension from the seat H-point to the ceiling for each belted seating position will be 35.00 inches. This model of seat will have successfully completed the static load tests by FMVSS 207/210. This testing will include a simultaneous forward load of 3000 pounds each on the lap and shoulder belts and twenty(20) times the weight through the center of gravity. The model of seats will also have successfully completed the flammability of materials used in the occupant compartments of motor vehicles as outlined in FMVSS 302, of which decides the burning rate of materials in the occupant compartments of motor vehicles. SEAT BACK REAR FACING OUTER The rear facing outer seat back(s) will include a Ziamatic brand model QM-EZL-F mechanical self- contained breathing apparatus (SCBA)bracket. The Mechanical walk away bracket will meet NFPA 1901- 09 90 dynamic requirements for cylinder restraint systems for use in crew compartments of fire truck cabs. The bracket will secure a self-contained breathing apparatus with most sizes of cylinders. The bracket will feature a top clamp and a footplate which securely lock the SCBA. The top clamp will be PVC coated to prevent damage to the cylinder. The steel back plate and cast aluminum footplate will be SEAT MOUNTING REAR FACING OUTER The rear facing outer seats will offer special mounting positions which will be 2.00 inches towards the rear wall offering additional space between the front seats and the outer rear facing seats. SEAT FORWARD FACING CENTER LOCATION The crew area will include two (2) forward facing center crew seats with both located at the center of the rear wall. 44 SEAT CREW FORWARD FACING CENTER The crew area will include a seat in the forward-facing center position which will be a USSC Valor ABTS Crew series. The seat will feature an 18.00 inches wide padded seat cushion. The seat and cushion will be hinged and compact in design for additional room and will remain in the stored position until occupied. The seat will feature an all belts to seat(ABTS) style of safety restraint. The ABTS feature will include a three-point shoulder harness with the lap belt and automatic retractor as an integral part of the seat assembly. The buckle portion of the seat belt will extend from the seat base towards the driver position within easy reach of the occupant. The minimum vertical dimension from the seat H-point to the ceiling for each belted seating position will be 35.00 inches. This model of seat will have successfully completed the static load tests by FMVSS 207/210. This testing will include a simultaneous forward load of 3000 pounds each on the lap and shoulder belts and twenty (20) times the weight through the center of gravity. The model of seats will also have successfully completed the flammability of materials used in the occupant compartments of motor vehicles as outlined in FMVSS 302, of which decides the burning rate of materials in the occupant compartments of motor vehicles. SEAT BACK FORWARD FACING CENTER The forward-facing center seat backs will include a Ziamatic brand model QM-EZL-F mechanical self- contained breathing apparatus (SCBA)bracket. The Mechanical walk away bracket will meet NFPA 1901- 09 9G dynamic requirements for cylinder restraint systems for use in crew compartments of fire truck cabs. The bracket will secure a self-contained breathing apparatus with most sizes of cylinders. The bracket will feature a top clamp and a footplate which securely lock the SCBA. The top clamp will be PVC coated to prevent damage to the cylinder. SEAT FRAME FORWARD FACING The forward-facing center seating positions will include an enclosed seat frame located and installed on the rear wall. The seat frame will measure 42.38 inches wide X 12.38 inches high X 22.00 inches deep. The seat frame will be constructed of Marine Grade 5052-H32 0.19-inch-thick aluminum plate. The seat box will be painted the same color as the remaining interior. SEAT FRAME FORWARD FACING STORAGE ACCESS There will be two (2) access points on the side of the storage area, one (1) on the driver side and one (1) on the officer side. SEAT MOUNTING FORWARD FACING CENTER The forward-facing center seats will be installed facing the front of the cab. 45 WINDSHIELD WIPER SYSTEM The cab will include a triple arm linkage wiper system which will clear the windshield of water, ice and debris. There will be two (2) windshield wipers; each will be affixed to a radial arm. The wiper motor will be activated by an intermittent wiper control located within easy reach of the driver's position. ELECTRONIC WINDSHIELD FLUID LEVEL INDICATOR The windshield washer fluid level will be monitored electronically. When the washer fluid level becomes low the yellow"Check Message Center" indicator light on the instrument panel will illuminate and the message center in the dual air pressure gauge will display a"Check Washer Fluid Level"message. CAB DOOR HARDWARE The cab entry doors will be equipped with exterior pull handles, suitable for use while wearing firefighter gloves. The handles will be made of a fiber reinforced plastic composite with a black matt finish. The interior exit door handles will be flush paddle type with a black finish, which are incorporated into the upper door panel. All cab entry doors will include locks which are keyed alike. The door locks will be designed to prevent accidental lockout. 46 South Florida Emergency Vehicles DOOR LOCKS Each cab entry door will include a manually operated door lock. Each door lock may be actuated from the inside of the cab by means of a red knob located on the paddle handle of the respective door or by using a TriMark key from the exterior. The door locks are designed to prevent accidental lock out. GRAB HANDLES The cab will include one (1) 18.00-inch knurled, anti-slip, one-piece exterior assist handle behind each cab door. The grab handle will be made of SAE 304 stainless steel and be 1.25-inch diameter to enable non-slip assistance with a gloved hand. REARVIEW MIRRORS Retrac West Coast style single vision mirror heads model 1171H will be provided and installed on each of the front cab doors. The mirrors will be mounted to the cab doors with tubular stainless-steel swing away arms and the mirror heads will be center mounted on the arms to provide rigid mounting to reduce vibration. The flat mirrors will measure 7.00 inches wide x 16.00 inches high. A separate lower 8.00 inch round manually adjustable convex mirror model 980-4 will be provided below the flat mirror for a wider field of vision. The mirror glass will be held in a plastic housing with a stainless steel back. The mirrors will be manufactured with the finest quality non-glare glass. The flat mirrors will be remotely adjustable vertically and horizontally via four way actuation switches. The control switches will be mounted in the cab with in easy reach of the driver. The flat mirrors will be heated for defrosting in cold weather conditions. REARVIEW MIRROR HEAT SWITCH The heat for the rearview mirrors will be controlled through a rocker switch on the dash in the switch panel. CAB FENDER Full width wheel well liners will be installed on the extruded cab to limit road splash and enable easier cleaning. Fender will consist of an inner liner 16.00 inches wide made of ABS composite and an outer fenderette 5.00 inches wide made of polished aluminum. CAB EXTERIOR FRONT & SIDE EMBLEMS The cab will include one (1) Spartan emblem installed on the front grille. 5109-001 Ign Mstr Sw w/Keyless Start South Florida Emergency Vehicles IGNITION A master battery system with a keyless start ignition system will be provided. Each system will be controlled by a one-quarter turn Cole Hersee switch, both of which will be mounted to the left of the steering wheel on the dash. A chrome push type starter button will be provided adjacent to the master battery and ignition switches. Each switch will illuminate a green LED indicator light on the dash when the respective switch is placed in the "ON"position. The starter button will only operate when both the master battery and ignition switches are in the "ON" position. BATTERY The single start electrical system will include three (3) Harris BCI 31 925 CCA batteries with a 210 minute reserve capacity and 4/0 welding type dual path starter cables per SAE J541. BATTERY TRAY The batteries will be installed on a steel battery tray located on the left side of the chassis, securely bolted to the frame rails. The battery tray will be coated with the same material as the frame. The battery tray will include drain holes in the bottom for sufficient drainage of water. A durable, non- conducting, interlocking mat made by Dri-Dek will be installed in the bottom of the tray to allow for air flow and help prevent moisture build up. The batteries will be held in place by non-conducting phenolic resin hold down boards. BATTERY BOX COVER The battery box will include a steel cover which protects the top of the batteries on the left-hand side of the vehicle. The cover will include flush latches which will keep the cover secure as well as a black powder coated handle for convenience when opening. BATTERY CABLE The starting system will include cables which will be protected by 275 degree F. minimum high temperature flame retardant loom, sealed at the ends with heat shrink and sealant. The battery terminals will not be utilized for auxiliary connections. The only acceptable auxiliary connections will be for the cross over link from the left bank to the right bank,power for jumper studs and starter cables. All other auxiliary connections will use remote studs mounted in the battery box area. There will be four(4)remote studs labeled as Common Power, Common Ground, Clean Power, and Clean Ground. South Florida Emergency Vehicles BATTERY JUMPER STUD The starting system will include battery jumper studs. These studs will be located on the rear face of the left hand battery tray. The studs will allow the vehicle to be jump started, charged, or the cab to be raised in an emergency in the event of battery failure. ALTERNATOR The charging system will include a 320-amp Leece-Neville 12 volt alternator. The alternator will include a self- exciting integral regulator. STARTER MOTOR The single start electrical system will include a Delco brand starter motor. BATTERY CONDITIONER A Kussmaul Auto Charge Chief 4012 battery conditioner will be supplied. The battery conditioner will provide a 40-amp output for the chassis batteries and a 20 amp output circuit for accessory loads. The battery conditioner will be mounted in the cab in the LH rear facing outer seating position and will include a battery temperature sensor. BATTERY CONDITIONER DISPLAY A Kussmaul battery conditioner display with a digital status center display will be integrated into the electrical inlet. AUXILIARY AIR COMPRESSOR A Kussmaul Pump 12V air compressor will be supplied. The air compressor will be installed under the dashboard on the right-hand side, forward of the officer's seating position. The air compressor will be plumbed to the air brake system to maintain air pressure. The air compressor will include an auto drain as an extra precaution to prevent moisture from entering the air system. The automatic moisture drain will be plumbed into the system between the auxiliary air compressor pump and the air tanks. ELECTRICAL INLET LOCATION An electrical inlet will be installed on the left-hand side of cab over the wheel well. South Florida Emergency Vehicles ELECTRICAL INLET A Kussmaul 20-amp super auto-eject electrical receptacle will be supplied. It will automatically eject the plug when the starter button is depressed. A single item or an addition of multiple items must not exceed the rating of the electric inlet that it's connected to. Amp Draw Reference List: Kussmaul 40 LPC Charger- 5 Amps Kussmaul 40/20 Charger- 8.5 Amps Kussmaul 80 LPC Charger- 13 Amps Kussmaul EV-40 - 6.2 Amps Blue Sea P12 7532 - 7.5 Amps Iota DLS-45/IQ4 - 11 Amps 1000W Engine Heater- 8.33 Amps 1500W Engine Heater- 12.5 Amps 120V Air Compressor- 4.2 Amps 120V Dometic HVAC - 15 Amps ELECTRICAL INLET CONNECTION The electrical inlet will be connected to the battery conditioner and the block heater. ELECTRICAL INLET COLOR The electrical inlet connection will include a yellow cover. HEADLIGHTS The cab front will include four(4) rectangular LED headlamps with separate high and low beams mounted in bright chrome bezels. Each lamp will include a heating system that de-ices the headlight. FRONT TURN SIGNALS The front fascia will include two (2) Techniq model K60 4.00 inch X 6.00 inch amber LED sequential arrow turn signals which will be installed in an outboard position within the front fascia chrome bezel. HEADLIGHT LOCATION The headlights will be located on the front fascia of the cab directly below the front warning lights. SIDE TURN/MARKER LIGHTS The sides of the cab will include two (2) Tecmq 5170 LED side marker lights which will be provided just behind the front cab radius corners. The lights will be amber with chrome bezels. South Florida Emergency Vehicles MARKER AND ICC LIGHTS In accordance with FMVSS, there will be five (5) Tecniq S 170 LED cab marker lamps designating identification, center and clearance provided. These lights will be installed on the face of the cab within full view of other vehicles from ground level. The lights will be amber with chrome bezels. HEADLIGHT AND MARKER LIGHT ACTIVATION The headlights and marker lights will be controlled through a rocker switch within easy reach of the driver. There will be a dimmer switch within easy reach of the driver to adjust the brightness of the dash lights. The headlamps will be equipped with the "Daytime Running" light feature, which will illuminate the headlights when the ignition switch is in the "On"position and the parking brake is released. INTERIOR OVERHEAD LIGHTS The cab will include a LED dome lamp located over each door. The lights will include push switches on each lamp to activate both the clear and red portions of the light individually. INTERIOR OVERHEAD LIGHTS ACTIVATION The clear portion of each lamp will be activated by opening the respective door. LIGHTBAR PROVISION There will be a junction box located on the left hand side of the roof with electrical connections for a light bar. The light bar will be provided and installed by the body manufacturer. LIGHTBAR SWITCH The light bar will be controlled by a rocker switch located on the switch panel. This switch will be clearly labeled for identification. GROUND LIGHTS Each door will include a Tecniq T44 LED ground light mounted to the underside of the cab step below each door. The lights will include a polycarbonate lens, a housing which is vibration welded and LEDs which will be shock mounted for extended life. GROUND LIGHTS The ground lighting will be activated when the parking brake is set. South Florida Emergency Vehicles LOWER CAB STEP LIGHTS The middle step located at each door will include a TecNiq T44 LED light which will activate with the opening of the respective door. The lights will include a polycarbonate lens, a housing which is vibration welded and LEDs which will be shock mounted for extended life. INTERMEDIATE STEP LIGHTS The intermediate step well area at the front doors will include a TecNiq D06 LED light within a chrome housing. The front egress step lights will provide visibility to the step well area for the first step exiting the vehicle. The Egress step lights will activate with entry step lighting. ENGINE COMPARTMENT LIGHT There will be a LED NFPA compliant light mounted under the engine tunnel for area work lighting on the engine. The light will activate automatically when the cab is tilted. DO NOT MOVE APPARATUS LIGHT The front headliner of the cab will include a flashing red TecNiq K50 LED light clearly labeled "Do Not Move Apparatus". In addition to the flashing red light, an audible alarm will be included which will sound while the light is activated. The flashing red light will be located centered left to right for greatest visibility. The light and alarm will be interlocked for activation when either a cab door is not firmly closed, or an apparatus compartment door is not closed, and the parking brake is released. MASTER WARNING SWITCH A master switch will be included in the main rocker switch panel. The switch will be a rocker type, red in color and labeled "Master" for identification. The switch will feature control over all devices wired through it. Any warning device switch left in the "ON"position will automatically power up when the master switch is activated. HEADLIGHT FLASHER An alternating high beam headlight flashing system will be installed into the high beam headlight circuit which will allow the high beams to flash alternately from left to right. Deliberate operator selection of high beams will override the flashing function until low beams are again selected. Per NFPA, these clear flashing lights will also be disabled"On Scene"when the park brake is applied. South Florida Emergency Vehicles HEADLIGHT FLASHER SWITCH I The flashing headlights will be activated through a rocker switch on the switch panel. The rocker switch will be clearly labeled for identification. INBOARD FRONT WARNING LIGHTS The cab front fascia will include two (2) Whelen M6 Super LED front warning lights in the left and right inboard positions. The lights will feature multiple flash patterns including steady burn for solid colors and multiple flash patterns for split colors. The lights will be mounted to the front fascia of the cab within a chrome bezel INBOARD FRONT WARNING LIGHTS COLOR The warning lights mounted on the cab front fascia in the inboard positions will be red. FRONT WARNING SWITCH The front warning lights will be controlled via rocker switch on the panel. This switch will be clearly labeled for identification. INTERSECTION WARNING LIGHTS The chassis will include two (2) Whelen M6 series Super LED intersection warning lights, one (1) each side. The lights will feature multiple flash patterns including steady burn. INTERSECTION WARNING LIGHTS COLOR The intersection lights will be red. INTERSECTION WARNING LIGHTS LOCATION The intersection lights will be mounted on the side of the bumper in the rearward position. SIDE AND INTERSECTOR WARNING SWITCH The side and intersector warning lights will be controlled by a rocker switch on the switch panel. This switch will be clearly labeled for identification. South Florida Emergency Vehicles SIREN CONTROL HEAD A Whelen 295HFS2 electronic siren control head with remote amplifier will be provided and flush mounted in the switch panel with a location specific to the customer's needs. The siren will feature 200-watt output, hands free mode and will be in "standby" mode awaiting instruction. The siren will offer radio broadcast,public address, wail, yelp, or piercer tones and hands-free operation which will allow the operator to turn the siren on and off from the horn ring if a horn/siren selector switch option is also selected. STEERING WHEEL HORN BUTTON SELECTOR SWITCH A rocker switch will be installed in the switch panel between the driver and officer to allow control of either the electric horn or the air horn from the steering wheel horn button. The electric horn will sound by default when the selector switch is in either position to meet FMCSA requirements. BACK-UP ALARM An ECCO model 575 backup alarm will be installed at the rear of the chassis with an output level of 107 dB. The alarm will automatically activate when the transmission is placed in reverse. INSTRUMENTATION An ergonomically designed instrument panel will be provided. Each gauge will be backlit with LED lamps. Stepper motor movements will drive all gauges. The instrumentation system will be multiplexed and will receive ABS, engine, and transmission information over the J1939 data bus to reduce redundant sensors and wiring. A twenty-eight(28) icon lightbar message center with integral LCD odometer/trip odometer will be included. The odometer will display up to 999,999.9 miles. The trip odometer will display 9,999.9 miles. The LCD message center screen will be capable of custom configuration by the users for displaying certain vehicle status and diagnostic functions. The instrument panel will contain the following gauges: One (1)three-movement gauge displaying vehicle speed, fuel level, and Diesel Exhaust Fluid(DEF) level. The primary scale on the speedometer will read from 0 to 100 MPH, and the secondary scale on the speedometer will read from 0 to 160 KM/H. The scale on the fuel and DEF level gauges will read from empty to full as a fraction of full tank capacity. Red indicator lights in the gauge and an audible alarm will indicate low fuel or low DEF at 1/8th tank level. One (1) three-movement gauge displaying engine RPM, and primary and secondary air system pressures will be included. The scale on the tachometer will read from 0 to 3000 RPM. The scale on the air pressure gauges will read from 0 to 150 pounds per square inch(PSI) with a red line zone indicating critical levels of air pressure. Red indicator lights in the gauge and an audible alarm will indicate low air pressure. South Florida Emergency Vehicles One (1) four-movement gauge displaying engine oil pressure, coolant temperature, voltmeter, and transmission temperature will be included. The scale on the engine oil pressure gauge will read from 0 to 100 pounds PSI with a red line zone indicating critical levels of oil pressure. A red indicator light in the gauge and audible alarm will indicate low engine oil pressure. The scale on the coolant temperature gauge will read from 100 to 250 degrees Fahrenheit(°F) with a red line zone indicating critical coolant temperatures. A red indicator light in the gauge and audible alarm will indicate high coolant temperature. The scale on the voltmeter will read from 9 to 18 volts with a red line zone indicating critical levels of battery voltage. A red indicator light in the gauge and an audible alarm will indicate high or low system voltage. The low voltage alarm will indicate when the system voltage has dropped below 11.8 volts for more than 120 seconds in accordance with the requirements of NFPA 1901. The scale on the transmission temperature gauge will read from 100 to 300 degrees °F with a red line zone indicating critical temperatures. A red indicator light in the gauge and an audible alarm will indicate a high transmission temperature. The light bar portion of the message center will include twenty-eight(28) LED backlit indicators. The lightbar will be split with fourteen(14) indicators on each side of the LCD message screen. The lightbar will contain the following indicators and produce the following audible alarms when supplied in conjunction with applicable configurations: RED INDICATORS Stop Engine - indicates critical engine fault Air Filter Restricted- indicates excessive engine air intake restriction Park Brake- indicates parking brake is set Seat Belt- indicates a seat is occupied and corresponding seat belt remains unfastened Low Coolant- indicates critically low engine coolant Cab Tilt Lock- indicates the cab tilt system locks are not engaged. AMBER INDICATORS Malfunction Indicator Lamp (MIL) - indicates an engine emission control system fault Check Engine - indicates engine fault Check Transmission- indicates transmission fault Anti-Lock Brake System (ABS) - indicates anti-lock brake system fault High exhaust system temperature— indicates elevated exhaust temperatures Water in Fuel - indicates presence of water in fuel filter Wait to Start- indicates active engine air preheat cycle Windshield Washer Fluid—indicates washer fluid is low DPF restriction- indicates a restriction of the diesel particulate filter Regen Inhibit-indicates regeneration of the DPF has been inhibited by the operator Range Inhibit- indicates a transmission operation is prevented and requested shift request may not occur. SRS - indicates a problem in the supplemental restraint system Check Message -indicates a vehicle status or diagnostic message on the LCD display requiring attention. South Florida Emergency Vehicles GREEN INDICATORS Left and Right turn signal indicators ATC - indicates low wheel traction for automatic traction control equipped vehicles, also indicates mud/snow mode is active for ATC system High Idle - indicates engine high idle is active. Cruise Control - indicates cruise control is enabled OK to Pump - indicates the pump is engaged and conditions have been met for pump operations Pump Engaged - indicates the pump transmission is currently in pump gear Auxiliary Brake - indicates secondary braking device is active BLUE INDICATORS High Beam indicator AUDIBLE ALARMS Air Filter Restriction Cab Tilt Lock Check Engine Check Transmission Open Door/Compartment High Coolant Temperature High or Low System Voltage High Transmission Temperature Low Air Pressure Low Coolant Level Low DEF Level Low Engine Oil Pressure Low Fuel Seatbelt Indicator Stop Engine Water in Fuel Extended Left/Right Turn Signal On ABS System Fault BACKLIGHTING COLOR The instrumentation gauges and the switch panel legends will be backlit using red LED backlighting. CAMERA REAR One (1)Audiovox Voyager heavy duty box shaped HD camera will be shipped loose for OEM installation in the body to afford the driver a clear view to the rear of the vehicle. The camera system will include a one-way communication device that will be an integral part of the rear camera for the use of voice commands directly to the driver. The rear camera display will activate when the vehicle's transmission is placed in reverse. CAMERA DISPLAY The camera system will be wired to a 7.00 inch flip down HD monitor which will include a color display and day and night brightness modes installed above the driver position. South Florida Emergency Vehicles CAB EXTERIOR PROTECTION The cab face will have a removable plastic film installed over the painted surfaces to protect the paint finish during transport to the body manufacturer. FIRE EXTINGUISHER A 2.50-pound D.O.T approved fire extinguisher with BC rating will be shipped loose with the cab. 8810-001 Door Keys for Manual Locks (4) DOOR KEYS The cab and chassis will include a total of four (4) door keys for the manual door locks. CHASSIS WARRANTY Purchaser will receive a Custom Chassis One (1) Year or 18,000 Miles limited warranty in accordance with, and subject to, warranty certificate RFWO101. The warranty certificate is incorporated by reference into this proposal and included with this proposal or available upon request. CHASSIS OPERATION MANUAL There will be two (2) digital copies of the chassis operation manual provided with the chassis. The digital data will include a parts list specific to the chassis model. ENGINE AND TRANSMISSION OPERATION MANUALS The following manuals specific to the engine and transmission models ordered will be included with the chassis in the ship loose items: (1) Hard copy of the Engine Operation and Maintenance manual with digital copy (1) Digital copy of the Transmission Operator's manual (1) Digital copy of the Engine Owner's manual CAB/CHASSIS AS BUILT WIRING DIAGRAMS The cab and chassis will include two (2) digital copies of wiring schematics and option wiring diagrams. PAINT CONFIRMATION There will be a paint confirmation letter sent to the body manufacturer with paint spray outs to confirm the cab primary paint color or primary and secondary paint color as specified by the paint options. South Florida Emergency Vehicles HUB COVERS (front) Stainless steel hub covers will be provided on the front axle. HUB COVERS (rear) A pair of stainless-steel high-hat hub covers will be provided on rear axle hubs. COVERS, LUG NUT, CHROME Chrome lug nut covers will be supplied on front and rear wheels. DUAL USB PORT One (1)Kussmaul model# 091-219-5 will be installed in the console. It will contain two (2) 2.4 amp USB charging ports. PUMP, MODULE, AND RELATED ITEMS NFPA 1901 COMPLIANT PUMP The fire pump and related plumbing on the specified apparatus will be installed in accordance with applicable NFPA 1901 guidelines at the time the contract was placed. HALE QMAX PUMP ASSEMBLY The pump will be of a size and design to mount on the chassis rails of commercial and custom truck chassis. The entire pump will be assembled and tested at the pump manufacturer's factory. The pump will be driven by a drive line from the truck transmission. The engine will provide sufficient horsepower and RPM to enable pump to meet and exceed its rated performance. The entire pump, both suction and discharge passages, will be hydrostatically tested to a pressure of 600 PSI. The pump will be fully tested at the pump manufacturer's factory to the performance spots as outlined by the latest NFPA Pamphlet No. 1901. Pump will be free from objectionable pulsation and vibration. The pump body and related parts will be of fine grain alloy cast iron, with a minimum tensile strength of 30,000 PSI (2069 bar). All metal moving parts in contact with water will be of high quality bronze or stainless steel. Pump utilizing castings made of lower tensile strength cast iron not acceptable. South Florida Emergency Vehicles Pump body will be horizontally split, on a single plane in two (2) 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 body will extend as one piece across the truck chassis from side mounting to side mounting and incorporate the discharge manifolding system with a minimum of(2) 4"ports and(7) 3"ports. The pump will have one (1) double suction impeller. The pump body will have two opposed discharge volute cutwaters to eliminate radial unbalance. (No exceptions) Pump shaft to be rigidly supported by three bearings for minimum deflection. One high lead bronze sleeve bearing to be located immediately adjacent to the impeller(on side opposite the gearbox). The sleeve bearing is to be lubricated by a force fed, automatic oil lubricated design,pressure balanced to exclude foreign material. (No exceptions.) The remaining bearings will be heavy-duty, deep groove ball bearings in the gearbox and they will be splash lubricated. Pump impeller will be hard, fine grain bronze of the mixed flow design; accurately machined and individually balanced. The vanes of the impeller intake eyes will be of sufficient size and design to provide ample reserve capacity utilizing minimum horsepower. Impeller clearance rings will be bronze, easily renewable without replacing impeller or pump volute body, and of wrap-around double labyrinth design for maximum efficiency. (No exceptions.) The pump shaft will be heat-treated, electric furnace, corrosion resistant stainless steel to be superfinished under for longer shaft life. Pump shaft must be sealed with double-lip oil seal to keep road dirt and water out of gearbox. ELECTRONIC PUMP MANUALS Two (2) sets of electronic fire pump service and operation manuals will be provided with the completed apparatus. PUMP WARRANTY The pump will be covered by the Hale Pro-Tech 5-year pump warranty against workmanship and materials. Both parts and labor will be covered for the first 2 years and years 3-5 will have parts only coverage. South Florida Emergency Vehicles GEARBOX Pump gearbox will be of sufficient size to withstand up to 16,000 lbs. ft. of drive through torque of the engine system. The drive unit will be designed of ample capacity for lubrication reserve and to maintain the proper operating temperature. The gearbox drive shafts will 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 will withstand the full torque of the engine. All gears,both drive and pump, will be of highest quality electric furnace chrome nickel steel. Bores will be ground to size and teeth integrated and hardened, to give an extremely accurate gear for long life, smooth, quiet running, and higher load carrying capability. An accurately cut spur design will be provided to eliminate all possible end thrust. (No exceptions.) The pump ratio will be selected by the apparatus manufacturer to give maximum performance with the engine and transmission selected. If the gearbox is equipped with a power shift, the shifting mechanism will be a heat treated, hard anodized aluminum power cylinder, with stainless steel shaft. An in-cab control for rapid shift will be provided that locks in road or pump. MIDSHIP PUMP RATIO The ratio for the midship pump will be 2.32:1 (23). MECHANICAL SEAL The pump will have a mechanical seal. One (1) only required on the suction (inboard) side of the pump. The mechanical seal will be two (2) inches in diameter and will be spring loaded, maintenance free and self- adjusting. Mechanical seal construction will be a carbon sealing ring, stainless steel coil spring, Viton rubber cup, and a tungsten carbide seat with Teflon backup seal. 1500 GPM FIRE PUMP SPECIFICATIONS The centrifugal type fire pump will be a Hale model QMAX midship mounted with a rated capacity of 1500 GPM. The pump will meet NFPA 1901 requirements. The pump will be certified to meet the following deliveries: 1500 gpm (5678 L/M) @ 150 psi (10.3 bar) 1050 gpm (3974 L/M) @ 200 psi (13.8 bar) 750 gpm (2839 L/M) @ 250 psi (17.2 bar) South Florida Emergency Vehicles LEFT SIDE INLET - 6.00" One (1) 6.00" steamer inlet with male NST threads will be provided on the left side of the pump module. The inlet will have a removable screen. INLET CAP One (1) 6.00" chrome plated cap with long handles and NST threads will be supplied. The cap will be capable of withstanding 500 PSI and be trimmed with the apparatus manufacturer's logo in the center of the cap. RIGHT SIDE INLET - 6.00" One (1) 6.00" steamer inlet with male NST threads will be provided on the right side of the pump module. The inlet will have a removable screen. INLET CAP One (1) 6.00" chrome plated cap with long handles and NST threads will be supplied. The cap will be capable of withstanding 500 PSI and be trimmed with the apparatus manufacturer's logo in the center of the cap. FIRE PUMP SPLIT SHAFT DRIVESHAFTS AND INSTALLATION The mid-ship split shaft fire pump will be installed and will include installation of the fire pump, modification and/or fabrication of new drivelines and all pump-mounting brackets. PUMP DRIVELINE The pump transmission driveline will be supplied with 1710 series yokes and bearings to match the cab chassis driveline. TRANSMISSION LOCK-UP DEVICE The automatic chassis transmission will be delivered to the body builder with high gear lock up device installed on the automatic transmission, to allow proper gear ratio for pump operation. The transmission will be programmed by the chassis manufacturer to include this feature. PUMP SHIFT CONTROLS The pump shift controls will be supplied with the custom chassis. South Florida Emergency Vehicles PIPING AND MANIFOLDS All the plumbing and/or piping in the pump module will be of 304 stainless steel or flexible piping for long life. All stainless-steel castings will be a minimum of schedule 40. All NPT pipe thread connections larger than 0.75" connections will be avoided in the construction of the plumbing system. The following valves will have groove connection: rear discharge, tank fill, all 2.00" and 2.50"pre-connect valves. The flexible piping will be black SBR synthetic rubber hose with 300 working pounds and 1,200 pounds burst pressure for sizes 1.50" through 4.00". Sizes 0.75", 1.00" and 5.00" are rated at 250 lb. working and 1,000 lb. burst pressure. All sizes are rated at 30 HG vacuum. Reinforcement consists of two (2)plies of high tensile strength tire cord for all sizes sand helix wire installed in sizes 1.00"through 5.00" for maximum performance in tight bend applications. The material has a temperature rating of—40 degrees F to 210 degrees F. Full flow couplings are precision machined from high tensile strength stainless steel. All female couplings are brass. 0.75" and 1.00"male and Victaulic couplings are brass INDIVIDUAL DRAINS All 2.00" or larger discharge outlets will be equipped with a 0.75"ball valve drain valve or larger. HOSE THREADS-NST All hose threads will be National Standard Thread (NST) on all base threads on the apparatus intake and discharges, unless otherwise specified. MASTER PUMP DRAIN The pump will be equipped with a Class 1 Master Pump drain to allow draining of the lower pump cavities, volute and selected water carrying lines and accessories. The drain will have an all brass body with a stainless steel return spring. U.L. TEST POINTS Two (2) U.L. test points will be mounted on the pump panel for testing of the vacuum and pressures. The test points will be a single piece with individual ports for suction and discharge. PUMP CERTIFICATION The fire pump will be tested to meet the flow requirements of the pump. A written certification will be provided with the completed vehicle. South Florida Emergency Vehicles RELIEF VALVE There will be one (1) suction side stainless steel relief pump valve provided on the pump system. The valve will be configured with a 2.50" male NST discharge outlet. FIRE PUMP PRIMING SYSTEM A Trident Model#31.001.2 air operated priming system will be installed. The unit will be of all brass and stainless steel construction and designed for fire pumps of 1,250 GPM (4,600 LPM) or more. The primer will be three-barrel design with direct connection to the Hale fire pump. The primer will automatically drain when the panel control actuator is not in operation. The connection to the pump will have an integral Hale strainer. The priming system will be capable to a vertical lift to 22.00" of mercury and will be fully compliant to applicable NFPA standards for vertical lift. The system will create vacuum by using air from the chassis air brake system through a three-barrel multi-stage internal"venturi nozzles" within the primer body. The primer control will have a manually operated, panel mounted"push to prime" air valve; which will direct air pressure from the air brake storage tank to the primer body. To prevent freezing,no water will flow to and from the panel control. THERMAL RELIEF VALVE A Hale Model TRV 120 Thermal Relief Valve will be provided on the pump. If water temperature in the pump exceeds 120 degrees Fahrenheit, the thermal relief valve will automatically open and discharge pump water to the ground, through a 0.375" discharge line,routed below the pump module. The thermal relief valve will automatically close when the water temperature is lowered. PUMP COOLING/BYPASS LINE There will be a 0.25" line installed from the discharge side of the pump to the water tank. The line will be used to cool the pump during long periods of pumping when water is not being discharged. The pump cooler will be controlled with a quarter-turn ball valve on main pump panel, and will be clearly labeled "Pump Cooler". CHASSIS ENGINE HEAT EXCHANGER COOLING SYSTEM The apparatus will be equipped with a heat exchanger for supplementary chassis engine cooling during fire pump operations. The system will provide cooling water from the fire pump to circulate around the engine radiator coolant without mixing or coming in direct contact with the engine coolant. The unit will be installed by the chassis manufacturer and connected to the plumbing system by the fire apparatus manufacturer. South Florida Emergency Vehicles ANODES The fire pump will be equipped with replaceable alloy anodes. The pump will have one (1) anode on each intake section and one (1) anode on the discharge section of the fire pump, for a total of three (3). PRESSURE GOVERNOR and ENGINE MONITORING DISPLAY Fire Research PumpBoss Max series PBA501-D00 pressure governor and control module kit will be installed. The kit will include a control module, intake pressure sensor, discharge pressure sensor, and cables. The control knob will be 2" in diameter with no mechanical stops,have a serrated grip, and a red idle push button in the center. It will not extend more than 2" from the front of the control module. The control LCD will be 3.5" in size with a minimum brightness of 1000 nits and optically bonded to 3mm Borofloat Glass. Inputs for monitored engine information will be from a J1939 data bus or independent sensors. Outputs for engine control will be on the J1939 data bus. Inputs from the pump discharge and intake pressure sensors will be electrical. The following continuous displays will be provided: Engine RPM; shown on LCD screen Check engine and stop engine warning; shown on LCD screen Engine oil pressure; shown on LCD screen Engine coolant temperature; shown on LCD screen Transmission Temperature; shown on LCD screen Battery voltage; shown on LCD screen Pressure and RPM operating mode LEDs Pressure/RPM setting; shown on LCD screen Throttle ready/Ok to Pump LEDs. On screen(LCD) message display will show diagnostic and warning messages as they occur. It will show monitored apparatus information, stored data, and program options when selected by the operator. LCD Screen and LED's intensity will be automatically adjusted for day and nighttime operation. The program will store the accumulated operating hours for the pump and engine to be displayed with the push of a button. It will monitor inputs and support audible and visual warning alarms for the following conditions: High Battery Voltage Low Battery Voltage (Engine Off) Low Battery Voltage (Engine Running) High Transmission Temperature Low Engine Oil Pressure High Engine Coolant Temperature Out of Water(visual alarm only) No Engine Response (visual alarm only). South Florida Emergency Vehicles The program features will be accessed via push buttons located on the front of the control module. There will be a USB port located at the rear of the control module to upload future firinware enhancements. The pressure governor will operate in two control modes, pressure and RPM. No discharge pressure or engine RPM variation will occur when switching between modes. A throttle ready and Ok to Pump LED will light when the interlock signal is recognized. The pressure governor will start in pressure mode and set the engine RPM to idle. In pressure mode the pressure governor will automatically regulate the discharge pressure at the level set by the operator. In RPM mode the governor will maintain the engine RPM at the level set by the operator except in the event of a discharge pressure increase. The pressure governor will limit a discharge pressure increase in RPM mode to a maximum of 30 psi. Other safety features will include recognition of low water and no water conditions with an automatic programmed response and a push button to return the engine to idle. The pressure governor control module will be programmed at installation for a specific engine. LEFT SIDE FORWARD AUXILIARY INTAKE One (1) 2.50" gated suction intake will be installed on the left hand side pump panel in the forward position to supply the fire pump from an external water supply. The intake will have a 2.50" chrome plated female NST swivel connection with screen. An Akron Brass 2.50" generation 11 swing-out valve will be provided for the left hand side auxiliary suction. The side auxiliary inlet will incorporate a quarter-turn ball valve with a swing-type manual control located adjacent the intake. The intake will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. One (1) 2.50" chrome plated plug will be provided. The plug will be equipped with MNST threads, rocker lugs, and chain. TANK TO PUMP LINE One (1) 3.00" tank to pump line will be provided for connection between the water tank and the fire pump. An Akron Brass 3.00" generation 11 swing-out valve will be provided for the tank to pump line. The quarter turn valve will be manually operated with a Class locking push pull control rod. TANK FILL/RECIRULATION LINE One(1) 2.00" fire pump to water tank refill and pump bypass cooler line will be provided. An Akron Brass 2.00" generation 11 swing-out valve will be provided for the tank fill line. South Florida Emergency Vehicles The quarter turn valve will be manually operated with a Class locking push pull control rod. LEFT SIDE FRONT PANEL DISCHARGE One (1) 2.50" discharge with valve will be located on the left side panel. An Akron Brass 2.50" generation II swing-out valve will be provided for the discharge. The quarter turn valve will be manually operated with a swing handle from the left hand side pump operator's panel. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. A 2.50" Class discharge pressure gauge (0-400 PSI)will be provided. The face of the gauge will be a WHITE dial with black letters. The discharge will be equipped with an integral, stainless steel, 30-degree elbow terminating with 2.50" MNST threads. One (1) 2.50" chrome plated cap with self-venting lungs will be provided. The cap will be equipped with FNST threads, rocker lugs, and chain. LEFT SIDE REAR PANEL DISCHARGE One (1) 2.50" discharge with valve will be located on the left side panel. An Akron Brass 2.50" generation II swing-out valve will be provided for the discharge. The quarter turn valve will be manually operated with a swing handle from the left hand side pump operator's panel. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. A 2.50" Class discharge pressure gauge (0-400 PSI)will be provided. The face of the gauge will be a WHITE dial with black letters. The discharge will be equipped with an integral, stainless steel, 30-degree elbow terminating with 2.50" MNST threads. One(1) 2.50" chrome plated cap with self-venting lungs will be provided. The cap will be equipped with FNST threads, rocker lugs, and chain. South Florida Emergency Vehicles RIGHT SIDE FRONT PANEL DISCHARGE One (1) 3.00" discharge with valve will be located on the right side panel. An Akron Brass 3.00" generation 11 swing-out valve will be provided for the discharge. The valve will be of the slow-close design so as not to allow the valve to open or close in less than 3 seconds. The quarter turn valve will be manually operated with a Class locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00"x 3.00"identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. A 2.50" Class discharge pressure gauge (0-400 PSI)will be provided. The face of the gauge will be a WHITE dial with black letters. The 3.00" outlet will be equipped with an integral, stainless steel, 30-degree elbow terminating with 3.00" MNST threads. STORZ ADAPTER One (1) TFT model AAl ST-NL adapter will be provided. The adapter will be configured with a 5.00" rigid Storz coupling and a 3.00" female NST rigid rocker lug coupling. STORZ CAP One(1) TFT model#AOI ST 5.00" Storz cap with lanyard will be provided. RIGHT SIDE REAR PANEL DISCHARGE One (1) 2.50" discharge with valve will be located on the right side panel. An Akron Brass 2.50" generation 11 swing-out valve will be provided for the discharge. The quarter turn valve will be manually operated with a Class locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00"x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. A 2.50" Class discharge pressure gauge(0-400 PSI)will be provided. The face of the gauge will be a WHITE dial with black letters. South Florida Emergency Vehicles The discharge will be equipped with an integral, stainless steel, 30-degree elbow terminating with 2.50" MNST threads. One (1) 2.50" chrome plated cap with self-venting lungs will be provided. The cap will be equipped with FNST threads, rocker lugs, and chain. CROSSLAY PRE-CONNECT DISCHARGE #1 One (1) 1.75" crosslay pre-connect will be installed in the pump module above the pump. The crosslay will be plumbed using 2.00" stainless steel pipe, and/or flexible piping. A minimum of one (1) grooved pipe coupling will be furnished in this assembly, if necessary, to allow for flex and serviceability. The crosslay discharge will terminate below the hose bed floor with a 1.50" NSTM chicksan swivel adapter. The crosslay hose bed floor will be slotted to allow the swivel to extend up through the floor, allowing the pre- connected hose to be pulled off either side of the apparatus without kinking the hose at the coupling connection. Crosslay discharge#1 will be designed to have a minimum total capacity of 3.5 cubic feet as required by NFPA -1901 to accommodate a minimum of 200 feet of 1.75" fire hose. An Akron Brass 2.00" generation 11 swing-out valve will be provided for crosslay#1 discharge. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00"x 3.00"identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. A 2.50" Class discharge pressure gauge (0-400 PSI)will be provided. The face of the gauge will be a WHITE dial with black letters. CROSSLAY PRE-CONNECT DISCHARGE #2 One (1) 1.75" crosslay pre-connect will be installed in the pump module above the pump. The crosslay will be plumbed using 2.00" stainless steel pipe, and/or flexible piping. A minimum of one (1) grooved pipe coupling will be furnished in this assembly, if necessary, to allow for flex and serviceability. The crosslay discharge will terminate below the hose bed floor with a 1.50" NSTM chicksan swivel adapter. The crosslay hose bed floor will be slotted to allow the swivel to extend up through the floor, allowing the pre- connected hose to be pulled off either side of the apparatus without kinking the hose at the coupling connection. South Florida Emergency Vehicles Crosslay discharge#2 will be designed to have a minimum total capacity of 3.5 cubic feet as required by NFPA -1901 to accommodate a minimum of 200 feet of 1.75" fire hose. An Akron Brass 2.00" generation 11 swing-out valve will be provided for crosslay#2 discharge. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00"x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. A 2.50" Class discharge pressure gauge (0-400 PSI)will be provided. The face of the gauge will be a WHITE dial with black letters. DUNNAGE AREA A dunnage area will be provided above the pump enclosure for equipment mounting and storage. This area will be furnished with a 0.1875" aluminum floor and will be enclosed on the sides. NOTE: The size of this storage area may vary when top mounted crosslays, booster reel(s), etc., are specified and located in this area. CROSSLAY DIVIDER One(1) crosslay divider will be provided, one(1) between the #1 and#2 crosslay. The divider will be constructed from 0.188" thick abraded aluminum plate and will be mounted on a base T- extrusion that provides lower support the length of the divider. ALUMINUM CROSSLAY COVER A 0.1875"polished aluminum tread plate cross lay cover will be provided with a full length stainless steel hinge at the rear of the cover. CROSSLAY COMPARTMENT ENDS - VINYL FLAPS The crosslay compartment will be enclosed on each end using a heavy duty vinyl flap to prevent hose from accidently unloading. The cover will be secured with a black shock cord/hook system on the bottom and permanently secured on the top. The crosslay end flaps will be Red in color. South Florida Emergency Vehicles DECK GUN DISCHARGE One (1) 3.00" discharge with valve will be located on the top of the pump. The valve will be a quarter turn ball type and fixed pivot design to allow easy operation at all pump pressures. The 3.00" outlet will be equipped with an integral, stainless steel flange terminating with 3.00" Victaulic. The discharge will be plumbed to the top of the module using 3.00" schedule 10 stainless steel pipe. The pipe will terminate in a 3.00"MNPT thread. The pipe will be held in place by a 2 piece stainless steel bracket. An Akron Brass 3.00" generation II swing-out valve will be provided for the deck gun discharge. The valve will be of the slow-close design so as not to allow the valve to open or close in less than 3 seconds. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00"x 3.00"identification tag. The controls will be locked in any position. One (1) Classl automatic 0.75" drain valve(s) will be installed. The valve will have an all brass body with heavy duty neoprene seal. The valve will be normally open and will close at 6 psi using an all brass check assembly with stainless steel spring. A 2.50" Class discharge pressure gauge (0-400 PSI)will be provided. The face of the gauge will be a WHITE dial with black letters. DECK GUN MOUNTING ADAPTER One (1) 3" FNPT 150#Ansi Companion Flange will be installed on the end of the deck gun outlet for mounting of a deck gun. LEFT HAND SIDE REAR DISCHARGE One (1) 2.50" discharge with valve will be plumbed to the left hand side rear of the apparatus. An Akron Brass 2.50" generation 11 swing-out valve will be provided for the rear discharge. The quarter turn valve will be manually operated with a Class locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00"x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. A 2.50" Class discharge pressure gauge(0-400 PSI)will be provided. The face of the gauge will be a WHITE dial with black letters. South Florida Emergency Vehicles The discharge will have a 2.50" Female NST swivel rocker lug x 2.50" Male NST 30 degree chrome elbow adapter provided. One (1) 2.50" chrome plated cap will be provided. The threads will be NST and the cap will be equipped rocker lugs and chain. FRONT DISCHARGE One (1) 1.50" discharge with 2.00" schedule 10 stainless steel piping, flexible hosing, 45 degree elbows, and a limited number of 90 degree sweep elbows in an assembly from the pump to the front of the apparatus. A minimum of one (1) grooved pipe coupling will be furnished in this assembly to allow for flex and serviceability. Automatic discharge drains will be provided at all low points in the plumbing. An Akron Brass 2.00" generation II swing-out valve will be provided for the front discharge. The quarter turn valve will be manually operated with a Class locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00"x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. DISCHARGE ADAPTER The disharge will terminate with a 1.50" NST mattydale swivel will be located through the center of the hose box flooring. 4.50" MASTER PRESSURE GAUGE One (1) Class 1, 4.50" liquid filled master pressure gauge with stainless steel bezel will be provided, reading from 0 Hg. to 400 psi. It will be accurate to within 1%. The gauge will have a white face and black markings. The gauge will be located on the pump operator's panel. 4.50" MASTER INTAKE GAUGE One (1) Class 1, 4.50" liquid filled master intake gauge(s) with stainless steel bezel will be provided, reading from-30" Hg. to 400 psi. It will be accurate to within 1%. The gauge will have a white face and black markings. The gauge will be located on the pump operator's panel. LED WATER LEVEL GAUGE (PUMP PANEL) One(1)Hale model# "ITL-40R" Tank Level Gauge for indicating water level will be installed on the pump operator's panel. The tank level gauge will indicate the liquid level or volume on an easy to read LED display with a visual indicator at nine (9)precise levels, using one (1) color. The system will include the ability to South Florida Emergency Vehicles display "text messages" and have built-in diagnostic capabilities. Additional secondary displays (if requested) are to be easily integrated and will receive data from the same source as the Master Display. The LED display will be red in color. CLASS MINI WATER LEVEL GAUGE One (1)Hale Intelli-Tank model# 610-00049 remote mini tank level gauge for indicating the water level of the tank will be provided in the cab. The tank level gauge will indicate the liquid level on an easy 4 light display and show increments of 1/4 of a tank. PUMP, MODULE, AND RELATED ITEMS ALUMINUM PUMP MODULE CONSTRUCTION The pump module will be constructed entirely of extrusions and aluminum plate. The framework will be formed from beveled aluminum alloy extrusions The pump module design must allow normal frame deflection through isolation mounts without imposing stress on the pump module structure or side running boards. The pump module will consist of a welded framework,properly braced to withstand chassis frame flexing. The pump module support will be bolted to the frame rails of the chassis. INDEPENDENT PUMP MODULE The pump module will be fabricated as individual unit independent from the body. PUMP PANEL -- SIDE MOUNT The pump operator's control panel will be located on the left hand side of the apparatus. The pump enclosure side panels will be completely removable and designed for easy access and servicing. HINGED GAUGE PANEL A full width, horizontally hinged gauge access panel will be located on the left hand side of the pump module above the main control panel.. Two (2)black powder coated SouthCo. push type locks locks will be provided along with lanyards. PUMP ENCLOSURE ACCESS DOOR -- RIGHT SIDE UPPER A pump panel access door will be provided on the upper right side of the side mount pump enclosure. The access door will be approximately 24.00" high and as wide as possible. Three (3)black powder coated SouthCo. push type locks locks will be provided along with lanyards. The drains located on the right-hand side panel will be fastened to the lower panel, which will be stationary. South Florida Emergency Vehicles PUMP PANEL MATERIAL The pump module panels will be fabricated from 14 gauge 304L stainless steel with a brushed finish. PUMP PANEL LIGHT SHIELD, LH SIDE PANEL One (1) LED strip light will be installed under an instrument panel light hood on the left side pump panel. PUMP PANEL LIGHT SHIELD, RH SIDE PANEL One (1) LED strip light will be installed under an instrument panel light hood on the right side pump panel. A weather resistant switch, located on the pump operator's panel will be provided to activate the lights. PUMP COMPARTMENT LIGHT One (1) LED strip light will be provided inside the pump compartment area. The light will activate with the switch on the pump operator's panel. LEFT SIDE RUNNING BOARD The left pump panel will be equipped with a side running board. The running board will be constructed of 0.125" embossed fire apparatus bright aluminum treadplate. It will be a minimum of approximately 11.00" deep x the width of the module. The running board will have an upward bend on the inside edge to act as a kick plate. The running board will be attached to a frame mounted outrigger support structure. The running board will have a 3.00" downward bend on the front and side faces with a 1.00" underside return for superior strength. RIGHT SIDE RUNNING BOARD The right pump panel will be equipped with a side running board. The running board will be constructed of 0.125" embossed fire apparatus bright aluminum treadplate. It will be a minimum of approximately 11.00" deep x the width of the module. The running board will have an upward bend on the inside edge to act as a kick plate. The running board will be attached to a frame mounted outrigger support structure. The running board will have a 3.00" downward bend on the front and side faces with a 1.00" underside return for superior strength. FRONT PUMP HOUSE COVER The front of the pump enclosure will be covered with .125" aluminum treadplate. South Florida Emergency Vehicles HOSE RESTRAINT LABEL - FAMA#22 A permanent label will be provided near any hose storage area. The label will instruct the operator to insure that all hose is properly secured prior to placing the apparatus in motion and to provide warning of potential dangers, including injury or death, in failing to do so. INTAKE/DISCHARGE CAP PRESSURE LABEL- FAMA# 18 A permanent label will be provided in all areas that intakes and discharges are capped. The label will give instruction on how to properly remove the cap. The label will also warn of potential dangers, injury or death that be caused by failing to follow proper cap removal procedures. TRAINED OPERATOR ONLY LABEL - FAMA#25 ] A permanent label will be provided on the pump panel that states that only properly trained personnel should operate the apparatus and will indicate that injury or death could occur as a result. PUMP PANEL ID PLATE An identification plate will be installed on the pump operator control panel to identify the fire pump serial number, model number, and performance. COLOR CODED PUMP PANEL LABELING AND NAMEPLATES Discharge and intake valve controls will be color coded in compliance to guidelines of applicable sections of NFPA standards. Innovative Controls permanent type nameplates and instruction panels will be installed on the pump panel for safe operation of the pumping equipment and controls. WATER TANK AND RELATED COMPONENTS 1000 GALLON POLY TANK- "L" DESIGN The tank will have a capacity of 1000 US gallons/ 832 Imperial gallons / 3785 liters. TANK MATERIAL This material will be a non-corrosive stress relieved thermoplastic and UV stabilized for maximum protection. Tank shell thickness may vary depending on the application and may range from 0.50" to 1.00" as required. Internal baffles are generally 0.375"in thickness. South Florida Emergency Vehicles CONSTRUCTION The booster and/or foam tank will be of a specific configuration and is so designed to be completely independent of the body and compartments. Joints and seams will be fused using nitrogen gas as required and tested for maximum strength and integrity. The top of the booster tank is fitted with removable lifting assembly designed to facilitate tank removal. The transverse and longitudinal swash partitions will be manufactured of a minimum of 0.375" polypropylene. All partitions will be equipped with vent and air holes to permit movement of air and water between compartments. The partitions will be designed to provide maximum water flow. All swash partitions interlock with one another and are completely fused to each other as well as to the walls of the tank. All partitions and spacing will comply with NFPA 1901. Tolerances in design allow for a maximum variation of 0.125" on all dimensions. The tank cover will be constructed of 0.50" thick polypropylene and UV stabilized, to incorporate a multi-piece locking design, which allows for individual removal and inspection if necessary. The tank cover(s) will be flush or recessed 0.375" from the top of the tank and will be fused to the tank walls and longitudinal partitions for maximum integrity. Each one of the covers will have hold downs consisting of 2.00" minimum polypropylene dowels spaced a maximum of 40.00" apart. These dowels will extend through the covers and will assist in keeping the covers rigid under fast filling conditions. A minimum of two (2) lifting dowels will accommodate the necessary lifting hardware. OUTLETS There will be two (2) standard tank outlets: one (1) for the tank-to-pump suction line,which will be sized to provide adequate water flow to the pump; and one (1) for tank fill line, which will be sized according to the NFPA minimum size chart for booster tanks. All tank fill couplings will be backed with flow deflectors to break up the stream of water entering the tank and be capable of withstanding sustained fill rates of up to 1000 gpm. CAPACITY CERTIFICATION All water and foam tanks will be tested and certified as to capacity. CENTER OF GRAVITY A center of gravity calculation will be determined for each tank and provided as requested in order to provide the apparatus manufacturer with the necessary data to design and certify the apparatus with respect to the NFPA requirements regarding rollover stability. This information may be used by the apparatus manufacturer to assist in the calculation of the apparatus's ability to meet the tilt table static rollover threshold or calculated Center of Gravity requirements per NFPA. South Florida Emergency Vehicles WATER FILL TOWER AND COVER The tank will have a combination vent and manual fill tower. The fill tower will be constructed of 0.50" polypropylene and will be a minimum dimension of 12.00" x 12.00" outer perimeter. The tower will have a 0.25" thick removable polypropylene screen and a polypropylene hinged cover. The capacity of the tank will be engraved on the top of the fill tower lid. FILL TOWER LOCATION The fill tower will be in the left front area of the tank. Inside the fill tower there will be a combination vent/overflow pipe. The vent overflow will be a minimum of schedule 40 polypropylene pipe with a minimum I.D. of 4.00" that is designed to run through the tank and will be piped to discharge water behind the rear wheels as required in NFPA 1901 so as to not interfere with rear tire traction. SUMP There will be one (1) sump standard per tank. The sump will be constructed of a minimum of 0.50" polypropylene and be located in the left front quarter of the tank, unless specified otherwise. On all tanks that require a front suction, a 3.00" schedule 40 polypropylene pipe will be installed that will incorporate a dip tube from the front of the tank to the sump location. The sump will have a minimum 3.00" N.P.T. threaded outlet on the bottom for a drain plug per NFPA. This will be used as a combination clean-out and drain. All tanks will have an anti-swirl plate located approximately 3.00" above the inside floor. WATER TANK CLEAN-OUT PLUG A 3.00" cleanout plug will be provided in the bottom of the tank. HOSE BED -72.00"- LOW DESIGN The body will have an intergraded upper hose bed. The floor of the hose bed will be a removable welded assembly constructed of 6.00"wide aluminum hose bed slats and structural channel cross members. Two (2) cross car Unistrut style channels will be incorporated in the design for divider mounting. ALUMINUM HOSEBED DIVIDER(S) (1) There will be One (1) hosebed divider(s)provided. The hosebed divider(s) will be constructed of 0.25" smooth aluminum plate with an extruded aluminum base welded to the bottom. The divider(s) will be adjustable from side to side in the hose bed to accommodate varying hose loads. South Florida Emergency Vehicles HOSEBED PARTITION REINFORCEMENT The top and rear edge of each of the hose bed partitions will have a 0.75" integral tubing reinforcement welded on for additional support. HOSE BED COVER A heavy duty 18 oz. vinyl hose bed cover will be provided to protect the hose load from the weather. The cover will extend from the front of the hosebed to the rear and then extend downward to cover the exposed rear of the bed and from the left side to the right side of the hosebed. The cover will be secured utilizing a velcro fastening system at the front and sides of the hosebed body. The vinyl cover will be red in color. APPARATUS BODY BODY DESIGN AND CONSTRUCTION The body will be modular in design, allowing it to be removed and remounted on a new chassis. The body will be fabricated using aluminum extrusions, angle, smooth aluminum sheet and aluminum treadplate. The apparatus body will have full height compartments on both sides. The body will have a "L" tank design in order to incorporate a lowered hose bed. FLOOR AND UNDERSTRUCTURE The tank area floor will be a single piece design made of 0.1875" Aluminum Sheet. The floor will be supported by extruded 6061 aluminum alloy 2.00" x 4.00" x 0.250" wall structural tube crossmembers. BODY AND COMPARTMENT FABRICATION- 3/16" ALUMINUM All compartment panels and body side sheets will be fabricated entirely of 0.1875" aluminum (5052-H32). COMPARTMENT CONSTRUCTION The compartments will be completely formed of 0.1875" 5052-H32 aluminum alloy. Compartment floors will be welded to the compartment walls and have a sweep out design for easy cleaning. ACCESS PANELS Removable access panels will be provided(if applicable) to access fuel tank sender, electrical junction compartment and rear body mounts. South Florida Emergency Vehicles Protective panels will be located in the rear compartments providing access to the lights and associated wiring. The covers will also serve as protective covers to prevent inadvertent damage to lights or wiring from tools or equipment located in the compartment. COMPARTMENT LOUVERS Ventilation between compartments to atmosphere will be provided and located to avoid water entry into compartments. COMPARTMENT SHELF TRACKS - ALUMINUM All side body compartments be furnished with adjustable shelving track installed. The shelving track will include a minimum of four(4) aluminum Uni-strut style channel tracks, mounted vertically on compartment side walls or vertical partitions. COMPARTMENT SHELVING - SIDE COMPARTMENTS Adjustable shelving will be installed in the side compartments as identified later in this specification. Each shelf will be made of 0.1875" smooth aluminum with a 2.00"high perimeter on the front and rear with side supports. Shelving will be vertically adjustable with spring nuts in aluminum strut channel. FENDER PANELS A single piece wheel well panel made of 0.1875" aluminum sheet will be installed with no sharp edges to cut or damage cleaning equipment used in the wheel well area. The wheel well design will provide for maximum wheel jounce and for use of tire chains without contacting the fender panel. REAR WHEEL WELL LINERS The rear wheel wells will be equipped with replaceable circular liners to prevent road debris damage to adjacent side compartments. The liners will be made from a single circular panel of 0.125" smooth aluminum and will be the full depth of the side compartments. They will be bolted in place and will feature end flange bottom drains. REAR BODY FENDERETTES A roll-formed,polished stainless steel fenderette will be installed around the outboard edge of the rear wheel well openings to protect the body sides from road debris. They will be bolted to the body and will be replaceable. South Florida Emergency Vehicles BODY FRONT WALL OVERLAY The front face of the side compartments, next to the driver and officer pump panels will be overlaid with full height aluminum tread plate protection panels. TOP PROTECTION The top of the welded in compartment ceiling will be overlaid with aluminum tread plate to provide an NFPA compliant stepping surface. BODY SIDE RUB RAILS Replaceable extruded aluminum channel rub rails, 2.00" high x 0.75" deep x 0.125" wall, will be provided below the lower side compartments. Each rub rail will have a black rubber bumper strip and mounting stand- off spacers. All rub rail ends will be angle cut,back toward the body to eliminate the possibility of snagging crew clothing or equipment. TOW HOOKS—REAR Two (2)painted tow eyes will be furnished on the rear of the vehicle. The tow eyes will be made from plate steel and will be bolted directly to the chassis frame rails with grade 8 bolts and will extend below the body. BODY WIDTH The width of the apparatus body from the outside face of the left compartments to the outside face of the right compartments will be 100.00" wide. COMPARTMENT HEIGHT, LH SIDE The left-hand side body compartments will be 70.00". COMPARTMENT HEIGHT, RH SIDE The right-hand side body compartments will be 70.00". COMPARTMENT DEPTH The side compartments on the left and right hand side of the pumper body will have a useable depth of 28.00" in the lower 30.00" tall area and 13.75" in the upper portion. The compartments above the wheel wells will have a useable depth of 13.75". South Florida Emergency Vehicles ROLL-UP DOORS All lower compartment doors will be equipped with AMDOR brand roll-up doors. The slats will be 1.00" double wall aluminum with continuous ball and socket hinge joints designed to prevent water ingression and weather tight recessed dual durometer seals. The interior door curtains will be smooth to prevent equipment hang-ups. The door tracks and side frames will each be one-piece aluminum. Each side seal will be recessed, and non-marring with UV stabilizers to prevent warping. The bottom panel flange will have cut-outs for ease of access with gloved hands. The door strikers will provide support beneath the lift bar to prevent door curtain bounce and potential false door ajar indications. DOOR LOCKS- KEYED, MANUAL Each roll-up door door will have a cylindrical lock installed by the roll-up door manufacturer. The lock key type will be: J-236 COMPARTMENT LIGHT(S) One (1) full height Luma Bar LED strip light(s)will be installed inside each of the body compartments. The compartment light(s) will be controlled by a magnetic "On-Off" switch located on each compartment door. COMPARTMENTS- LEFT LEFT SIDE COMPARTMENT IN FRONT OF REAR WHEELS, LI There will be a full height/ split depth compartment located ahead of the rear wheels on the left side of the apparatus body. This compartment will be designated as LI within these specifications. - Compartment Dimensions: 46.50" wide x 62.00" high - Door Opening: 41.50" wide x 57.00" high ADJUSTABLE SHELVING TRACKS There will be vertically mounted uni-strut shelf trac for shelving installation. ADJUSTABLE SHELF There will be One (1) 0.1875" aluminum full depth adjustable shelf/ shelves located in the compartment. South Florida Emergency Vehicles LEFT SIDE ABOVE WHEEL COMPARTMENT, L2 There will be a standard height compartment located above the rear wheels on the left side of the apparatus body. This compartment will be designated as L2 within these specifications. - Compartment Dimensions: 59.00" wide x 29.50" high - Door Opening: 54.00" wide x 24.50" high ADJUSTABLE SHELVING TRACKS There will be vertically mounted uni-strut shelf trac for shelving installation. ADJUSTABLE SHELF There will be One (1) 0.1875" aluminum half depth adjustable shelf/ shelves located in the compartment. LEFT SIDE COMPARTMENT BEHIND REAR WHEELS, L3 There will be a full height compartment located behind of the rear wheels on the left side of the apparatus body. This compartment will be designated as L3 within these specifications. - Compartment Dimensions: 56.50" wide x 62.00" high - Door Opening: 51.50" wide x 57.00" high ADJUSTABLE SHELVING TRACKS There will be vertically mounted uni-strut shelf trac for shelving installation. ADJUSTABLE SHELF There will be One (1) 0.1875" aluminum full depth adjustable shelf/ shelves located in the compartment. PASSENGER'S SIDE COMPARTMENT DIMENSIONS: RIGHT SIDE COMPARTMENT IN FRONT OF REAR WHEELS, R1 There will be a full height compartment located ahead of the rear wheels on the right side of the apparatus body. This compartment will be designated as R1 within these specifications. - Compartment Dimensions: 46.50" wide x 62.00" high - Door Opening: 41.50" wide x 57.00" high South Florida Emergency Vehicles ADJUSTABLE SHELVING TRACKS There will be vertically mounted uni-strut shelf trac for shelving installation. ADJUSTABLE SHELF There will be One (1) 0.1875" aluminum full depth adjustable shelf/ shelves located in the compartment. RIGHT SIDE ABOVE WHEEL COMPARTMENT, R2 There will be a standard height compartment located above the rear wheels on the right side of the apparatus body. This compartment will be designated as R2 within these specifications. - Compartment Dimensions: 59.00" wide x 29.50" high - Door Opening: 54.00" wide x 24.50" high ADJUSTABLE SHELVING TRACKS There will be vertically mounted uni-strut shelf trac for shelving installation. ADJUSTABLE SHELF There will be One (1) 0.1875" aluminum half depth adjustable shelf/ shelves located in the compartment. RIGHT SIDE COMPARTMENT BEHIND REAR WHEELS, R3 There will be a full height compartment located behind of the rear wheels on the right side of the apparatus body. This compartment will be designated as R3 within these specifications. - Compartment Dimensions: 56.50" wide x 62.00" high - Door Opening: 51.50" wide x 57.00" high ADJUSTABLE SHELVING TRACKS There will be vertically mounted uni-strut shelf trac for shelving installation. ADJUSTABLE SHELF There will be One (1) 0.1875" aluminum full depth adjustable shelf/ shelves located in the compartment. REAR BODY CONFIGURATION The CR1 compartment will form a "flat back" design with no recess at the rear of the body. South Florida Emergency Vehicles REAR CENTER COMPARTMENT, CR1 There will be a standard height compartment located at the rear of the apparatus body. This compartment will be designated as CR1 within these specifications. - Compartment Dimensions: 42.00" wide x 26.00" high - Door Opening: 38.00" wide x 20.00" high - Compartment Depth: 28.00" deep ADJUSTABLE SHELVING TRACKS There will be vertically mounted uni-strut shelf trac for shelving installation. ADJUSTABLE SHELF There will be One (1) 0.1875" aluminum full depth adjustable shelf/ shelves located in the compartment. REAR STEP - 12 D X 100 W- TAPERED ENDS The rear step will be 12.00" deep and extend beyond the body compartments. The step will be 100.00"wide and have tapered corners for improved clearance. The step will be fabricated from 0.1875" tread plate plate and will be rigidly reinforced. The rear edge of the step will be designed to accommodate the rear clearance lights. The rear step overlay will be bolted in place with an approximate 0.25" clearance gap between the step and rear body panel. HARD SUCTION STORAGE One (1)horizontally mounted aluminum hard suction hose trays with velcro straps will be provided above the left side body compartments. HARD SUCTION STORAGE One (1)horizontally mounted aluminum hard suction hose trays with velcro straps will be provided above the right side body compartments. The ladder storage will have capacity for the following: - One(1) Alco-Lite aluminum 24 ft. two-section extension ladder, model#PEL-24 - One (1) Alco-Lite aluminum 14 ft roof ladder, model#PRL-14 - One(1) Alco-Lite aluminum 10 ft. folding ladder, model#FL-10 South Florida Emergency Vehicles LADDER SOURCE The ladders will be provided by the manufacturer and will be detailed later in this specification. PIKE POLE STORAGE Two (2)pike pole storage tubes will be provided in the ladder compartment. PIKE POLE SOURCE The pike poles will be provided by the purchaser. SCBA BOTTLE COMPARTMENTS Four(4) SCBA bottle tube compartments will be installed, one (1) over each wheel well area. The compartments will be constructed of a black molded non-abrasive plastic polymer designed to provide SCBA scuff protection. The doors will be stainless steel with a brushed finish and have a black weatherproof SouthCo. latch assembly. FUEL FILL An aluminum cup style fuel fill will be installed in the left-hand side wheel well rear of the axle. It will be labeled"Ultra Low Sulphur Diesel Fuel Only". STEPS All steps will have a surface area of at least 35 square inches and will be able to withstand a load of at least 500 pounds. Steps will be provided at any area that personnel may need to climb and will be adequately lighted. FOLDING STEPS- LH SIDE REAR Two (2) Innovative Controls model 3004234 lighted folding steps will be provided on the left hand side rear of the body. FOLDING STEP- RH SIDE REAR One (1) Innovative Controls model 3004234 lighted folding step will be provided on the right hand side rear of the body. FOLDING STEPS - RH SIDE FRONT OF BODY Four(4) Innovative Controls model 3007732 lighted folding steps will be provided on the right hand side front of the body. South Florida Emergency Vehicles STEP LIGHTS ACTIVATION The step light(s) will be wired to activate with the parking brake. EXTERIOR GRAB RAILS Each grab rail will be Hansen non-slip, 1.25" diameter extruded polished aluminum grab rails with rubber inserts designed to provide maximum gripping ability, strength, and durability. TWO (2) VERTICAL RAILS ON REAR Two (2) vertical grab rails will be mounted on the rear of the body, one (1) on each side. GRAB RAIL, RH FRONT One (1) grab rail will be mounted on the front of the body on the right hand side. ONE (1) HANDRAIL, BELOW HOSE BED LEVEL One (1)horizontal, full width handrail will be installed on the rear, below the level of the hose bed NFPA 1901 CERTIFIED 12 VOLT ELECTRICAL SYSTEM The 12-volt apparatus body electrical system will be provided and will be in compliance with NFPA 1901 testing and certification procedures as follows: NFPA MINIMUM ELECTRICAL LOAD DEFINITION The NFPA 1901 defined minimum electrical load will consist of the total amperage required to simultaneously operate the following in a stationary mode: 1. Propulsion engine and transmission. 2. The clearance and marker lights. 3. Communication equipment. 5 amp default. 4. Illumination of all walking surfaces, the ground at all egress points, control and instrumentation panels and 50% of total compartment lighting. 5. Minimum warning lights required for "blocking right of way" mode. 6. The current to simultaneously operate and fire pump and all specified electrical devices. South Florida Emergency Vehicles 7. Anything defined by the purchaser, in the advertised specifications, to be critical to the mission of the apparatus. RESERVE CAPACITY TEST The first electrical test to be performed will be the Reserve Capacity Test. All items listed in NFPA Minimum Load Definition will be activated with the engine shut off. After 10 minutes of operation, the items 1-7 will be deactivated. After deactivation, the battery system will have ample reserve to start the engine. ALTERNATOR PERFORMANCE TEST AT IDLE The second electrical test to be performed will be Alternator Performance Test at Full Load. All electrical loads will be activated with the engine running up to the governed rpm for two hours. During the test, the system voltage will not drop below 11.7 volts or have excessive battery discharge for more than 120 seconds. Any loads not defined in the NFPA Minimum Electrical Load may be load managed to pass test. TEST CONDITIONS All electrical testing will be performed with the engine compartment at approximately 200 degrees. 12 VOLT ELECTRICAL SYSTEM The electrical system will include all panels, electrical components, switches and relays, wiring harnesses and other electrical components. The electrical equipment installed by the apparatus manufacturer will conform to current automotive electrical system standards, the latest Federal DOT standards, and the requirements of the applicable NFPA standards. All wiring will be stranded copper or copper alloy conductors of a gauge rated to carry 125 percent of the maximum current for the protected circuit. Voltage drops in all wiring from the power source to the device will not exceed 10 percent. The wiring and wiring harness and insulation will be in conformance to applicable SAE and NFPA standards. The wiring harness will conform to SAE J-1128 with GXL temperature properties. All exposed wiring will be protected in a loom with a minimum 289 degree Fahrenheit rating. All wiring looms will be properly supported and attached to body members. The electrical conductors will be constructed in accordance with applicable SAE standards, except when good engineering practice requires special construction. The wiring connections and terminations will use a method that provides a positive mechanical and electrical connection and will be installed in accordance with the device manufacturer's instructions. Electrical connections will be with mechanical type fasteners and large rubber grommets where wiring passes through metal panels. There will be no exposed electrical cabling, harnesses, or terminal connections located in compartments, unless they are enclosed in a junction box or covered with a removable electrical panel. The wiring will be secured in South Florida Emergency Vehicles place and protected against heat, liquid contaminants, and damage. Wiring will be uniquely identified every three inches (3")by color coding or permanent marking with a circuit function code. The electrical circuits will be provided with low voltage overcurrent protective devices. Such devices will be accessible and located in required terminal connection locations or weather resistant enclosures. The overcurrent protection will be suitable for electrical equipment and will be automatic reset type and meet SAE standards. All electrical equipment, switches,relays, terminals, and connectors will have a direct current rating of 125 percent of maximum current for which the circuit is protected. The system will have electro-magnetic interference suppression provided as required in applicable SAE standards. The electrical system will include the following: Electrical terminals in weather exposed areas will have a non-conductive grease or spray applied. A corrosion preventative compound will be applicable to all terminal plugs located outside of the cab or body. The electrical wiring will be harnessed or be placed in a protective loom. Holes made in the roof will be caulked with silicone. Large fender washers will be used when fastening equipment to the underside of the cab roof Any electrical component that is installed in an exposed area will be mounted in a manner that will not allow moisture to accumulate in it. All lights that have their sockets in a weather exposed area will have corrosion preventative compound added to the socket terminal area. ROCKER SWITCHES The warning lights and electrical functions will be controlled by switch panels as detailed in the chassis specification. CAB GROUND LIGHTS The cab ground lights will be supplied with the custom chassis. PUMP PANEL GROUND LIGHTS -SUPPLIED WITH PUMP Two (2) LED ground lights with an outward facing angle brackets will be installed under the pump panel running boards. One (1) light will be located on the driver side and one (1) light located on the officer side of the apparatus. FRONT OF BODY GROUND LIGHTS Two (2) LED ground lights with an outward facing angle brackets will be installed under the front of the body. One(1) light will be located on the driver side, and one (1) light will belocated on the officer side of the apparatus. South Florida Emergency Vehicles REAR STEP GROUND LIGHTS Two (2) LED ground lights with an outward facing angle bracket will be installed under rear step of the apparatus, one (1) each side. GROUND LIGHTS ACTIVATION The ground lights will automatically activate when the parking brake is applied. REAR DIRECTIONALS Rear directional lighting will be supplied as follows: Two (2) Whelen model M62BTT LED brake/tail lights will be installed on the rear of the body. Each light will have a red lens. Two (2) Whelen model M62T Amber LED turn signal lights will be installed on the rear of the body. Each light will have a color lens. Two (2) Whelen model M62BU LED reverse lights will be installed on the rear of the body. HOUSINGS FOR DIRECTIONALS The two (2) sets of Whelen rear signal lights will each be housed in a vertical chrome plated housing, designed to hold four(4) lights each. The fourth opening will be for the lower rear warning lights. The lights will be mounted in order, from top to bottom, as described above. Two (2) amber LED side marker and turn lights will be provided on the apparatus lower side, forward of rear axle, one (1) each side if the apparatus is 30 feet long or longer. MARKER LIGHTS LED marker lights will be installed on the vehicle in conformance to the Department of Transportation requirements. The side and rear of the body will be provided with reflectors. All marker lights will be incorporated into the headlight circuit of the cab/chassis Two (2) amber reflectors will be provided on the apparatus body lower side, as far forward and low as practical, one (1) each side if the apparatus is 30 feet long or longer. Four(4)red reflectors will be provided on the apparatus rear, one (1) each side and two (2) on the rear. South Florida Emergency Vehicles LICENSE PLATE BRACKET There will be a license plate bracket mounted on the rear of the apparatus. A clear LED light will be incorporated into the bracket HOSE BED LOADING LIGHT One (1) 12V LED hosebed floodlight will be installed on the front of the hosebed of the apparatus. This light will provide illumination of the hosebed area. WORK LIGHTS ACTIVATION The work light(s) will be wired to activate with the parking brake. SIDE FACING UPPER CAB SCENE LIGHTS One (1)pair of Whelen M92SLC EZ Series LED scene lights will be installed, one (1) each side of the cab. The light(s) will be supplied and installed with a chrome bezel. SIDE FACING UPPER FRONT BODY SCENE LIGHTS One (1)pair of Whelen M92SLC EZ Series LED scene lights will be installed. The lights will be located on the left and right sides of the upper front portion of the apparatus body. Each light will be supplied and installed with a chrome bezel. SIDE FACING UPPER REAR BODY SCENE LIGHTS One (1)pair of Whelen M92SLC EZ Series LED scene lights will be installed. The lights will be located on the left and right sides of the upper rear portion of the apparatus body. Each light will be supplied and installed with a chrome bezel. REAR FACING UPPER BODY SCENE LIGHTS One (1)pair of Whelen M92SLC EZ Series LED scene lights will be installed. The lights will be located on the rear of the apparatus body, one (1) each side. Each light will be supplied and installed with a chrome bezel. SCENE ACTIVATION The scene lights will be activated by individual rocker switches located in the switch panel, one (1) for each side of the apparatus. South Florida Emergency Vehicles SCENE LIGHT SWITCHING The rear scene lights will activate automatically upon placing the transmission into reverse. WARNING LIGHT FLASH PATTERN All of the perimeter warning lights will be set to the default NFPA flash pattern as provided by the warning light manufacturer. HEADLIGHT FLASHER An alternating high beam headlight flashing system will be supplied with the custom chassis. CAB FRONT LIGHTBAR One (1) Whelen Freedom IV LED 72.00" lightbar will be mounted on the front of the cab roof. The lightbar will feature eight(8) red LED light modules and two (2) clear LED light modules. The entire lightbar will feature a clear lens. The clear lights will be disabled with park brake engaged. LIGHT BAR SWITCH The light bar will be controlled by a rocker switch located on the switch panel. The switch will be labeled "LIGHT BAR". The switch will only be active when the master warning switch is engaged. SIDE FACING UPPER FRONT BODY WARNING LIGHTS One(1)pair of Whelen model M9 LED warning lights will be installed, one (1) each side of the upper front portion of the apparatus body. The driver side warning light will be a Whelen Model M9R red LED with red lens. The officer side warning light will be a Whelen Model M9R red LED with red lens. Each light will be mounted with a Whelen Model M9FC chrome flange. SIDE FACING UPPER REAR BODY WARNING LIGHTS One (1)pair of Whelen model M9 LED warning lights will be installed, one (1) each side of the upper rear portion of the apparatus body. The driver side warning light will be a Whelen Model M9R red LED with red lens. The officer side warning light will be a Whelen Model M9R red LED with red lens. South Florida Emergency Vehicles Each light will be mounted with a Whelen Model M9FC chrome flange. UPPER REAR WARNING LIGHTS One (1)pair of Whelen model M9 LED warning lights will be installed, one (1) each side of the upper rear of the apparatus body. The driver side warning light will be a Whelen Model M9R red LED with red lens. The officer side warning light will be a Whelen Model M9R red LED with red lens. Each light will be mounted with a Whelen Model M9FC chrome flange. UPPER WARNING SWITCH The upper warning lights will be controlled by a rocker switch on the switch panel. The switch will be labeled "UPPER LEVEL WARNING". The switch will only be active when the master warning switch is engaged. LOWER FRONT WARNING LIGHTS The lower front warning lights will be supplied with the custom chassis. LOWER INTERSECTION WARNING LIGHTS The lower intersection warning lights will be supplied with the custom chassis. LOWER CHASSIS SIDE WARNING LIGHTS One (1)pair of Whelen model M6 LED warning lights will be installed, one (1) each side of the cab mounted over the front wheel well directly over the center of the front axle. The driver side warning light will be a Whelen Model M6R red Super-LED with red lens. The officer side warning light will be a Whelen Model M6R red Super-LED with red lens. Each light will be mounted with a Whelen Model M617C chrome flange. LOWER MID-BODY WARNING LIGHTS One(1)pair of Whelen model M6 Series LED warning lights will be installed, one (1) each side of the apparatus, mid-body. South Florida Emergency Vehicles The driver side warning light will be a Whelen Model M6R red Super-LED with red lens. The officer side warning light will be a Whelen Model M6R red Super-LED with red lens. Each light will be mounted with a Whelen Model M6FC chrome flange. LOWER REAR WARNING LIGHTS One (1)pair of Whelen model M6 Series LED warning lights will be installed, one (1) each side of the lower rear of the apparatus body. The driver side warning light will be a Whelen Model M6R red Super-LED with red lens. The officer side warning light will be a Whelen Model M6R red Super-LED with red lens. The warning lights on the rear of the body will be mounted in lower section of each tail light casting. LOWER WARNING SWITCH The lower warning lights will be controlled by a rocker switch on the switch panel. The switch will be labeled "LOWER LEVEL WARNING". The switch will only be active when the master warning switch is engaged. ELECTRIC SIREN AND CONTROL The electric siren will be supplied with the custom chassis. ELECTRONIC SIREN SPEAKER The electronic siren speaker(s) will be supplied with the custom chassis. PAINT, STRIPING, AND LETTERING SECTION CHASSIS PAINT The chassis will be painted by the OEM Chassis Manufacturer. PAINT PROCESS The body exterior will have no mounted components prior to painting to assure full coverage of treatments. Compartment doors (if applicable)will be painted separately to assure proper paint coverage on body, doorjambs and door edges. All surfaces will be sanded to remove all burrs and imperfections before etching and treatment. South Florida Emergency Vehicles The body will be totally removed from the chassis during the painting process to insure the entire unit is covered. PPG wax& grease solvent will be used to clean and prep the body surface prior to any sanding. The surface will then be rinsed with freshwater. This step removes wax, grease and other surface contaminants, thus leaving a bright, clean and conditioned surface. PAINT FINISH The body will be painted with a PPG Delfleet Evolution Paint System. As part of the curing process the painted body will go through a baking process. The painted components will be baked at 185 degrees for 3 hours to achieve a complete coating cure on the finished product. After bake and ample cool down time, the coated surface will be sanded using 3M 1000, 1200, and or 1500 grit sandpaper to remove surface defects. In the final step, the surface will be buffed with 3M Super-duty compound to add extra shine to coated surface. No more than .5 mil will be removed in this process. All products and technicians will be certified by PPG every two (2) years. ANTI-CORROSION PROTECTION Where dissimilar metals must be joined, overlaid, share perforations or otherwise come in contact with each other to achieve construction, performance or aesthetic requirements, such items will be separated by a continuous contact, nonconductive coating or film to prevent or otherwise mitigate the effects of electrolysis. Only stainless-steel hardware and fasteners will be used in the construction of the apparatus. Where stainless steel fasteners pass through an aluminum component, the fastener contact surfaces, including the head, washer and nut will be coated with ECK anti-corrosion material. UNDERCOATING The body underside, including the sub-frame and the inside of the wheel wells, NOT THE WHEEL WELL LINERS, will be thoroughly coated with SWT commercial automotive undercoat and sound deadening material to protect the body module against corrosion. The coating will be black and will be tested to ASTM Bl 17 Salt Spray test for 1,000 hours at 10-mils. COMPARTMENT INTERIOR FINISH The interior of the compartments will be finish painted with Multispec#344767 Gray Stone scuff resistant paint to provide a protective application over all of the compartment interior surfaces. South Florida Emergency Vehicles WHEEL RIMS The chassis wheels will be as furnished by the chassis OEM. No additional finishes will be provided by apparatus manufacturer. REFLECTIVE LETTERING- PURCHASER SUPPLIED Reflective lettering will be installed by the purchaser. REAR CHEVRON STRIPING At least 50% of the rear facing vertical surface will be covered with alternating strips of reflective striping. Each stripe will be a minimum of 6.00" in width and will be applied to the apparatus at 45' angle. RED & FLUORESCENT YELLOW-GREEN ORALITE V98 The Oralite V98 reflective tape will be #12 red and#112 fluorescent yellow-green in color. SUCTION HOSE Two (2) 6.00" X 10' section(s) of KOCHEK, PVC type hard, suction hose will be provided on the apparatus. The hose(s) will be light weight type with pyrolite, long handle female x rocker lug male, NST threads. The hose will be black in color. WHEEL CHOCKS All NFPA required wheel chocks will be supplied and installed by the Purchaser before the apparatus is placed into service. Per NFPA 1900 Section 8.15.2 Wheel chocks for structural apparatus will each hold the apparatus under the following conditions: Apparatus loaded to its GVWR or GCWR Road surface pitched to 10 percent for the length of the apparatus Hard road surface such as asphalt or concrete Transmission in neutral Parking brake released EXTENSION LADDER, 2 SECTION One (1) 24 foot, Alco-Lite model#PEL-24, two (2) section aluminum extension Ladder will be supplied with the finished apparatus. South Florida Emergency Vehicles ROOF LADDER One (1) 14 foot, Alco-Lite model#PRL-14, single section aluminum roof ladder with folding roof hooks will be supplied with the finished apparatus. FOLDING ATTIC LADDER One (1) 10 foot, Alco-Lite model# FL-10, aluminum folding attic ladder will be supplied with the finished apparatus. ONE YEAR APPARATUS WARRANTY The complete apparatus detailed herein will be warranted against defects in materials and workmanship for a period of twelve (12) months, effective upon pick up or delivery of the completed apparatus to the purchaser, as detailed in the respective warranty documents. Any unauthorized alterations or modifications to the apparatus will void this warranty. Other warrantees, as provided by individual component manufacturers may extend beyond this warranty. APPARATUS BODY WARRANTY, TEN YEAR The apparatus body as detailed herein will have a structural warranty against defects in materials and workmanship for a period of ten(10) years, effective upon final payment in full by the Purchaser, and pick up or delivery of the completed apparatus to the Purchaser. Any unauthorized alterations or modifications to the body will void this warranty. PLUMBING WARRANTY, TEN YEAR A Stainless Steel Plumbing/Piping warranty will be provided by the apparatus manufacturer for products of its manufacture to be free from defects in material and workmanship, under normal use and service, for a period of ten(10)years effective upon final payment in full by the Purchaser, and pick up or delivery of the completed apparatus to the Purchaser. Any unauthorized alterations or modifications to the plumbing will void this warranty. PAINT WARRANTY, FIVE YEAR The finish paint as used on the proposed apparatus will be warranted against defects in materials and workmanship for a prorated period of five (5) years, effective upon final payment in full by the Purchaser, and pick up or delivery of the completed apparatus to the Purchaser. Any unauthorized alterations or modifications to the apparatus will void this warranty. South Florida Emergency Vehicles TANK WARRANTY, LIFETIME United Plastic Fabricating, Inc. (hereinafter called"UPF")warrants each POLY-TANK®, Booster/Foam Tank POLYSIDE® Wetside Tank, Integrator Tank/Body, ELLIPSETM Elliptical Tank, Ellip-T-Tank Tank and DEFENDERTM Skid Tank to be free from defects in material and workmanship for the service life of the original vehicle (vehicle must be actively used in an emergency response for fire suppression). All UPF Tanks must be installed and operated in accordance with the UPF Installation and Operating Guidelines. APPARATUS ELECTRICAL WARRANTY, TWO YEAR The apparatus electrical system as detailed herein will have an electrical warranty against defects in materials and workmanship for a period of two (2)years, effective upon final payment in full by the Purchaser, and pick up or delivery of the completed apparatus to the Purchaser. Any unauthorized alterations or modifications to the electrical system will void this warranty. AKRON BRASS WARRANTY The Akron Brass valves will be warranted by Akron Brass for a period of ten(10)years from the date of delivery. The warranty for electronics will be warranted by Akron Brass for a period of five (5) years from date of delivery. ---------------------------------------- SOUTH FLORIDA EMERGENCY VEHICLES PROPOSAL TO THE: May 5, 2025 Monroe County Fire Rescue 7280 Overseas Highway, Marathon, FL 33050 Fire Chief R. L. Colina FOR YOUR REVIEW: We hereby propose and agree to furnish the following firefighting apparatus upon your acceptance of this proposal: One (1) Fouts Fire/Freightliner 3,000 Gallon Water Tender Complete and Delivered for the Total Sum of......................................................... $532,643.75 One (1) Fouts Fire/Kenworth 3,000 Gallon Water Tender Complete and Delivered for the Total Sum of......................................................... $541,143.00 These apparatuses have been manufactured in accordance with the included specifications and drawing. We can expect Two (2) Fouts Fire 3000 Gallon Tankers to be available for delivery 45 Days After Receiving a Valid Purchase Order. All Loose Equipment will be delivered 16 Weeks After Receiving a Valid Purchase Order. Unless accepted within 30 days of this date, the right is reserved to withdraw this proposal. Terms • Payment is due upon delivery. • Purchase Orders to be made to South Florida Emergency Vehicles Respectfully Submitted by: Levi Leyland Apparatus Sales South Florida Emergency Vehicles SOUTH FLORIDA EMERGENCY VEHICLES 4655 Cummins Court I Fort Myers, FL 33905 ---------------------------------------- NPP Contract # PS20225 Price Breakdown per Unit Fouts Fire Tanker NPP Price.....................................................$585,200.00 Standard Discount................................................................... (-$58,520.00) Discounted Tanker NPP Price...................................................$526,680.00 SFEV Preferred Customer Discount (Freightliner).................... ($55,180.00) SFEV Discounted Freightliner Tanker Price..............................$471,500.00 Loose Equipment.........................................................................$61,143.75 Freightliner Tanker Price ........................................................$532,643.75 SFEV Preferred Customer Discount (Kenworth) ...................... ($46,680.75) SFEV Discounted Kenworth Tanker Price.................................$479,999.25 Loose Equipment.........................................................................$61,143.75 Kenworth Tanker Price ...........................................................$541,143.00 SOUTHL IVEHICLES 4655 Cummins Court I Fort Myers, FL 33905 Monroe County Tanker Equipment SOUTH FLORIDA EMERGENCY VEHICLES Extended Description Quantity Unit Price Price Amerex A411, 201b ABC Dry Chemical Class A B C Multi-Purpose 20 Pound Fire Extinguisher 1 $233.33 $233.33 AMEREX B240 2.5 GAL PRESSURE WATER EXT 1 $238.67 $238.67 VIEWBRITE Collapsible Traffic Cones with LED Lighting -Safety Cones Emergency Road Cones Parking Cones Orange Collapsable Cones with Heavy-Duty Rubber Base- 28 inches Tall - 5 Pack 1 $159.99 $159.99 EVER READY FIRST AID LARGE MEDIC FIRST RESPONDER EMT TRAUMA BAG 1 $266.60 $266.60 CHIEF XD NOZZLE 125GPM AT 100 PSI NO PISTOL GRIP YELLOW 1 $1,015.05 $1,015.05 6LB. PICKHEAD AXE ON YELLOW FIBERGLASS HANDLE. 36" O.A.L. 1 $80.00 $80.00 NY ROOF HOOK 6' WITH CHISEL/ PRY END 1 $200.00 $200.00 CONNECTION MALLET 1 $21.33 $21.33 FULLSOURCE PSV-FIRE TYPE P CLASS 2 PUBLIC SAFETY VEST LIME AND RED 2 $20.00 $40.00 HARRINGTON LDH SPANNER WRENCHES (4)WITH MOUNTING BRACKET 1 $182.67 $182.67 HSW 2.5NH SPANNERS WITH BRACKET 2 $157.80 $315.60 6" Barrel Strainer with 6" NH Female rigid 1 $246.00 $246.00 6" Flex-Lite PVC suction hose with 6" rocker lug male x long handle female 10 ft. long 2 $864.60 $1,729.20 PRO FLOW 5.0 IN 5.0 STORZ X 100FT YELLOW 10 $1,045.33 $10,453.33 ECO 10 1.75 X 50 ORG 3 $190.67 $572.00 ECO 10 1.75 X 50 RED 4 $190.67 $762.67 ECO 10 1.75 X 50 WHT 4 $190.67 $762.67 ECO 10 1.75 X 50 GRN 2 $190.67 $381.33 TRU ID 2.5 X 50 GRN 1 $309.67 $309.67 TRU ID 2.5 X 50 BLU 10 $309.67 $3,096.67 ECO10 3" X 50' ORG 6 $361.00 $2,166.00 STORZ SPANNER KIT (4 SPANNER WITH BRACKET) 2 $146.59 $293.17 DOUBLE FEMALE 2.5" 1 $90.35 $90.35 DOUBLE MALE 2.5" 1 $44.65 $44.65 2.5" X 1.5" REDUCER 1 $44.77 $44.77 Double Male 1.5" 1 $26.07 $26.07 DOUBLE FEMALE 1.5" 1 $69.19 $69.19 STORZ SPANNER KIT (4 SPANNER WITH BRACKET) 2 $146.59 $293.17 2-WAY BALL VALVE (2)1.5 NH M X 2.5(3.075X8)SW RL F 1 $337.21 $337.21 GATE VALVE 2.5 NH SW RL F X 2.5 NH M 1 $467.24 $467.24 SCOTT AIR PAK X3 PRO 2 $9,888.89 $19,777.78 SCOTT AIR CYLINDER 4500 PSI 4 $1,755.56 $7,022.22 SCOTT MEDIUM MASK 2 $461.11 $922.22 SCOTT MASK LARGE 2 $461.11 $922.22 VULCAN 180 2 $196.40 $392.80 BlitzFire Portable Monitor+Smooth Bore Stacked Tips & Max-Flow Nozzle Package—2.5' NHF Swivel Rocker Inlet, 2.5" NHM Rigid Outlet, Storage Bracket 1 $5,993.60 $5,993.60 SUPER BRITE LED ROAD FLARE KIT QTY 6 WITH CASE 1 $253.27 $253.27 WHEEL CHOC FOR UP TO 44in TIRE DIAMETER WITH EASY GRIPHANDLE 2 $363.44 $726.88 Horizontal choc holder for use with model SAC-44-E. BOLTS AND STANTIONSET INCLUDED 2 $117.08 $234.16 Equipment Package Total $61,143.75 p U m a oo8 r lo o ... ...... o0 0UL ... ...... o .. .... o ... .. ... ... ... lo O F J w Z wzw sCW > 0 Z w Z p O O s o Z Z Z 10 n � O a w 0 w � ' a o a > w i = z z a Y , 3 V w m � oa o y, ry p o � N o o a o g m ti o aw 3zz � z '�^ zx r Jw 3 > z a 0 m o w x z z o a a 3 a ° 0 3 w � � w w w w a a x v a _ � O � a i 0 a J o a z g 0 LL > W Z a w w m N J z wzw w p Fa 3z � o o wz � o w o p U m Q Fouts Bros Fire Equipment Nftro"- FOUTS BROS SUPER TANKER Fouts Bros. 138 Roberson Mill Road Milledgeville, GA 31061 1-800-948-5045 10845-0002 08/01/23 1 Fouts Bros Fire Equipment SCOPE AND GENERAL REQUIREMENTS It is the intent of the manufacturer to provide a new fire apparatus that will withstand the continuous use encountered in the emergency firefighting service. The apparatus will be of the latest type, symmetrically proportioned and constructed with due consideration of the load to be sustained. All parts not specifically mentioned herein, but which are necessary to furnish a complete fire apparatus, will be furnished and will conform to the best practices known to the fire apparatus industry. The unit is to be of current year manufacture and is to be new and unused. The bid price will not include any local, State, or Federal taxes. The Bidder will not be liable for any State or Federally mandated tax or program after the sale of this apparatus. These specifications will be construed as minimum. Should the manufacturer's current published data or specifications exceed these, they will be considered minimum and be furnished. FAMA COMPLIANCE The apparatus manufacturer must be a current member of the Fire Apparatus Manufacturer's Association (FAMA) and must provide a certificate of membership. FAIR, ETHICAL AND LEGAL COMPETITION To ensure fair, ethical, and legal competition the apparatus manufacturer will have never been fined or convicted of price fixing, bid rigging, or collusion in any domestic or international fire apparatus market. PROPRIETARY PARTS It is the intention of the purchaser for SFEV to furnish the apparatus with major parts commonly used by the heavy-duty truck manufacturers and open market vendors whereas replacement parts are more readily available and at reduced cost. The use of proprietary parts may not be acceptable to the purchaser. MANUFACTURER'S DISCRETION Materials, parts, or procedures used are subject to change at the manufacturer's discretion at any time to provide equal or better products. 10845-0002 08/01/23 2 Fouts Bros Fire Equipment PRODUCT QUALITY AND WORKMANSHIP The components provided and workmanship performed will be of the highest quality available for this application. Special consideration will be given to the following areas: A). Accessibility to various components that require periodic maintenance or lubrication checks. B). Ease of vehicle and pump operation. C). Features beneficial to the intended operation of the apparatus. Construction of the complete apparatus will be designed to carry the loads intended to meet the road and terrain conditions and speed requirements desired when specified by the purchaser. Welding will not be employed in the assembly of the apparatus in a manner that will prevent the removal of any major component part for service and/or repair. PAYMENT TERMS Full payment for the apparatus will be made at time of delivery of the completed vehicle. Due to insurance liability, the apparatus will not be left at the purchaser's location without full acceptance and payment or prior agreement between the Purchaser and SFEV. Final delivery price will not include any Local, State or Federal taxes. The manufacturer will not be liable for any State or Federal mandated tax or program after sale or delivery of the apparatus. FUEL TANK FILLED AT DELIVERY The fuel tank and DEF tank (if applicable) will be filled upon final delivery at the factory. OVERALL HEIGHT An overall height restriction has not been specified for this apparatus. OVERALL LENGTH No overall length restriction has been specified for this apparatus. OVERALL WIDTH No overall width restriction has been specified for this apparatus. 10845-0002 08/01/23 3 Fouts Bros Fire Equipment OVERALL WHEELBASE No overall wheelbase restriction has been specified for this apparatus. PUMP MODULE WIDTH No pump module width restriction has been specified for this apparatus. ANGLE OF APPROACH No angle of approach restriction has been specified for this apparatus. ANGLE OF DEPARTURE No angle of departure restriction has been specified for this apparatus. NFPA COMPLIANCE The National Fire Protection Association standard #1901 (most recent edition) is hereby adopted and made a part of these specifications, the same as if they were written out in full detail, insofar as they apply except for any sections dealing with "Equipment Recommended for Various Types of Apparatus". Bidders are to provide only the equipment requested herein and the Department will supply the rest before the apparatus is put into service. The unit will comply with all federal, state, ICC, and DOT motor vehicle regulations, standards, and laws relating to commercial vehicles as well as to fire apparatus on the date of the bid. ROAD TEST CERTIFICATION A road test will be conducted with the finished apparatus fully loaded. During this time, the apparatus will not show loss of power and/or overheating. The transmission driveshaft or shafts and rear axle will run free from abnormal vibration or noise throughout the operating range of the apparatus. The apparatus, when loaded, will have not less than 25% or more than 45% of the weight on the front axle and not less than 55% or more than 75% on the rear axle. A). The apparatus must be capable of accelerating to 35 mph from a standing start within 25 seconds on a level concrete highway without exceeding the maximum governed RPM of the engine. B). The apparatus must be capable of accelerating from a steady speed of 15 mph to a true speed of 35 mph within 30 seconds. This will be accomplished without moving the gear selector. C). The fully loaded apparatus will be capable of obtaining a speed of 50 to 55 mph on a level concrete highway. 10845-0002 08/01/23 4 Fouts Bros Fire Equipment D). The manufacturer will furnish copies of the engine installation approvals signed by the appropriate engine company upon delivery of the chassis to the Fire Department. E). The manufacturer will furnish copies of the transmission approval signed by the transmission manufacturer upon delivery of the chassis to the Fire Department. F). The manufacturer will furnish copies of the front and rear axle approvals upon delivery of the apparatus to the Fire Department. ROAD TEST FAILURE In the event the apparatus fails to meet the test requirements of these specifications on the first trials, second trials may be made at the option of the manufacturer within thirty (30) days of the first trials. Such trials will be final and conclusive and failure to comply with changes, as the purchaser may consider necessary to conform to any clause of the specifications within thirty (30) days after notice is given to the manufacturer of such changes, will be cause for rejection of the apparatus. Permission to keep or store the apparatus in any building owned or occupied by the purchaser, or its use by the purchaser during the above-specified period with permission of the manufacturer, will not constitute acceptance. VEHICLE TOP SPEED The rear axle will be geared for a top speed of 60 mph at engine governed RPM. NFPA TOP SPEED STATEMENT NFPA-1901, 2009 Edition - 4.15.2. The maximum top speed of fire apparatus with a GVWR over 26,000 lbs. will not exceed either 68 MPH or the manufacturer's maximum fire service speed rating for the tires installed on the apparatus, whichever is lower. NFPA-1901, 2009 Edition - 4.15.3. If the combined water tank and foam agent tank capacities on the fire apparatus exceed 1250 gallons, or the GVWR of the vehicle is over 50,000 lbs., the maximum top speed of the apparatus will not exceed either 60 MPH or the manufacturer's maximum fire service speed rating for the tires installed on the apparatus, whichever is lower. SAFETY SIGNS The following safety signs will be provided: 10845-0002 08/01/23 5 Fouts Bros Fire Equipment SEATED AND BELTED WARNING LABEL - FAMA# 07 A permanent label will be provided that is visible to all occupants that states that they should be seated and belted while the apparatus is in motion. The label will also state potential injuries or death that could be caused if the safety belts are not used properly. CAB INTERIOR EQUIPMENT MOUNTING DANGER LABEL - FAMA# 10 A permanent label will be provided inside of the cab warning of the dangers of unsecured equipment inside the cab. The label will state that all equipment will be properly secured and also warn of potential injury or death that could be caused by failing to do so. DO NOT WEAR HELMET LABEL - FAMA# 15 A permanent label will be provided inside of the cab in view of all seated positions stating that helmets should not be worn in cab. The label will also warn of potential injury or death that could be caused by wearing helmet in cab. VEHICLE BACKING LABEL - FAMA17 A permanent label will be provided inside of the cab in view of the driver advising of proper procedures to follow when the apparatus is in reverse motion. The label will also warn of potential injury or death that be caused by failing to follow proper procedures. • "Do Not Move Apparatus When Light Is On" sign adjacent to the warning light indicating a hazard if the apparatus is moved (as described in subsequent section). CHASSIS DATA LABELS The following information will be on labels affixed to the vehicle: Fluid Data: • Engine oil • Engine coolant • Chassis transmission fluid • Pump transmission lubrication fluid • Pump primer fluid (if applicable) • Drive axle(s) lubrication fluid • Air conditioning refrigerant • Air conditioning lubrication • Power steering fluid • Cab tilt mechanism fluid (if applicable) • Transfer case fluid • Equipment rack fluid (if applicable) • Air compressor system lubricant • Generator system lubricant (if applicable) 10845-0002 08/01/23 6 Fouts Bros Fire Equipment Chassis Data: • Chassis Manufacturer • Production Number • Year Built • Month Manufactured • Vehicle Identification Number The location will be in the driver's compartment of the chassis cab. OVERALL HEIGHT, LENGTH, GVW DATA PLAQUE A "high visibility" plate will be permanently mounted in the cab, visible to the driver when seated. The plate will show the overall height of the completed apparatus in feet and inches, the overall length of the completed apparatus in feet and inches. The plate will also show the gross vehicle weight rating (GVWR) in tons. Text will also be supplied on the plate, indicating that the information shown is current upon completion of the apparatus. If the overall height of the apparatus changes after the apparatus is put into service, then the purchaser must revise the dimensions on the plate. "NO RIDE" LABEL A label will be located on the vehicle at the rear step areas, and at any cross walkways, if they exist. The label(s) will warn personnel that riding in or on these areas while the vehicle is in motion is prohibited. COMMERCIAL CHASSIS SPECIFICATION CHASSIS PROVIDER The chassis, as detailed in these specifications, will be ordered and supplied by the apparatus manufacturer. FREIGHTLINER CHASSIS A Freightliner 2-door chassis per the attached specifications will be furnished: 10845-0002 08/01/23 7 Fouts Bros Fire Equipment CHASSIS PAINT COLOR The cab will be painted a Single color. CAB PAINT SECONDARY/LOWER COLOR The secondary/lower paint color will be: CHASSIS MODIFICATIONS The following modifications and installations will be performed on the chassis upon delivery to the apparatus manufacturer: TIRE PRESSURE MONITORING DEVICE Each tire installed on the apparatus will be equipped with a tire pressure monitoring device. The device will consist of a valve stem cap to with an LED tire alert to indicate tire pressure conditions. The LED will flash when the tire drops 5-10 psi below the factory setting. HUB COVERS (front) Stainless-steel hub covers will be provided on the front axle. HUB COVERS (rear) A pair of stainless-steel high hat hub covers will be provided on each of the rear axle hubs. COVERS, LUG NUT, CHROME Chrome lug nut covers will be supplied on front and rear wheels. EXHAUST SYSTEM The chassis exhaust system will be provided as detailed in the chassis specifications. NO modifications will be made by the apparatus manufacturer. HOT EXHAUST DANGERS LABEL - FAMA# 04 A permanent label will be provided near any hot exhaust surface that warns of potential injury or death that could be caused by contact with the surface. The label will also state precautions that should be taken while working on or around the surface. 10845-0002 08/01/23 8 Fouts Bros Fire Equipment BUMPER The front bumper will be provided as detailed in the chassis specifications. CHASSIS PREPARATION Prior to installation of the fire pump, apparatus body, or cab steps, all components which extend out beyond the chassis frame rails will be removed and relocated to the area within the frame rails. CHASSIS TOW HOOKS The front tow hooks will be provided as detailed in the chassis specifications. REAR TOW PLATES Two (2) rear tow plates with 1.50" I.D. holes, constructed with 1.00" steel plate will be provided at the rear of the apparatus body. FRONT MUD FLAPS A pair of black rubber mud flaps will be provided as detailed in the chassis specifications. REAR MUD FLAPS A pair of black rubber mud flaps, with the Manufacturer's logo, will be provided and installed behind the rear wheels. VEHICLE DATA RECORDER The apparatus will be equipped with a Class1 "Vehicle Data Recorder and Seat Belt Warning System" (VDR/SBW) that is connected to the power train CAN (Controller Area Network) bus consisting of transmission (TCM), engine control (ECM) and antilock brake (ABS) modules mounted on the apparatus. The VDR/SBW will function per NFPA 1901-2009 sections 4.11 (Vehicle Data Recorder) utilizing the power train's J1939 data and 14.1.3.10 (Seat Belt Warning) using the Class1 "Seat Belt Input Module" for seat occupied and belt status information. The VDR data will be downloadable by USB cable to a computer using either MicrosoftTM or Apple TM Operating Systems using Class 1/ O.E.M. supplied reporting software. 10845-0002 08/01/23 9 Fouts Bros Fire Equipment SEAT BELT WARNING SYSTEM There will be a seat belt indicator system supplied in the cab. The indicator system will indicate seat belt use for each individual seating position when the seat is occupied, the seat belt remains unfastened, and the parking brake is released. A Class1 model 118620 display panel will be supplied in the dash area. The panel will have an audible indicator and a red light display to indicate that the seat belt has not been fastened. VEHICLE DATA RECORDER DOWNLOAD HARNESS A Class1 model #629-00025 USB VDR download harness will be supplied with the system to allow the data to be downloaded to a computer. CENTER CONSOLE A center console will be furnished and will be located between the driver and officer's seats. The top face of the console will be designed as the switch panel for all emergency light switches. BATTERY SYSTEM The battery system will be supplied with the chassis. BATTERY JUMPER STUDS External battery jumper studs will be provided as detailed in the chassis specifications. KEYLESS IGNITION SWITCH One (1) non-removable, keyless style ignition switch will be provided with the chassis. MASTER BODY DISCONNECT SWITCH A master body disconnect on/off switch will be provided in the cab, near the driver's door. The switch will disconnect the power to the apparatus body when the ignition switch is in the off position. One (1) reset breaker will be installed between the solenoid output and any electrical load. BATTERY CONDITIONER A Kussmaul Chief 6012 Series battery conditioner will be supplied. The battery conditioner will provide a 60 amp output for the chassis batteries and a 20 amp output circuit for accessory loads. 10845-0002 08/01/23 10 Fouts Bros Fire Equipment BATTERY CHARGER LOCATION The battery charger will be located in a pre-determined location by the manufacturer. 120 VOLT SHORELINE CONNECTION - "SUPER" AUTO EJECT One (1) Kussmaul "Super" Auto Eject model 091-55-20-120, automatic, 120 volt, 20 amp shoreline disconnect will be provided for the on board, 120 volt battery charging systems. AUTO-EJECT MATING PLUG A Kussmaul model # 5-20P-H, 20 amp mating female cord end will be shipped loose with the apparatus to allow the Fire Department to connect cord end to a Fire Department provided charging cord. BATTERY CHARGER DISPLAY/ COVER One (1) Kussmaul model 091-55-266-YW battery charger status center/ auto eject cover will be supplied with the charger. The cover will be yellow in color. SHORELINE RECEPTACLE LOCATION The shoreline receptacle will be located on the left hand side of the apparatus in a pre-determined location by the manufacturer. AUXILIARY AIR COMPRESSOR A Kussmaul 12V air compressor will be supplied. The compressor system will be designed to maintain the air pressure in the air system while not in use. A pressure switch will sense air pressure drop and engage the compressor which will run until the pressure is restored. AUXILIARY AIR COMPRESSOR LOCATION The auxiliary air compressor will be located in a pre-determined location by the manufacturer. BACK-UP ALARM One (1) 97 DB back up alarm will be provided and installed at the rear of the unit. It will be wired to activate when the transmission is placed in reverse. 10845-0002 08/01/23 11 Fouts Bros Fire Equipment PUMP, MODULE, AND RELATED ITEMS NFPA 1901 COMPLIANT PUMP The fire pump and related plumbing on the specified apparatus will be installed in accordance with applicable NFPA 1901 guidelines at the time the contract was placed. HALE MBP POWER TAKE-OFF (PTO) PUMP PUMP ASSEMBLY 1. The pump will be of a size and design to mount on the chassis rails of commercial and custom truck chassis. 2. The entire pump will be manufactured, and dynamometer tested at the pump manufacturer's factory. The pump manufacturer must have ISO 9001 quality control certification. 3. The pump will be driven by the truck chassis engine through a transmission mounted or split drive line power take-off (PTO). The engine and PTO will provide sufficient horsepower and RPM to enable the pump to meet and exceed the specified performance within the torque rating of the PTO, truck transmission gears and drive line components. 4. The entire pump, both suction and discharge passages, will be hydrostatically tested to a pressure of 600 PSI. The pump will be fully tested at the pump manufacturer's factory to the performance spots as outlined by the latest NFPA 1901 Standard. Pump will be free from objectionable pulsation and vibration. 5. The pump body and related parts will be ductile iron alloy, with a minimum tensile strength of 60,000 PSI. All moving parts in contact with water will be of high quality bronze or stainless steel. Pumps utilizing castings made of lower tensile strength cast iron are not acceptable. 6. The pump body will be vertically split on a single plane, for easy removal of impeller, clearance rings and mechanical seal assembly, from the pump without disturbing the mounting of the pump in the chassis. As an alternative, it must be possible to remove all these items without disturbing the pump body, manifolds, and associated pipe work. 7. The pump discharge will be rotatable to achieve different positions— 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11 and 12 o'clock (by rotating the volute). 8. Pump impeller will be hard, fine grain bronze of the mixed flow design, accurately machined and individually balanced. The vanes of the impeller intake eye will be hand-ground and polished to a sharp edge. The impeller to be of sufficient size and design to provide ample reserve capacity. The impeller will be keyed to the pump shaft. 9. Impeller clearance rings will be bearing bronze, easily renewable without replacing impeller or pump body. 10845-0002 08/01/23 12 Fouts Bros Fire Equipment 10. The inboard rear clearance ring will be of a single labyrinth, intermeshing type design to provide extended life and better pump performance due to reduced recirculation. 11. The pump shaft will be precipitation hardening stainless steel with a positive impeller lock. The pump shaft must be sealed with double lip oil seal to keep road dirt and water out of gearbox. 12. Pump shaft to be rigidly supported by rolling element bearings for minimum deflection and end float. Shaft end float will be controlled by the bearings and will not be adjustable. GEARBOX 1. The gearbox as well as the pump will be constructed and tested at the pump manufacturer's factory. 2. The aluminum alloy gearbox is designed to function without lubrication change for up to three years assuming manufacturer's specified gear oil is used. 3. The bearings and shaft will be oil splash lubricated, by the gear rotation, to ensure that the pump can be operated at any angle up to 15' in any direction. 4. Gearbox will be of sufficient size to withstand the torque of the engine in pump operating conditions. The gearbox will be designed of ample capacity for lubrication reserve and to maintain the proper operating temperature. 5. Input shaft to be rigidly supported by rolling element bearings for minimum deflection and end float. Shaft end float will be controlled by the bearings and will not be adjustable. 6. The input shaft will be of heat-treated nickel chromium molybdenum steel and will withstand the torque of the engine in pump operating conditions. The input shaft must be sealed with oil seal to keep road dirt and water out of gearbox. 7. All gears, both drive and pump, will be of the highest quality electric furnace chrome nickel steel. Bores will be ground to size and teeth integrated and hardened, to give an extremely accurate gear for long life, smooth, quiet running, and higher load carrying capability. An accurately cut helical high contact design will be provided. (No exceptions.) 8. The pump ratio will be selected by the apparatus manufacturer to give maximum performance with the engine, transmission and power take-off selected. 9. The gearbox housing will be fitted with a cooling water system as standard. 10. The gearbox will be rotatable to achieve six different positions — horizontal left, horizontal left - 22.5° down, horizontal right, horizontal right—22.5° down, inverted (input over pump) and vertical (pump over input). 10845-0002 08/01/23 13 Fouts Bros Fire Equipment MECHANICAL SEAL The pump shaft will have only one mechanical seal. The mechanical seal will be a self-adjusting mechanical type, incorporating a rotating spring-loaded hard carbon ring running against a stationary silicon carbide seat with a PTFE backup ring that provides best in class reliability. The seal will be pre- loaded during pump assembly and will require no maintenance or adjustments during its life. (No exceptions.) ELECTRONIC PUMP MANUALS Two (2) sets of electronic fire pump service and operation manuals will be provided with the completed apparatus. PUMP WARRANTY The pump will be covered by the Hale Pro-Tech 5-year pump warranty against workmanship and materials. Both parts and labor will be covered for the first 2 years and years 3-5 will have parts only coverage. MIDSHIP FIRE PUMP DRIVESHAFTS AND INSTALLATION The midship PTO fire pump will be installed and will include installation of the fire pump, modification and/or fabrication of new drivelines and all pump-mounting brackets. 1000 GPM FIRE PUMP SPECIFICATIONS The centrifugal type fire pump will be a Hale model MBP with a rated capacity of 1000 GPM. The pump will meet NFPA 1901 requirements. The pump will be certified to meet the following deliveries: 1000 gpm (3785 L/M) @ 150 psi (10.3 bar) 700 gpm (2646 L/M) @ 200 psi (13.8 bar) 500 gpm (1893L/M) @ 250 psi (17.2 bar) POWER TAKE OFF A ten (10) bolt Chelsea model 870-XDFJP-B5XV heavy duty transmission driven PTO will be installed to drive the pump. 10845-0002 08/01/23 14 Fouts Bros Fire Equipment LEFT SIDE INLET - 6.00" One (1) 6.00" steamer inlet with male NST threads will be provided on the left side of the pump module. The inlet will have a removable screen. INLET CAP One (1) 6.00" chrome plated cap with long handles and NST threads will be supplied. The cap will be capable of withstanding 500 PSI and be trimmed with the apparatus manufacturer's logo in the center of the cap. RIGHT SIDE INLET - 6.00" One (1) 6.00" steamer inlet with male NST threads will be provided on the right side of the pump module. The inlet will have a removable screen. INLET CAP One (1) 6.00" chrome plated cap with long handles and NST threads will be supplied. The cap will be capable of withstanding 500 PSI and be trimmed with the apparatus manufacturer's logo in the center of the cap. PUMP SHIFT - PTO - STATIONARY PUMPING One (1) PTO will be installed to drive the fire pump. An electrically activated switch will be installed in the cab to engage the fire pump. Safety interlocks will be provided to ensure the pump drive system components are properly engaged to safely operate the pump. The following indicators will be provided and installed: A green "PUMP ENGAGED" indicator will be located in the cab and will energize when the pump shift has successfully been completed. A green"OK TO PUMP" indicator will be located in the cab, and will energize when the pump is engaged, the chassis transmission is in neutral, and the parking brake is engaged. PTO ENGAGEMENT SWITCHING One (1) rocker switch with indicator will be installed on the switch panel in the cab to control the PTO engagement switch. The switch will be labeled "PTO Engage". 10845-0002 08/01/23 15 Fouts Bros Fire Equipment PIPING AND MANIFOLDS All the plumbing and/or piping in the pump module will be of 304 stainless steel or flexible piping for long life. All stainless-steel castings will be a minimum of schedule 40. All NPT pipe thread connections larger than 0.75" connections will be avoided in the construction of the plumbing system. The following valves will have groove connection: rear discharge, tank fill, all 2.00" and 2.50" pre-connect valves. The flexible piping will be black SBR synthetic rubber hose with 300 working pounds and 1,200 pounds burst pressure for sizes 1.50" through 4.00". Sizes 0.75", 1.00" and 5.00" are rated at 250 lb. working and 1,000 lb. burst pressure. All sizes are rated at 30 HG vacuum. Reinforcement consists of two (2) plies of high tensile strength tire cord for all sizes sand helix wire installed in sizes 1.00" through 5.00" for maximum performance in tight bend applications. The material has a temperature rating of —40 degrees F to 210 degrees F. Full flow couplings are precision machined from high tensile strength stainless steel. All female couplings are brass. 0.75" and 1.00" male and Victaulic couplings are brass INDIVIDUAL DRAINS All 2.00" or larger discharge outlets will be equipped with a 0.75" ball valve drain valve or larger. HOSE THREADS- NST All hose threads will be National Standard Thread (NST) on all base threads on the apparatus intake and discharges, unless otherwise specified. MASTER PUMP DRAIN The pump will be equipped with a Class 1 Master Pump drain to allow draining of the lower pump cavities, volute and selected water carrying lines and accessories. The drain will have an all brass body with a stainless steel return spring. U.L. TEST POINTS Two (2) U.L. test points will be mounted on the pump panel for testing of the vacuum and pressures. The test points will be a single piece with individual ports for suction and discharge. VALVES The valves will be Akron Brass with stainless balls. The valves will be bi-directional with full flow capability. The valves will be of fixed pivot ball design with a flow pressure rating to meet NFPA-1901 standards. All 3.00" discharge valves will be supplied with a true slow close mechanism per NFPA specifications. INDIVIDUAL DRAINS 10845-0002 08/01/23 16 Fouts Bros Fire Equipment One (1) individual Class1 quarter-turn up drain valve will be furnished for each 1.50" or larger discharge port and each 2.50" gated auxiliary suction. DISCHARGE GAUGES Individual Class 1 2.50" line gauges for each 2.00" or larger discharge will be provided and mounted adjacent to the discharge valve control handle. The gauges will indicate pressure from 0 to 400 PSI. The pressure gauge will be fully filled with pulse and vibration dampening Interlube to lubricate the internal mechanisms to prevent lens condensation and to ensure proper operation to minus 40 degrees F. To prevent internal freezing and to keep contaminants from entering the gauge, the stem and Bourdon tube will be filled with low temperature material and be sealed from the water system using an isolating Sub Z diaphragm located in the stem. PUMP CERTIFICATION The fire pump will be tested to meet the flow requirements of the pump. A written certification will be provided with the completed vehicle. FIRE PUMP PRIMING SYSTEM A Trident model# 31.003.7 air operated priming system will be installed. The unit will be of all brass and stainless steel construction and designed for fire pumps of 1,000 GPM or less. The primer will be a two-barrel design with 0.75" NPT connection to the fire pump. The primer will be mounted above the pump impeller so that the priming line will automatically drain back to the pump. The primer will also automatically drain when the panel control actuator is not in operation. The inlet side of the primer will include a brass `wye' type strainer with removable stainless steel fine mesh strainer to prevent entry of debris into the primer body. The primer will require a minimum of 13.2 cubic foot per minute air compressor and will be capable of meeting drafting requirements at high idle engine speed. The air supply will be from a chassis supplied `protected' air storage tank with a pressure protection valve. The air supply line will have a pressure protection valve set between 70 to 80 PSIG. The primer control will have a manually operated, panel mounted "push to prime" air valve, which will direct air pressure from the air brake storage tank to the primer body. To prevent freezing, no water will flow to and from the panel control. 10845-0002 08/01/23 17 Fouts Bros Fire Equipment CLASS ONE STAINLESS INTAKE RELIEF VALVE The apparatus will be equipped with a Class1 inlet relief valve that is of all stainless-steel construction. It will have an adjustable pressure relief setting from 75 psi to 350 psi and is factory preset at 125 psi. The valve will have a 2.50" male NST threaded discharge outlet. The valve will meet NFPA 1901 requirements for pump inlet relief valve. PUMP COOLING/BYPASS LINE A 0.25" pump cooling/bypass line will be provided from the pump discharge manifold directly into the tank. The valve will be a 0.25" multi-turn valve installed through the instrument panel and labeled. CHASSIS ENGINE HEAT EXCHANGER COOLING SYSTEM The apparatus will be equipped with a heat exchanger for supplementary chassis engine cooling during fire pump operations. The system will provide cooling water from the fire pump to circulate around the engine radiator coolant without mixing or coming in direct contact with the engine coolant. The unit will be installed by the chassis manufacturer and connected to the plumbing system by the fire apparatus manufacturer. PRESSURE GOVERNOR and ENGINE MONITORING DISPLAY Fire Research PumpBoss Max series PBA501-D00 pressure governor and control module kit will be installed. The kit will include a control module, intake pressure sensor, discharge pressure sensor, and cables. The control knob will be 2" in diameter with no mechanical stops, have a serrated grip, and a red idle push button in the center. It will not extend more than 2" from the front of the control module. The control LCD will be 3.5" in size with a minimum brightness of 1000 nits and optically bonded to 3mm Borofloat Glass. Inputs for monitored engine information will be from a J1939 data bus or independent sensors. Outputs for engine control will be on the J1939 data bus. Inputs from the pump discharge and intake pressure sensors will be electrical. The following continuous displays will be provided: Engine RPM; shown on LCD screen. Check engine and stop engine warning; shown on LCD screen. Engine oil pressure; shown on LCD screen. Engine coolant temperature; shown on LCD screen. Transmission Temperature; shown on LCD screen. Battery voltage; shown on LCD screen. Pressure and RPM operating mode LEDs. Pressure / RPM setting; shown on LCD screen. Throttle ready / Ok to Pump LEDs. 10845-0002 08/01/23 18 Fouts Bros Fire Equipment On screen (LCD) message display will show diagnostic and warning messages as they occur. It will show monitored apparatus information, stored data, and program options when selected by the operator. LCD Screen and LED's intensity will be automatically adjusted for day and nighttime operation. The program will store the accumulated operating hours for the pump and engine to be displayed with the push of a button. It will monitor inputs and support audible and visual warning alarms for the following conditions: High Battery Voltage Low Battery Voltage (Engine Off) Low Battery Voltage (Engine Running) High Transmission Temperature Low Engine Oil Pressure High Engine Coolant Temperature Out of Water (visual alarm only) No Engine Response (visual alarm only). The program features will be accessed via push buttons located on the front of the control module. There will be a USB port located at the rear of the control module to upload future firmware enhancements. The pressure governor will operate in two control modes, pressure, and RPM. No discharge pressure or engine RPM variation will occur when switching between modes. A throttle ready and Ok to Pump LED will light when the interlock signal is recognized. The pressure governor will start in pressure mode and set the engine RPM to idle. In pressure mode the pressure governor will automatically regulate the discharge pressure at the level set by the operator. In RPM mode the governor will maintain the engine RPM at the level set by the operator except in the event of a discharge pressure increase. The pressure governor will limit a discharge pressure increase in RPM mode to a maximum of 30 psi. Other safety features will include recognition of low water and no water conditions with an automatic programmed response and a push button to return the engine to idle. The pressure governor control module will be programmed at installation for a specific engine. LEFT SIDE AUXILIARY SUCTION One (1) 2.50" intake with an Akron Brass valve will be located on the left side panel. The valve will be a quarter turn ball type and fixed pivot design to allow easy operation at all pump pressures. The valve will come equipped with an inlet strainer and a 2.50" NST chrome inlet swivel. The side auxiliary inlet will incorporate a quarter-turn ball valve with a swing-type manual control located adjacent to the intake. 10845-0002 08/01/23 19 Fouts Bros Fire Equipment One (1)2.50" chrome plated plug will be provided. The plug will be equipped with MNST threads, rocker lugs, and chain. TANK TO PUMP LINE One (1) 3.00" tank to pump line will be provided for connection between the water tank and the fire pump. The valve will be a 3.00" Akron Brass quarter turn ball type. The valve will be actuated with an air cylinder. The valve will be controlled with a switch at the pump panel. TANK FILL/ RECIRULATION LINE One (1) 2.00" discharge with an Akron Brass valve will be plumbed to the tank. The valve will be a quarter turn ball type and fixed pivot design to allow easy operation at all pump pressures. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00" x 3.00" identification tag. The controls will be locked in any position. LEFT SIDE FRONT PANEL DISCHARGE One (1) 2.50" discharge with an Akron Brass valve will be located on the left side panel. The valve will be a quarter turn ball type and fixed pivot design to allow easy operation at all pump pressures. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00" x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. The discharge will be equipped with an integral, stainless steel, 30-degree elbow terminating with 2.50" MNST threads. One (1) 2.50" chrome plated cap with self-venting lungs will be provided. The cap will be equipped with FNST threads, rocker lugs, and chains. LEFT SIDE REAR PANEL DISCHARGE One (1) 2.50" discharge with an Akron Brass valve will be located on the left side panel. The valve will be a quarter turn ball type and fixed pivot design to allow easy operation at all pump pressures. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00" x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. The discharge will be equipped with an integral, stainless steel, 30-degree elbow terminating with 2.50" MNST threads. 10845-0002 08/01/23 20 Fouts Bros Fire Equipment One (1) 2.50" chrome plated cap with self-venting lungs will be provided. The cap will be equipped with FNST threads, rocker lugs, and chains. RIGHT SIDE FRONT PANEL DISCHARGE One (1) 2.50" discharge with an Akron Brass valve will be located on the right side panel. The valve will be a quarter turn ball type and fixed pivot design to allow easy operation at all pump pressures. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00" x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. The discharge will be equipped with an integral, stainless steel, 30-degree elbow terminating with 2.50" MNST threads. One (1) 2.50" chrome plated cap with self-venting lungs will be provided. The cap will be equipped with FNST threads, rocker lugs, and chains. RIGHT SIDE REAR PANEL DISCHARGE One (1) 2.50" discharge with an Akron Brass valve will be located on the right side panel. The valve will be a quarter turn ball type and fixed pivot design to allow easy operation at all pump pressures. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00" x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. The discharge will be equipped with an integral, stainless steel, 30-degree elbow terminating with 2.50" MNST threads. One (1) 2.50" chrome plated cap with self-venting lungs will be provided. The cap will be equipped with FNST threads, rocker lugs, and chains. CROSSLAY PRE-CONNECT DISCHARGE #1 One (1) 1.75" crosslay pre-connect with a 2.00" Akron Brass valve will be installed in the pump module above the pump. The crosslay will be plumbed using 2.00" stainless steel pipe, and/or flexible piping. The crosslay discharge will terminate below the hose bed floor with a 1.50" NSTM chicksan swivel adapter. The crosslay hose bed floor will be slotted to allow the swivel to extend up through the floor, allowing the pre-connected hose to be pulled off either side of the apparatus without kinking the hose at the coupling connection. Crosslay discharge #1 will be designed to have a minimum total capacity of 3.5 cubic feet as required by NFPA -1901 to accommodate a minimum of 200 feet of 1.75" fire hose. 10845-0002 08/01/23 21 Fouts Bros Fire Equipment The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00" x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. CROSSLAY PRE-CONNECT DISCHARGE #2 One (1) 1.75" crosslay pre-connect with a 2.00" Akron Brass valve will be installed in the pump module above the pump. The crosslay will be plumbed using 2.00" stainless steel pipe, and/or flexible piping. The crosslay discharge will terminate below the hose bed floor with a 1.50" NSTM chicksan swivel adapter. The crosslay hose bed floor will be slotted to allow the swivel to extend up through the floor, allowing the pre-connected hose to be pulled off either side of the apparatus without kinking the hose at the coupling connection. Crosslay discharge #2 will be designed to have a minimum total capacity of 3.5 cubic feet as required by NFPA-1901 to accommodate a minimum of 200 feet of 1.75" fire hose. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00" x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. CROSSLAY#3, HOSEBED ("DEADLAY") One (1) crosslay style "deadlay" hosebed will be installed above the pump. The deadlay will have the capacity to hold 250' of 2.50" fire hose and nozzle. CROSSLAY DIVIDER(S) Two (2) crosslay dividers will be provided, one (1) between the#1 and #2 crosslay, and one (1) between the #2 and #3 crosslay. Each divider will be constructed from 0.188" thick abraded aluminum plate and will be mounted on a base T-extrusion that provides lower support the length of the divider. There will be a hand hole on each side of the dividers to assist the firefighter. 10845-0002 08/01/23 22 Fouts Bros Fire Equipment VINYL CROSSLAY COVER The crosslays will be equipped with a heavy duty 18 oz. vinyl cover with side flaps. The top portion will be fastened to the pump house with Velcro and the side flaps will be held in place with a hook and bungee system. The vinyl cover will be red in color. 4.50" MASTER PRESSURE GAUGE One (1) Class1, 4.50" liquid filled master pressure gauge with stainless steel bezel will be provided, reading from 0 Hg. to 400 psi. It will be accurate to within 1%. The gauge will have a white face and black markings. The gauge will be located on the pump operator's panel. 4.50" MASTER INTAKE GAUGE One (1) Class 1, 4.50" liquid filled master intake gauge(s) with stainless steel bezel will be provided, reading from -30" Hg. to 400 psi. It will be accurate to within 1%. The gauge will have a white face and black markings. The gauge will be located on the pump operator's panel. LED WATER LEVEL GAUGE (PUMP PANEL) One (1) Innovative Controls Soft-Glo model # 3050869-03-W-37 LED water level monitor kit will be provided and installed on the left hand side pump operator's control panel. The display will show the volume of water in the tank using 4 distinct illuminated levels. Tank level indication is enhanced by the use of 180' wide-angle diffusion lenses in front of the LEDs. The LEDS are diffused by a proprietary method that creates an illumination effect that remains bright but eliminates the typical irritation to an operator's eyes traditionally caused by bright LEDs. The gauge will use a pressure transducer #3030376-01 installed near the bottom of the water tank to determine the correct volume in the tank. CAB MOUNTED WATER TANK INDICATOR One (1) Innovative Controls Soft-Glo model #3050853-W-37 mini tank level display will be provided and installed on the console in the cab. The display(s) will show the volume in the tank on 4 distinct illuminated levels. The display will mimic the main pump panel mounted display via CAN Bus. PUMP, MODULE, AND RELATED ITEMS PUMP MODULE BODY The pump module body will be a self-supported structure mounted independently from the body and chassis cab. The pump module will be constructed entirely of extrusions and aluminum plate. The 10845-0002 08/01/23 23 Fouts Bros Fire Equipment framework will be formed from beveled aluminum alloy extrusions and will be electrically seam welded at each joint using 5356 aluminum alloy welding wire. The main framework to be 3.00 x 3.00 x 0.18, or 3.00 x 1.5 webbed 0.25, 6063-T5 aluminum extrusion. The pump module design must allow normal frame deflection through isolation mounts without imposing stress on the pump module structure or side running boards. The pump module will consist of a welded framework, properly braced to withstand chassis frame flexing. The pump module support will be bolted to the frame rails of the chassis. PUMP MODULE WIDTH Pump Module to be 36.00" (side to side). PUMP PANEL MATERIAL The left side operator's panel, gauge panel, right side pump panel and right side access door will be fabricated from 14-gauge 304L stainless steel with a #4, (150/180 grit), standard brushed finish. GAUGE PANEL The pump operator's upper gauge panel will be located on the left hand side of the pump module above the main control panel. It will be horizontally hinged and will have two (2) latches. PUMP ENCLOSURE ACCESS DOOR -- RIGHT SIDE UPPER A vertically hinged pump panel access door will be provided on the upper right side of the side mount pump enclosure. The access door will be approximately 22.00" high and as wide as possible. The door will have three (3) push button type latches. The drains located on the officer's side panel will be fastened to the lower panel, which will be stationary. PUMP PANEL LIGHT SHIELD, LH SIDE PANEL One (1) LED strip light will be installed under an instrument panel light hood on the left side pump panel. PUMP PANEL LIGHT SHIELD, RH SIDE PANEL One (1) LED strip light will be installed under an instrument panel light hood on the right side pump panel. A weather resistant switch, located on the pump operator's panel will be provided to activate the lights. 10845-0002 08/01/23 24 Fouts Bros Fire Equipment PUMP COMPARTMENT LIGHTS (LED) Two (2) clear LED lights will be provided inside the pump compartment area. Each will be switched. LEFT SIDE RUNNING BOARD The left pump panel will be equipped with a side running board. The running board will be constructed of 0.125" embossed fire apparatus bright aluminum treadplate. It will be a minimum of approximately 11.00" deep x the width of the module. The running board will have an upward bend on the inside edge to act as a kick plate. The running board will be attached to a frame mounted outrigger support structure. The running board will have a 3.00" downward bend on the front and side faces with a 1.00" underside return for superior strength. RIGHT SIDE RUNNING BOARD The right pump panel will be equipped with a side running board. The running board will be constructed of 0.125" embossed fire apparatus bright aluminum treadplate. It will be a minimum of approximately 11.00" deep x the width of the module. The running board will have an upward bend on the inside edge to act as a kick plate. The running board will be attached to a frame mounted outrigger support structure. The running board will have a 3.00" downward bend on the front and side faces with a 1.00" underside return for superior strength. FRONT PUMP HOUSE COVER The front of the pump enclosure will be covered with .125" aluminum treadplate. REAR PUMP HOUSE COVER The rear of the pump enclosure will be covered with .125" aluminum treadplate. HOSE RESTRAINT LABEL - FAMA# 22 A permanent label will be provided near any hose storage area. The label will instruct the operator to ensure that all hose is properly secured prior to placing the apparatus in motion and to provide warning of potential dangers, including injury or death, in failing to do so. INTAKE/DISCHARGE CAP PRESSURE LABEL - FAMA# 18 A permanent label will be provided in all areas that intakes and discharges are capped. The label will give instructions on how to properly remove the cap. The label will also warn of potential dangers, injury or death that be caused by failing to follow proper cap removal procedures. 10845-0002 08/01/23 25 Fouts Bros Fire Equipment TRAINED OPERATOR ONLY LABEL - FAMA# 251 A permanent label will be provided on the pump panel that states that only properly trained personnel should operate the apparatus and will indicate that injury or death could occur as a result. PUMP PANEL ID PLATE An identification plate will be installed on the pump operator control panel to identify the fire pump serial number, model number, and performance. COLOR CODED PUMP PANEL LABELING AND NAMEPLATES Discharge and intake valve controls will be color coded in compliance with guidelines of applicable sections of NFPA standards. Innovative Controls permanent type nameplates and instruction panels will be installed on the pump panel for safe operation of the pumping equipment and controls. WATER TANK AND RELATED COMPONENTS 3000 GALLON POLY TANK Tank capacity will be 3000 US gallons /2498 Imperial gallons / 11356 Liters. WATER FILL TOWER AND COVER The tank will have a combination vent and manual anti-surge fill tower. The fill tower will be constructed of 0.50" PT3 polypropylene and will be a minimum dimension of 14.00" x 14.00" outer perimeter. The fill tower will be blue in color indicating that it is a water-only fill tower. The tower will have a 0.25" thick removable polypropylene screen and a PT3 polypropylene hinged cover. The capacity of the tank will be engraved on the top of the fill tower lid. The fill tower will have an anti-surge provision. It will be designed to prevent water splashing up through the top of the fill tower when the water tank is full, and the apparatus comes to an immediate stop. (NO EXCEPTION) FILL TOWER LOCATION The fill tower will be located in the left front area of the tank. Inside the fill tower there will be a combination vent/overflow pipe. The vent overflow will be a minimum of schedule 40 polypropylene pipe with a minimum I.D. of 6.00" that is designed to run through the tank and will be piped to discharge water behind the rear wheels as required in NFPA 1901 so as to not interfere with rear tire traction. 10845-0002 08/01/23 26 Fouts Bros Fire Equipment SUMP There will be one (1) sump standard per tank. The sump will be constructed of a minimum of 0.50" PT3 polypropylene and be located in the left front quarter of the tank, unless specified otherwise. On all tanks that require a front suction, a 3.00" schedule 40 polypropylene pipe will be installed that will incorporate a dip tube from the front of the tank to the sump location. All tanks will have an anti-swirl plate located approximately 3.00" above the inside floor. WATER TANK CLEAN-OUT PLUG The tank will have a 4.00" N.P.T. threaded outlet on the bottom for a cleanout/ drain plug per NFPA. The cleanout/ drain plug will be installed in the bottom of the water tank using an 8-Bolt flange with a 4.00" N.P.T. threaded outlet to create easy access to the plug. (NO EXCPETION) MOUNTING BLOCKS, TANK SIDES There will be four (4) mounting blocks, two (2) on each side for mounting equipment such as ladder brackets. MOUNTING BLOCK, REAR TANK FACE A 1.00" mounting block will cover the whole rear of tank for mounting work lights, folding steps, grab rails, accessories, and emergency lighting. A 1.00" mounting block will be on the front left hand side of the tank for mounting folding steps, grab rails, and accessories. A 1.00" mounting block will be on the front right hand side of the tank for mounting folding steps, grab rails, and accessories. REAR CAMERA NOTCH A recessed mounting area for a backup camera will be built into the rear of the tank. As high and as close to the center line as possible. HOSE BED There will be a hose bed area constructed of polypropylene on the top of the tank consisting of two side walls and one front panel. The hose bed will be welded to the outside perimeter of the tank cover and will be approximately 9.00" tall by the length and width of the water tank. The hose bed will be free from all projections, which may interfere with the unloading of the hose. 10845-0002 08/01/23 27 Fouts Bros Fire Equipment HOSE BED STORAGE CAPACITY The hose bed will be designed to have a storage capacity for a minimum of 80.00 cubic feet of fire department supplied fire hose. HOSEBED FLOOR The floor of the hose bed will be grooved by the tank manufacturer to provide an integral planking designed to allow the loaded hose to drain and allow airflow for ventilation. VINYL HOSEBED COVER The apparatus will be equipped with an 18 oz. vinyl Hosebed cover with a rear flap and a hook and bungee fastening system at front and sides. The rear flap will be fastened with three (3) 2.00" side release plastic buckle assemblies. The vinyl material will be treated for protection against UV rays and mildew. The vinyl cover will be red in color. REAR DUMP VALVE One (1) NEWTON 10.00" Model 1050-34 Stainless Steel dump valve will be installed. It will be located at the rear center of the apparatus. One (1) manual operated lever control will be used to open and close the dump valve, the lever will be located on the top of the valve. SWIVEL DUMP SYSTEM A Newton Model 6012SW-34 stainless steel swivel dump chute extension will be mounted on the rear dump valve. The unit will be able to rotate 180 degrees and lock in place while the apparatus is in motion. With the swivel attached, the chute will be capable of flowing 2,777 gpm. TELESCOPIC EXTENSION CHUTE One (1) Newton, model 4036-8X12-34, manual stainless steel telescoping extension chute will be installed on the swivel. The extension chute will be capable of extending 36.00" past the dump valve. DIRECT TANK FILL - LEFT HAND SIDE There will be a one (1) 2.50" direct tank fill located on the left-rear of the apparatus. The valve will be an Akron 8800 Series swing out valve. This valve will be operated using a direct manual actuator handle. Valve inlet will be a 2.50" female hose thread adapter and feature a 30 degree droop with a wire screen inlet strainer and a swivel. 10845-0002 08/01/23 28 Fouts Bros Fire Equipment PLUG One (1) 2.50" chrome plated plug will be provided. The threads will be NST and the plug will be equipped rocker lugs and chains. DIRECT TANK FILL REDUCER -RIGHT HAND SIDE The 4.00" FNPT inlet on the right hand side rear of the tank will be reduced down to 2.50" FNPT. This will allow the future installation of a LDH rear tank fill. DIRECT TANK FILL - RIGHT HAND SIDE There will be a one (1) 2.50" direct tank fill located on the right-rear of the apparatus. The valve will be an Akron 8800 Series swing out valve. This valve will be operated using a direct manual actuator handle. Valve inlet will be a 2.50" female hose thread adapter and feature a 30 degree droop with a wire screen inlet strainer and a swivel. PLUG One (1) 2.50" chrome plated plug will be provided. The threads will be NST and the plug will be equipped rocker lugs and chains. SUBFRAME The sub frame will be constructed from structural steel channel and plate, welded together, and bolted to the chassis frame. The main support will be a 0.3125" thick steel plate under the tank floor with a 2.50" angle steel around the perimeter of the tank. Two (2) sub frame long sills constructed of 3.00" X 7.00" steel tubing with 0.1875" walls will run the full length of the subframe and be mounted to truck frame using 0.1875" angle clips and a minimum of ten (10) grade 8 bolts. The tank sub frame and attachments will be in strict compliance with UPF poly-tanks engineering specifications. MOUNTING The tank will rest on the subframe so as to not allow for more than 530 square inches of unsupported area under the tank floor. In cases where the overall height of the tank exceeds 40 inches the subframe will be designed to allow for not more than 400 square inches of unsupported area. The tank will be supported to prevent itself from shifting during vehicle operation. A non-corrosive protective liner will be installed in between the tank and the subframe. The tank will be mounted to a sub frame with three (3) stainless steel gussets per UPF specifications. 10845-0002 08/01/23 29 Fouts Bros Fire Equipment The tank and sub frame must be installed by a UPF Authorized installer (NO EXCEPTIONS). BODY CONSTRUCTION The body will be fabricated of steel tubing, angle, smooth aluminum sheet and aluminum treadplate. The tubing will be designed as structural-framing members with the smooth aluminum and treadplate fabricated to form compartments, floors and fender panels. The side compartments will be modular in design and will be capable of being replaced if damaged. Each will be supported by the steel frame and attached to the sub frame with grade 8 bolts. All body compartments will have a method of ventilation provided either by louvers stamped into a wall or another method to allow the compartments to aerate. The ventilation design will provide the proper airflow inside the compartments and prevent water from dripping into the compartment. The side compartments will be constructed of formed 0.125" aluminum. Compartment flooring will be of the sweep out design. FENDER PANELS -ATP The rear fender panels will be constructed of 0.125" bright aluminum tread plate and be an integral part of the tanker body. BODY FINISH -ATP The compartments and fenders, together forming the body, will remain unpainted. WHEEL WELL DESIGN The rear wheel wells will be radius cut for a streamlined appearance. FENDERETTES Four (4) polished stainless steel fenderettes will be provided over the rear tandem wheel well openings, one (1) on each side. Each fenderette will be made of 14 gauge 304 stainless steel. The stainless steel fenderette will be secured into place with stainless steel fasteners and will be easily removable for replacement. The fenderettes must be bolted into place and removable for replacement. 10845-0002 08/01/23 30 Fouts Bros Fire Equipment ROLL-UP DOORS -AMDOR All lower compartment doors will be equipped with AMDOR brand roll-up doors. The slats will be 1.00" double wall aluminum with continuous ball and socket hinge joints designed to prevent water ingression and weather tight recessed dual durometer seals. The interior door curtains will be smooth to prevent equipment hang-ups. The door tracks and side frames will each be one-piece aluminum. Each side seal will be recessed, and non-marring with UV stabilizers to prevent warping. The bottom panel flange will have cut-outs for ease of access with gloved hands. The door strikers will provide support beneath the lift bar to prevent door curtain bounce and potential false door ajar indications. LEFT SIDE COMPARTMENT IN FRONT OF REAR WHEELS, L-1 One (1) compartment will be supplied on the left hand side of the truck in front of the rear wheels. Compartment dimensions will be approx. 60.00" wide by 26.00" deep by 27.00" high. The compartment will have a roll up door. The door will have a satin finish. COMPARTMENT LIGHT(S) One (1) 12.00" Luma Bar LED strip light will be installed inside the compartment. The compartment light(s)will be controlled by a magnetic"On-Off' switch located on each compartment door. LEFT SIDE COMPARTMENT BEHIND REAR WHEELS, L-2 One (1) compartment will be supplied on the left hand side of the truck behind the rear wheels. Compartment dimensions will be approx. 24.00" wide by 26.00" deep by 27.00" high. The compartment will have a roll up door. The door will have a satin finish. COMPARTMENT LIGHT(S) One (1) 12.00" Luma Bar LED strip light will be installed inside the compartment. The compartment light(s)will be controlled by a magnetic"On-Off' switch located on each compartment door. RIGHT SIDE COMPARTMENT IN FRONT OF REAR WHEELS, R-1 One (1) compartment will be supplied on the right hand side of the truck in front of the rear wheels. Compartment dimensions will be approx. 60.00" wide by 26.00" deep by 27.00" high. The compartment will have a roll up door. The door will have a satin finish. COMPARTMENT LIGHT(S) One (1) 12.00" Luma Bar LED strip light will be installed inside the compartment. 10845-0002 08/01/23 31 Fouts Bros Fire Equipment The compartment light(s)will be controlled by a magnetic"On-Off' switch located on each compartment door. RIGHT SIDE COMPARTMENT BEHIND REAR WHEELS, R-2 One (1) compartment will be supplied on the right hand side of the truck behind the rear wheels. Compartment dimensions will be approx. 24.00" wide by 26.00" deep by 27.00" high. The compartment will have a roll up door. The door will have a satin finish. COMPARTMENT LIGHT(S) One (1) 12.00" Luma Bar LED strip light will be installed inside the compartment. The compartment light(s)will be controlled by a magnetic"On-Off' switch located on each compartment door. DROP TANK STORAGE- RH SIDE There will be room to store an appropriate size dump tank under the right hand side "T" portion of the tank. The area will have a mechanical means to lock the dump tank in place while the apparatus is in motion. The tank will slide in horizontally into the hold from the right side of the body. The storage will have the capacity for one (1) 3000 US Gallon portable tank with an aluminum frame. HARD SUCTION STORAGE- LH SIDE There will be a hard suction storage tray located under the left hand side of the "T" portion of the tank. The hard suction hose storage will be accessed from the ground at the rear of the unit. In order to provide a comfortable and safe level of access to the hoses, there will be no exception allowed to this feature. The suction storage will have capacity for two (2) 10.00' sections of hard suction hose. REAR TAILBOARD A rear beavertail tailboard will be provided and installed at the rear of the apparatus. The tailboard will consist of two (2) separate stepping/ standing surfaces made of aluminum grip-strut material. The top step will be 7.00" deep and the bottom will be 9.50" deep. The outside edges of the rear tailboard will be trimmed with bright diamond plate aluminum. 10845-0002 08/01/23 32 Fouts Bros Fire Equipment The tailboard will meet recommended requirements for non-slip surfaces. This area is to be used as a step but is not designed to carry personnel and should never be used to transport firemen. STEPS All steps will have a surface area of at least 35 square inches and will be able to withstand a load of at least 500 pounds. REAR FOLDING STEPS Innovative Controls model 3004234 folding steps will be furnished and located at the rear of the apparatus. The exact number of steps provided may vary depending upon body configuration and options. FOLDING STEPS- RH SIDE FRONT OF BODY Innovative Controls model 3007732 folding steps will be furnished and located, at the right hand front of the body. The exact number of steps provided may vary depending upon body configuration and options. EXTERIOR GRAB RAILS Each grab rail will be non-slip, 1.25" diameter extruded polished aluminum grab rails with rubber inserts designed to provide maximum gripping ability, strength, and durability. The rails will comply with NFPA 1901. GRAB RAILS, REAR STEP, VERTICAL Two (2) extruded aluminum non-slip grab rails will be provided and vertically mounted on the rear of the apparatus, one (1) on each side of the body. GRAB RAIL, LH FRONT One (1) extruded aluminum non-slip grab rail will be provided and mounted on the front, upper, left hand side of the body. 10845-0002 08/01/23 33 Fouts Bros Fire Equipment GRAB RAIL, RH FRONT One (1) extruded aluminum non-slip grab rail will be provided and mounted on the front, upper, right hand side of the body. 12 VOLT ELECTRICAL SECTION NFPA 1901 CERTIFIED 12 VOLT ELECTRICAL SYSTEM The 12-volt apparatus body electrical system will be provided and will be in compliance with NFPA 1901 testing and certification procedures as follows: NFPA MINIMUM ELECTRICAL LOAD DEFINITION The NFPA 1901 defined minimum electrical load will consist of the total amperage required to simultaneously operate the following in a stationary mode: 1. Propulsion engine and transmission. 2. The clearance and marker lights. 3. Communication equipment. 5 amp default. 4. Illumination of all walking surfaces, the ground at all egress points, control and instrumentation panels and 50% of total compartment lighting. 5. Minimum warning lights required for "blocking right of way" mode. 6. The current to simultaneously operate and fire pump and all specified electrical devices. 7. Anything defined by the purchaser, in the advertised specifications, to be critical to the mission of the apparatus. RESERVE CAPACITY TEST The first electrical test to be performed will be the Reserve Capacity Test. All items listed in NFPA Minimum Load Definition will be activated with the engine shut off. After 10 minutes of operation, the items 1-7 will be deactivated. After deactivation, the battery system will have ample reserve to start the engine. 10845-0002 08/01/23 34 Fouts Bros Fire Equipment ALTERNATOR PERFORMANCE TEST AT IDLE The second electrical test to be performed will be Alternator Performance Test at Full Load.All electrical loads will be activated with the engine running up to the governed rpm for two hours. During the test, the system voltage will not drop below 11.7 volts or have excessive battery discharge for more than 120 seconds. Any loads not defined in the NFPA Minimum Electrical Load may be load managed to pass test. TEST CONDITIONS All electrical testing will be performed with the engine compartment at approximately 200 degrees. 12 VOLT ELECTRICAL SYSTEM The truck will have a 12-Volt electrical system. All wiring will be run in convoluted high temperature plastic loom. Wiring will be color and function coded and will be of adequate size to handle the assigned load. All solenoids, relays, and terminal blocks will be located in an easily accessible area. All circuits provided will have properly rated low voltage over current protective devices. All wiring will be stranded copper or copper alloy conductors of a gauge rated to carry 125 percent of the maximum current for the protected circuit. Voltage drops in all wiring from the power source to the using device will not exceed 10 percent. The wiring and wiring harness and insulation will be in conformance with applicable SAE and NFPA standards. The wiring harness will conform to SAE J- 1128 with GXL temperature properties. All exposed wiring will be protected in a loom with a minimum 289 degree Fahrenheit rating. All wiring looms will be properly supported and attached to body members. The electrical conductors will be constructed in accordance with applicable SAE standards, except when good engineering practice requires special construction. All underside terminal junctions will be fully enclosed in sealed plastic weatherproof boxes. Electromagnetic interference suppression will be provided as required to satisfy the radiation limits specified in SAE J551/1. INNOVATIVE CONTROLS MULITPLEXING SYSTEM The electrical system will utilize an Innovative Controls multiplexing system where applicable. 10845-0002 08/01/23 35 Fouts Bros Fire Equipment HAZARD LIGHT One (1) flashing red LED light, located in the driving compartment, the light will be illuminated automatically whenever any compartment door is ajar. The hazard light will be marked with a sign that reads "Do Not Move Apparatus When Light is On". The warning light will be interlocked to the parking brake and will only alert the driver when the parking brake is released. The light will also be used to signal that other ancillary equipment such as racks light towers etc. are not in their"ready for transport" position. ROCKER SWITCH PANEL - EIGHT (8) POSITION A lighted eight (8) position rocker type switch panel will be installed to provide the ability to de-activate individual lighting units. The switches will be Carling Contura V series rocker switches. A rocker switch with a blank legend installed directly below will be provided for any position without a switch and legend designated by a specific option. The non-specified switches will be two-position, black switches with an LED indicator light. Each blank switch legend can be custom ordered by the department once the apparatus is in service. All switch legends will have backlighting provided. MASTER WARNING SWITCH A master switch will be included in the main rocker switch panel. The switch will have a red light indicator and be labeled "Master Warning" for identification. The switch will feature control over all devices wired through it. Any warning device switch left in the "ON" position will automatically power up when the master switch is activated. CHASSIS GROUND LIGHTS LED ground lights with outward facing angle brackets will be installed, one (1) under each chassis door. FRONT OF BODY GROUND LIGHTS Two (2) LED ground lights with outward facing angle brackets will be installed under the front of the body. One (1) light will be located on the driver side and one (1) light will be located on the officer side of the apparatus. 10845-0002 08/01/23 36 Fouts Bros Fire Equipment REAR STEP GROUND LIGHTS Two (2) LED ground lights with outward facing angle brackets will be installed under the rear step of the apparatus, one (1) on each side. GROUND LIGHT SWITCHING The cab and body ground lights will activate by engaging the parking brake. REAR ROAD LIGHTING Two (2) sets of 4.00" LED stop, turn and back-up lights will be provided, one (1) set on each side of the rear of the truck. DOT MARKER LIGHTS AND REFLECTORS LED marker lights will be installed on the vehicle in conformance with the Department of Transportation requirements. All marker lights will be incorporated into the headlight circuit of the cab/chassis. Two (2) amber LED side markers and turn lights will be provided on the apparatus lower side, forward of rear axle, one (1) each side if the apparatus is 30 feet long or longer. The side body panels will be furnished with marker lights installed as follows: • Two (2) 0.75" amber LED marker lights, one (1) on each side at the lower front corner of the body. • Four (4) 0.75" red LED marker lights, one (1) on each side at the lower rear corner of the body. The rear body panel, centered above the bumper, will be furnished with marker lights installed as follows: • Three (3) 0.75" red LED marker lights, as close as practical to the vertical centerline. Centers spaced not less than 6.00" or more than 12.00" apart. Two (2) amber reflectors will be provided on the apparatus body lower side, as far forward and low as practical, one (1) each side if the apparatus is 30 feet long or longer. Four (4) red reflectors will be provided on the apparatus rear, one (1) each side and two (2) on the rear. LICENSE PLATE LIGHT A license plate bracket with LED light will be provided and installed on the rear of the body. It will be wired to come on with the headlights. SIDE FACING UPPER FRONT BODY SCENE LIGHTS 10845-0002 08/01/23 37 Fouts Bros Fire Equipment One (1) pair of Whelen M9 Series LED scene lights will be installed, one (1) each side of the upper front portion of the apparatus body. The driver's side scene light will be a Whelen model M9LZC. The light will be supplied and installed with a chrome bezel. The officer side scene light will be a Whelen model M9LZC. The light will be supplied and installed with a chrome bezel. SIDE FACING UPPER REAR BODY SCENE LIGHTS One (1) pair of Whelen M9 Series LED scene lights will be installed, one (1) on each side of the upper rear portion of the apparatus body. The driver's side scene light will be a Whelen model M9LZC. The light will be supplied and installed with a chrome bezel. The officer side scene light will be a Whelen model M9LZC. The light will be supplied and installed with a chrome bezel. UPPER REAR BODY SCENE LIGHTS One (1) pair of Whelen M9 LED scene lights will be installed, one (1) each side of the upper rear portion of the apparatus body. The driver's side scene light will be a Whelen model M9LZC. The light will be supplied and installed with a chrome bezel. The officer side scene light will be a Whelen model M9LZC. The light will be supplied and installed with a chrome bezel. SCENE LIGHT SWITCHING One (1) rocker switch with indicator will be installed on the switch panel in the cab to control the left side scene light(s). The switch will be labeled "LEFT SCENE". SCENE LIGHT SWITCHING One (1) rocker switch with indicator will be installed on the switch panel in the cab to control the rear scene light(s). The switch will be labeled "REAR SCENE". SCENE LIGHT SWITCHING One (1) rocker switch with indicator will be installed on the switch panel in the cab to control the right side scene light(s). The switch will be labeled "RIGHT SCENE". 10845-0002 08/01/23 38 Fouts Bros Fire Equipment DUAL FUNCTION SCENE LIGHT(S) The rear scene lights will activate automatically upon placing the transmission into reverse. REAR VISION SYSTEM One (1) complete backup camera system will be provided to allow the driver to visually see the rear of the apparatus while in the cab. The system will include a high resolution 7.00" touch screen with LED Backlight and an anti-glare system with an auto dimmer. The system will include audio transmission from the camera. The rear vision camera will be wired to automatically activate when the chassis transmission is placed in reverse. CAMERA LOCATION The camera will be recessed mounted in the rear of the tank, as close to the center line as possible. The monitor for the rear vision system will be mounted on the dash of the cab in easy view of the driver. NFPA AUDIBLE AND LIGHTING WARNING PACKAGE The following warning light package will include all of the minimum warning light and actuation requirements for the current revision of the NFPA 1901-2009. The lighting as specified will meet the requirements for both "Clearing Right of Way" and "Blocking Right of Way" which includes disabling all white warning lights when the apparatus is in "Blocking Right of Way" mode. WARNING LIGHT FLASH PATTERN All of the perimeter warning lights will be set to the default NFPA flash pattern as provided by the warning light manufacturer. LIGHTBAR One (1) WHELEN model JE2NFPA 56.00" LED lightbar will be supplied and mounted. The lightbar will have clear lenses and contain the following modules: Four (4) RED LIN6 LED modules, two (2) on each corner. Four (4) RED CON3 LED modules, across the front Two (2) WHITE CONS LED modules, on the front The forward facing white lights will be automatically disabled for the "Blocking Right of Way" mode. 10845-0002 08/01/23 39 Fouts Bros Fire Equipment LIGHT BAR SWITCHING One (1) momenatry rocker switch with indicator will be installed on the switch panel in the cab to control the light bar. The switch will be labeled "LIGHT BAR". The switch will only be active when the master warning switch is engaged. SIDE FACING UPPER FRONT BODY WARNING LIGHTS One (1) pair of Whelen model M9 LED warning lights will be installed, one (1) on each side of the upper front portion of the apparatus body. The driver side warning light will be a Whelen Model M9R red LED with red lens. The officer side warning light will be a Whelen Model M9R red LED with red lens. Each light will be mounted with a Whelen Model M9FC chrome flange. SIDE FACING UPPER REAR BODY WARNING LIGHTS One (1) pair of Whelen model M9 LED warning lights will be installed, one (1) on each side of the upper rear portion of the apparatus body. The driver side warning light will be a Whelen Model M9R red LED with red lens. The officer side warning light will be a Whelen Model M9R red LED with red lens. Each light will be mounted with a Whelen Model M9FC chrome flange. UPPER REAR WARNING LIGHTS One (1) pair of Whelen model M9 LED warning lights will be installed, one (1) on each side of the upper rear of the apparatus body. The driver side warning light will be a Whelen Model M9R red LED with red lens. The officer side warning light will be a Whelen Model M9R red LED with red lens. Each light will be mounted with a Whelen Model M9FC chrome flange. UPPER WARNING LIGHT SWITCHING One (1) rocker switch with indicator will be installed on the switch panel in the cab to control the upper warning lights. The switch will be labeled "UPPER WARNING". The switch will only be active when the master warning switch is engaged. LOWER FRONT WARNING LIGHTS One (1) pair of Whelen model M6 Series LED warning lights will be installed, one (1) each side one the front of the chassis cab. The driver side warning light will be a Whelen Model M6R red Super-LED with red lens. The officer side warning light will be a Whelen Model M6R red Super-LED with red lens. Each light will be mounted with a Whelen Model M6FC chrome flange. 10845-0002 08/01/23 40 Fouts Bros Fire Equipment LOWER INTERSECTION WARNING LIGHTS {Quantity} pair of Whelen model M6 LED warning lights will be installed, one (1) each side of the chassis cab. The driver side warning light will be a Whelen Model M6R red Super-LED with red lens. The officer side warning light will be a Whelen Model M6R red Super-LED with red lens. Each light will be mounted with a Whelen Model M6FC chrome flange. LOWER MID-BODY WARNING LIGHTS One (1) pair of Whelen model M6 Series LED warning lights will be installed, one (1) each side of the apparatus, mid-body. The driver side warning light will be a Whelen Model M6R red Super-LED with red lens. The officer side warning light will be a Whelen Model M6R red Super-LED with red lens. Each light will be mounted with a Whelen Model M6FC chrome flange. LOWER REAR WARNING LIGHTS One (1) pair of Whelen model M6 Series LED warning lights will be installed, one (1) on each side of the lower rear of the apparatus body. The driver side warning light will be a Whelen Model M6R red Super-LED with red lens. The officer side warning light will be a Whelen Model M6R red Super-LED with red lens. Each light will be mounted with a Whelen Model M6FC chrome flange. LOWER WARNING LIGHT SWITCHING One (1) momentary rocker switch with indicator will be installed on the switch panel in the cab to control the lower warning lights. The switch will be labeled "LOWER WARNING". The switch will only be active when the master warning switch is engaged. REAR BEACONS Two (2) Whelen model L31 LED beacons will be provided and installed at the upper rear corners of the apparatus. The beacon on the driver side will be a Whelen Model L31 HRF, it will be red in color with a red lens. The beacon on the officer side will be a Whelen Model L31 HRF, it will be red in color with a red lens. BEACON LIGHT SWITCHING The beacon lights will be controlled along with the upper level warning lights. BEACON LIGHT MOUNTING 10845-0002 08/01/23 41 Fouts Bros Fire Equipment The rear beacons will be mounted on a stainless steel bracket and attached to the apparatus body, one (1) on each side. ELECTRIC SIREN AND CONTROL One (1) Whelen model #295SLSA1 electronic siren will be mounted in the cab. This unit will feature an electronic air horn, wail, yelp, hi-lo and will have a hard wired PA microphone. ELECTRONIC SIREN SPEAKER One (1) Federal Signal model ES100 Dynamax 100 watt speaker will be flush mounted as far forward and as low as possible on the front of the vehicle. A polished model ESFMT with "Electric F" grille will be provided on the outside of the speaker to prevent road debris from entering the speaker. The speaker will produce a minimum sound output of 120 dB at 10 feet to meet current NFPA 1901 requirements. The speaker will be located on the right hand side of the bumper. SIREN NOISE WARNING LABEL - FAMA# 42 A permanent label will be provided inside the driver's door warning of potential injury that could be received from the noise of the siren. The label will also state safety precautions that should be taken when the siren is in use. PAINT, STRIPING, AND LETTERING SECTION PAINT PROCESS The wetside tank will be painted with a PPG Delfleet Evolution Paint System. All products and technicians will be certified by PPG every two (2) years. The wetside tank will be totally removed from the chassis during the painting process to ensure the entire unit is covered. All seams will be caulked both inside and along the exterior edges with a urethane automotive sealant to prevent moisture from entering. The water tank and all parts will be thoroughly washed with a grease cutting solvent prior to any sanding. After the wetside tank has been sanded, the wetside tank will be washed again with a grease cutting solvent to remove any contaminants on the surface. 10845-0002 08/01/23 42 Fouts Bros Fire Equipment PAINT The tank will be painted to match the chassis. The tank's paint color will be "cross referenced" from the chassis paint and will be painted to match the main chassis color as closely as possible. PRIMING Two (2) medium wet coats of adhesion promoter for plastics will be applied to all surfaces to be painted. Two (2) applications of primer will be applied. The first application will be four (4) coats and the second application will be three (3) coats. COMPARTMENT INTERIORS The side compartment interiors will be unpainted and in their natural finish. WHEEL RIMS The chassis wheels will be as furnished by the chassis OEM. No additional finishes will be provided by the apparatus manufacturer. LETTERING Reflective lettering will be applied to the cab doors at the direction of the purchaser. Photos or drawings of the lettering and striping layout will be provided by the purchaser prior to construction. REFLECTIVE STRIPE There will be a reflective Scotchlite band located on the apparatus cab and body. The band will be per the purchaser's size, design and color specifications. The reflective band will be in compliance with current NFPA requirements. Photos or drawings of the layout will be provided by the purchaser prior to construction. 10845-0002 08/01/23 43 Fouts Bros Fire Equipment CHEVRON STRIPING At least 50% of the rear of the unit will be covered with Red and Fluorescent Yellow-Green alternating 6.00" stripe in an inverted Chevron pattern. A 0.50" Gold reflective stripe will outline the sides of the wetside tank. FOUTS BROS. LOGO PLATE(S) Three (3) Fouts Bros. logo plate(s) will be affixed to the finished apparatus. LOOSE EQUIPMENT The following items will be provided and shipped loose with the completed apparatus at the time of delivery: FOLDING TANK One (1) 3,000 gallon Aluminum collapsible frame folding portable tank will be supplied. The tank liner will have 22 oz vinyl sides and a 28 oz vinyl floor that will be Red in color. Grab handles will be placed on the floor of the liner to help the firefighter pick up the liner when folding. SUCTION HOSE Two (2) 6.00" X 10' section(s) of KOCHEK, PVC type hard, suction hose will be provided on the apparatus. The hose(s) will be light weight type with pyrolite, long handle female x rocker lug male, NST threads. The hose will be black in color. ONE YEAR APPARATUS WARRANTY The complete apparatus detailed herein will be warranted against defects in materials and workmanship for a period of twelve (12) months, effective upon pick up or delivery of the completed apparatus to the purchaser, as detailed in the respective warranty documents. Any unauthorized alterations or modifications to the apparatus will void this warranty. Other warrantees, as provided by individual component manufacturers may extend beyond this warranty. STRUCTURAL WARRANTY, TEN YEAR A structural warranty will be provided by the apparatus manufacturer for products of its manufacture to be free from defects in material and workmanship, under normal use and service, for a period of ten (10)years, effective upon final payment in full by the Purchaser, and pick up or delivery of the completed apparatus to the Purchaser. Any unauthorized alterations or modifications to the apparatus will void this warranty. 10845-0002 08/01/23 44 Fouts Bros Fire Equipment PLUMBING WARRANTY, TEN YEAR A Stainless Steel Plumbing/Piping warranty will be provided by the apparatus manufacturer for products of its manufacture to be free from defects in material and workmanship, under normal use and service, for a period of ten (10) years effective upon final payment in full by the Purchaser, and pick up or delivery of the completed apparatus to the Purchaser. Any unauthorized alterations or modifications to the plumbing will void this warranty. PAINT WARRANTY, FIVE YEAR The finish paint as used on the proposed apparatus will be warranted against defects in materials and workmanship for a prorated period of five (5)years, effective upon final payment in full by the Purchaser, and pick up or delivery of the completed apparatus to the Purchaser. Any unauthorized alterations or modifications to the apparatus will void this warranty. TANK WARRANTY, LIFETIME United Plastic Fabricating, Inc. (hereinafter called "UPF") warrants each POLY-TANK®, Booster/Foam Tank POLYSIDE®Wetside Tank, Integrator Tank/Body, ELLIPSETm Elliptical Tank, Ellip-T-Tank Tank and DEFENDER TM Skid Tank to be free from defects in material and workmanship for the service life of the original vehicle (vehicle must be actively used in an emergency response for fire suppression). All UPF Tanks must be installed and operated in accordance with the UPF Installation and Operating Guidelines. APPARATUS ELECTRICAL WARRANTY, TWO YEAR The apparatus electrical system as detailed herein will have an electrical warranty against defects in materials and workmanship for a period of two (2) years, effective upon final payment in full by the Purchaser, and pick up or delivery of the completed apparatus to the Purchaser. Any unauthorized alterations or modifications to the electrical system will void this warranty. 10845-0002 08/01/23 45 p V m 3 a p a z ° a `" m 3 o r 0 0 � � o 0 - o tL - N O F w ZO O F o p ry = a 0 0 O � O 10 a 'a ` a J � > s a � m � s m ry a w - 1 w > � m a w v w� ^Im w i a m LL o _ a a i z YYI'19iYr�r�9Y�rmY'iiY°uuuumuu°°!I',II � - o � jllllllllllll lllllllllllllllllllllllllllllllllllllllll(�iitif�qiii - � N o w J x w 3 w m o 5 ry W w z LL 0 3 ry a� z Y o a a m d a N u. m3o 0 < > z o a z LL z a a ° 3 u g i O � r a o o F ow ❑ V m ¢ Fouts Bros Fire Equipment Nfte"O"- FOUTS BROS SUPER TANKER Fouts Bros. 138 Roberson Mill Road Milledgeville, GA 31061 1-800-948-5045 10845-0004 10/18/23 1 Fouts Bros Fire Equipment SCOPE AND GENERAL REQUIREMENTS It is the intent of the manufacturer to provide a new fire apparatus that will withstand the continuous use encountered in the emergency firefighting service. The apparatus will be of the latest type, symmetrically proportioned and constructed with due consideration of the load to be sustained. All parts not specifically mentioned herein, but which are necessary to furnish a complete fire apparatus, will be furnished and will conform to the best practices known to the fire apparatus industry. The unit is to be of current year manufacture and is to be new and unused. The bid price will not include any local, State, or Federal taxes. The Bidder will not be liable for any State or Federally mandated tax or program after the sale of this apparatus. These specifications will be construed as minimum. Should the manufacturer's current published data or specifications exceed these, they will be considered minimum and be furnished. FAMA COMPLIANCE The apparatus manufacturer must be a current member of the Fire Apparatus Manufacturer's Association (FAMA) and must provide a certificate of membership. FAIR, ETHICAL AND LEGAL COMPETITION To ensure fair, ethical, and legal competition the apparatus manufacturer will have never been fined or convicted of price fixing, bid rigging, or collusion in any domestic or international fire apparatus market. PROPRIETARY PARTS It is the intention of the purchaser for SFEV to furnish the apparatus with major parts commonly used by the heavy-duty truck manufacturers and open market vendors whereas replacement parts are more readily available and at reduced cost. The use of proprietary parts may not be acceptable to the purchaser. MANUFACTURER'S DISCRETION Materials, parts, or procedures used are subject to change at the manufacturer's discretion at any time to provide equal or better products. 10845-0004 10/18/23 2 Fouts Bros Fire Equipment PRODUCT QUALITY AND WORKMANSHIP The components provided and workmanship performed will be of the highest quality available for this application. Special consideration will be given to the following areas: A). Accessibility to various components that require periodic maintenance or lubrication checks. B). Ease of vehicle and pump operation. C). Features beneficial to the intended operation of the apparatus. Construction of the complete apparatus will be designed to carry the loads intended to meet the road and terrain conditions and speed requirements desired when specified by the purchaser. Welding will not be employed in the assembly of the apparatus in a manner that will prevent the removal of any major component part for service and/or repair. PAYMENT TERMS Full payment for the apparatus will be made at time of delivery of the completed vehicle. Due to insurance liability, the apparatus will not be left at the purchaser's location without full acceptance and payment or prior agreement between the Purchaser and SFEV. Final delivery price will not include any Local, State or Federal taxes. The manufacturer will not be liable for any State or Federal mandated tax or program after sale or delivery of the apparatus. FUEL TANK FILLED AT DELIVERY The fuel tank and DEF tank (if applicable) will be filled upon final delivery at the factory. OVERALL HEIGHT An overall height restriction has not been specified for this apparatus. OVERALL LENGTH No overall length restriction has been specified for this apparatus. OVERALL WIDTH No overall width restriction has been specified for this apparatus. 10845-0004 10/18/23 3 Fouts Bros Fire Equipment OVERALL WHEELBASE No overall wheelbase restriction has been specified for this apparatus. PUMP MODULE WIDTH No pump module width restriction has been specified for this apparatus. ANGLE OF APPROACH No angle of approach restriction has been specified for this apparatus. ANGLE OF DEPARTURE No angle of departure restriction has been specified for this apparatus. NFPA COMPLIANCE The National Fire Protection Association standard #1901 (most recent edition) is hereby adopted and made a part of these specifications, the same as if they were written out in full detail, insofar as they apply with the exception of any sections dealing with "Equipment Recommended for Various Types of Apparatus". Bidders are to provide only the equipment requested herein and the Department will supply the rest before the apparatus is put into service. The unit will comply with all federal, state, ICC, and DOT motor vehicle regulations, standards, and laws relating to commercial vehicles as well as to fire apparatus on the date of the bid. ROAD TEST CERTIFICATION A road test will be conducted with the finished apparatus fully loaded. During this time, the apparatus will not show loss of power and/or overheating. The transmission driveshaft or shafts and rear axle will run free from abnormal vibration or noise throughout the operating range of the apparatus. The apparatus, when loaded, will have not less than 25% or more than 45% of the weight on the front axle and not less than 55% or more than 75% on the rear axle. A). The apparatus must be capable of accelerating to 35 mph from a standing start within 25 seconds on a level concrete highway without exceeding the maximum governed RPM of the engine. B). The apparatus must be capable of accelerating from a steady speed of 15 mph to a true speed of 35 mph within 30 seconds. This will be accomplished without moving the gear selector. C). The fully loaded apparatus will be capable of obtaining a speed of 50 to 55 mph on a level concrete highway. 10845-0004 10/18/23 4 Fouts Bros Fire Equipment D). The manufacturer will furnish copies of the engine installation approvals signed by the appropriate engine company upon delivery of the chassis to the Fire Department. E). The manufacturer will furnish copies of the transmission approval signed by the transmission manufacturer upon delivery of the chassis to the Fire Department. F). The manufacturer will furnish copies of the front and rear axle approvals upon delivery of the apparatus to the Fire Department. ROAD TEST FAILURE In the event the apparatus fails to meet the test requirements of these specifications on the first trials, second trials may be made at the option of the manufacturer within thirty (30) days of the first trials. Such trials will be final and conclusive and failure to comply with changes, as the purchaser may consider necessary to conform to any clause of the specifications within thirty (30) days after notice is given to the manufacturer of such changes, will be cause for rejection of the apparatus. Permission to keep or store the apparatus in any building owned or occupied by the purchaser, or its use by the purchaser during the above-specified period with permission of the manufacturer, will not constitute acceptance. VEHICLE TOP SPEED The rear axle will be geared for a top speed of 60 mph at engine governed RPM. NFPA TOP SPEED STATEMENT NFPA-1901, 2009 Edition - 4.15.2. The maximum top speed of fire apparatus with a GVWR over 26,000 lbs. will not exceed either 68 MPH or the manufacturer's maximum fire service speed rating for the tires installed on the apparatus, whichever is lower. NFPA-1901, 2009 Edition - 4.15.3. If the combined water tank and foam agent tank capacities on the fire apparatus exceed 1250 gallons, or the GVWR of the vehicle is over 50,000 lbs., the maximum top speed of the apparatus will not exceed either 60 MPH or the manufacturer's maximum fire service speed rating for the tires installed on the apparatus, whichever is lower. SAFETY SIGNS The following safety signs will be provided: 10845-0004 10/18/23 5 Fouts Bros Fire Equipment SEATED AND BELTED WARNING LABEL - FAMA# 07 A permanent label will be provided that is visible to all occupants that states that they should be seated and belted while the apparatus is in motion. The label will also state potential injuries or death that could be caused if the safety belts are not used properly. CAB INTERIOR EQUIPMENT MOUNTING DANGER LABEL - FAMA# 10 A permanent label will be provided inside of the cab warning of the dangers of unsecured equipment inside the cab. The label will state that all equipment will be properly secured and also warn of potential injury or death that could be caused by failing to do so. DO NOT WEAR HELMET LABEL - FAMA# 15 A permanent label will be provided inside of the cab in view of all seated positions stating that helmets should not be worn in cab. The label will also warn of potential injury or death that could be caused by wearing helmet in cab. VEHICLE BACKING LABEL - FAMA17 A permanent label will be provided inside of the cab in view of the driver advising of proper procedures to follow when the apparatus is in reverse motion. The label will also warn of potential injury or death that be caused by failing to follow proper procedures. • "Do Not Move Apparatus When Light Is On" sign adjacent to the warning light indicating a hazard if the apparatus is moved (as described in subsequent section). CHASSIS DATA LABELS The following information will be on labels affixed to the vehicle: Fluid Data: • Engine oil • Engine coolant • Chassis transmission fluid • Pump transmission lubrication fluid • Pump primer fluid (if applicable) • Drive axle(s) lubrication fluid • Air conditioning refrigerant • Air conditioning lubrication • Power steering fluid • Cab tilt mechanism fluid (if applicable) 10845-0004 10/18/23 6 Fouts Bros Fire Equipment • Transfer case fluid • Equipment rack fluid (if applicable) • Air compressor system lubricant • Generator system lubricant (if applicable) Chassis Data: • Chassis Manufacturer • Production Number • Year Built • Month Manufactured • Vehicle Identification Number The location will be in the driver's compartment of the chassis cab. OVERALL HEIGHT, LENGTH, GVW DATA PLAQUE A "high visibility" plate will be permanently mounted in the cab, visible to the driver when seated. The plate will show the overall height of the completed apparatus in feet and inches, the overall length of the completed apparatus in feet and inches. The plate will also show the gross vehicle weight rating (GVWR) in tons. Text will also be supplied on the plate, indicating that the information shown is current upon completion of the apparatus. If the overall height of the apparatus changes after the apparatus is put into service, then the purchaser must revise the dimensions on the plate. "NO RIDE" LABEL A label will be located on the vehicle at the rear step areas, and at any cross walkways, if they exist. The label(s) will warn personnel that riding in or on these areas while the vehicle is in motion is prohibited. COMMERCIAL CHASSIS SPECIFICATION CHASSIS PROVIDER The chassis, as detailed in these specifications, will be ordered, and supplied by the apparatus manufacturer. 10845-0004 10/18/23 7 Fouts Bros Fire Equipment KENWORTH CHASSIS A Kenworth 2-door chassis per the attached specifications will be furnished: CHASSIS PAINT COLOR The cab will be painted a single color. Color: Fouts Bros. Red Paint Number: 763572EA AIR HORNS Two (2) Hadley chrome plated air horns will be installed at the front of the vehicle. The air horns will be mounted in full compliance of NFPA. The supply lines will be dual 1/4" lines with equal distance from each horn. Each air horn will be mounted, one (1) each side, on the side of the hood. Both air horns will be controlled by a chassis manufacturer supplied lanyard. ELECTRIC TRAFFIC HORN AND AIR HORN SELECTOR SWITCH One (1) selector switch will be provided on the cab's dash that will allow the chassis steering wheel horn button to activate either the electric horn or air horn system. The electric horn will sound by default when the selector switch is in either position to meet FMCSA requirements. CHASSIS MODIFICATIONS The following modifications and installations will be performed on the chassis upon delivery to the apparatus manufacturer: TIRE PRESSURE MONITORING DEVICE Each tire installed on the apparatus will be equipped with a tire pressure monitoring device. The device will consist of a valve stem cap to with an LED tire alert to indicate tire pressure conditions. The LED will flash when the tire drops 5-10 psi below the factory setting. HUB COVERS (front) Stainless-steel hub covers will be provided on the front axle. 10845-0004 10/18/23 8 Fouts Bros Fire Equipment HUB COVERS (rear) A pair of stainless-steel high hat hub covers will be provided on each of the rear axle hubs. COVERS, LUG NUT, CHROME Chrome lug nut covers will be supplied on front and rear wheels. EXHAUST SYSTEM The chassis exhaust system will be provided as detailed in the chassis specifications. NO modifications will be made by the apparatus manufacturer. HOT EXHAUST DANGERS LABEL - FAMA# 04 A permanent label will be provided near any hot exhaust surface that warns of potential injury or death that could be caused by contact with the surface. The label will also state precautions that should be taken while working on or around the surface. BUMPER The front bumper will be provided as detailed in the chassis specifications. CHASSIS PREPARATION Prior to installation of the fire pump, apparatus body, or cab steps, all components which extend out beyond the chassis frame rails will be removed and relocated to the area within the frame rails. CHASSIS TOW HOOKS The front tow hooks will be provided as detailed in the chassis specifications. REAR TOW PLATES Two (2) rear tow plates with 1.50" I.D. holes, constructed with 1.00" steel plate will be provided at the rear of the apparatus body. FRONT MUD FLAPS A pair of black rubber mud flaps will be provided as detailed in the chassis specifications. 10845-0004 10/18/23 9 Fouts Bros Fire Equipment REAR MUD FLAPS A pair of black rubber mud flaps, with the Manufacturer's logo, will be provided and installed behind the rear wheels. VEHICLE DATA RECORDER The apparatus will be equipped with a Class1 "Vehicle Data Recorder and Seat Belt Warning System" (VDR/SBW) that is connected to the power train CAN (Controller Area Network) bus consisting of transmission (TCM), engine control (ECM) and antilock brake (ABS) modules mounted on the apparatus. The VDR/SBW will function per NFPA 1901-2009 sections 4.11 (Vehicle Data Recorder) utilizing the power train's J1939 data and 14.1.3.10 (Seat Belt Warning) using the Class1 "Seat Belt Input Module" for seat occupied and belt status information. The VDR data will be downloadable by USB cable to a computer using either MicrosoftTM or Apple TM Operating Systems using Class 1/ O.E.M. supplied reporting software. SEAT BELT WARNING SYSTEM There will be a seat belt indicator system supplied in the cab. The indicator system will indicate seat belt use for each individual seating position when the seat is occupied, the seat belt remains unfastened, and the parking brake is released. A Class1 model 118620 display panel will be supplied in the dash area. The panel will have an audible indicator and a red light display to indicate that a seat belt has not been fastened. VEHICLE DATA RECORDER DOWNLOAD HARNESS A Class1 model #629-00025 USB VDR download harness will be supplied with the system to allow the data to be downloaded to a computer. CENTER CONSOLE A center console will be furnished and will be located between the driver and officer's seats. The top face of the console will be designed as the switch panel for all emergency light switches. BATTERY SYSTEM The battery system will be supplied with the chassis. 10845-0004 10/18/23 10 Fouts Bros Fire Equipment BATTERY JUMPER STUDS External battery jumper studs will be provided as detailed in the chassis specifications. KEYLESS IGNITION SWITCH One (1) non-removable, keyless style ignition switch will be provided with the chassis. MASTER BODY DISCONNECT SWITCH A master body disconnect on/off switch will be provided in the cab, near the driver's door. The switch will disconnect the power to the apparatus body when the ignition switch is in the off position. One (1) reset breaker will be installed between the solenoid output and any electrical load. BATTERY CONDITIONER A Kussmaul Chief 6012 Series battery conditioner will be supplied. The battery conditioner will provide a 60 amp output for the chassis batteries and a 20 amp output circuit for accessory loads. BATTERY CHARGER LOCATION The battery charger will be located in a pre-determined location by the manufacturer. 120 VOLT SHORELINE CONNECTION - "SUPER" AUTO EJECT One (1) Kussmaul "Super" Auto Eject model 091-55-20-120, automatic, 120 volt, 20 amp shoreline disconnect will be provided for the on board, 120 volt battery charging systems. AUTO-EJECT MATING PLUG A Kussmaul model # 5-20P-H, 20 amp mating female cord end will be shipped loose with the apparatus to allow the Fire Department to connect cord end to a Fire Department provided charging cord. BATTERY CHARGER DISPLAY/ COVER One (1) Kussmaul model 091-55-266-YW battery charger status center/ auto eject cover will be supplied with the charger. The cover will be ely low in color. 10845-0004 10/18/23 11 Fouts Bros Fire Equipment SHORELINE RECEPTACLE LOCATION The shoreline receptacle will be located on the left hand side of the apparatus in a pre-determined location by the manufacturer. AUXILIARY AIR COMPRESSOR A Kussmaul 12V air compressor will be supplied. The compressor system will be designed to maintain the air pressure in the air system while not in use. A pressure switch will sense air pressure drop and engage the compressor which will run until the pressure is restored. AUXILIARY AIR COMPRESSOR LOCATION The auxiliary air compressor will be located in a pre-determined location by the manufacturer. BACK-UP ALARM One (1) 97 DB back up alarm will be provided and installed at the rear of the unit. It will be wired to activate when the transmission is placed in reverse. PUMP, MODULE, AND RELATED ITEMS NFPA 1901 COMPLIANT PUMP The fire pump and related plumbing on the specified apparatus will be installed in accordance with applicable NFPA 1901 guidelines at the time the contract was placed. HALE MBP POWER TAKE-OFF (PTO) PUMP PUMP ASSEMBLY 1. The pump will be of a size and design to mount on the chassis rails of commercial and custom truck chassis. 2. The entire pump will be manufactured, and dynamometer tested at the pump manufacturer's factory. The pump manufacturer must have ISO 9001 quality control certification. 3. The pump will be driven by the truck chassis engine through a transmission mounted or split drive line power take-off (PTO). The engine and PTO will provide sufficient horsepower and RPM to enable the pump to meet and exceed the specified performance within the torque rating of the PTO, truck transmission gears and drive line components. 4. The entire pump, both suction and discharge passages, will be hydrostatically tested to a pressure of 600 PSI. The pump will be fully tested at the pump manufacturer's factory to the 10845-0004 10/18/23 12 Fouts Bros Fire Equipment performance spots as outlined by the latest NFPA 1901 Standard. Pump will be free from objectionable pulsation and vibration. 5. The pump body and related parts will be ductile iron alloy, with a minimum tensile strength of 60,000 PSI. All moving parts in contact with water will be of high quality bronze or stainless steel. Pumps utilizing castings made of lower tensile strength cast iron are not acceptable. 6. The pump body will be vertically split, on a single plane, for easy removal of impeller, clearance rings and mechanical seal assembly, from the pump without disturbing the mounting of the pump in the chassis. As an alternative, it must be possible to remove all these items without disturbing the pump body, manifolds, and associated pipe work. 7. The pump discharge will be rotatable to achieve different positions — 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11 and 12 o'clock (by rotating the volute). 8. Pump impeller will be hard, fine grain bronze of the mixed flow design, accurately machined and individually balanced. The vanes of the impeller intake eye will be hand-ground and polished to a sharp edge. The impeller to be of sufficient size and design to provide ample reserve capacity. The impeller will be keyed to the pump shaft. 9. Impeller clearance rings will be bearing bronze, easily renewable without replacing impeller or pump body. 10. The inboard rear clearance ring will be of a single labyrinth, intermeshing type design to provide extended life and better pump performance due to reduced recirculation. 11. The pump shaft will be precipitation hardening stainless steel with a positive impeller lock. Pump shaft must be sealed with double lip oil seal to keep road dirt and water out of gearbox. 12. Pump shaft to be rigidly supported by rolling element bearings for minimum deflection and end float. Shaft end float will be controlled by the bearings and will not be adjustable. GEARBOX 1. The gearbox as well as the pump will be constructed and tested at the pump manufacturer's factory. 2. The aluminum alloy gearbox is designed to function without lubrication change for up to three years assuming manufacturer's specified gear oil is used. 3. The bearings and shaft will be oil splash lubricated, by the gear rotation, to ensure that the pump can be operated at any angle up to 15' in any direction. 4. Gearbox will be of sufficient size to withstand the torque of the engine in pump operating conditions. The gearbox will be designed of ample capacity for lubrication reserve and to maintain the proper operating temperature. 5. Input shaft to be rigidly supported by rolling element bearings for minimum deflection and end 10845-0004 10/18/23 13 Fouts Bros Fire Equipment float. Shaft end float will be controlled by the bearings and will not be adjustable. 6. The input shaft will be of heat-treated nickel chromium molybdenum steel and will withstand the torque of the engine in pump operating conditions. The input shaft must be sealed with oil seal to keep road dirt and water out of gearbox. 7. All gears, both drive and pump, will be of highest quality electric furnace chrome nickel steel. Bores will be ground to size and teeth integrated and hardened, to give an extremely accurate gear for long life, smooth, quiet running, and higher load carrying capability. An accurately cut helical high contact design will be provided. (No exceptions.) 8. The pump ratio will be selected by the apparatus manufacturer to give maximum performance with the engine, transmission and power take-off selected. 9. The gearbox housing will be fitted with a cooling water system as standard. 10. The gearbox will be rotatable to achieve six different positions — horizontal left, horizontal left - 22.5° down, horizontal right, horizontal right — 22.50 down, inverted (input over pump) and vertical (pump over input). MECHANICAL SEAL The pump shaft will have only one mechanical seal. The mechanical seal will be a self-adjusting mechanical type, incorporating a rotating spring-loaded hard carbon ring running against a stationary silicon carbide seat with a PTFE backup ring that provides best in class reliability. The seal will be pre-loaded during pump assembly and will require no maintenance or adjustments during its life. (No exceptions.) ELECTRONIC PUMP MANUALS Two (2) sets of electronic fire pump service and operation manuals will be provided with the completed apparatus. PUMP WARRANTY The pump will be covered by the Hale Pro-Tech 5-year pump warranty against workmanship and materials. Both parts and labor will be covered for the first 2 years and years 3-5 will have parts only coverage. MIDSHIP FIRE PUMP DRIVESHAFTS AND INSTALLATION The midship PTO fire pump will be installed and will include installation of the fire pump, modification and/or fabrication of new drivelines and all pump-mounting brackets. 10845-0004 10/18/23 14 Fouts Bros Fire Equipment 1000 GPM FIRE PUMP SPECIFICATIONS The centrifugal type fire pump will be a Hale model MBP with a rated capacity of 1000 GPM. The pump will meet NFPA 1901 requirements. The pump will be certified to meet the following deliveries: 1000 gpm (3785 L/M) @ 150 psi (10.3 bar) 700 gpm (2646 L/M) @ 200 psi (13.8 bar) 500 gpm (1893L/M) @ 250 psi (17.2 bar) POWER TAKE OFF A ten (10) bolt Chelsea model 870-XDFJP-B5XV heavy duty transmission driven PTO will be installed to drive the pump. LEFT SIDE INLET - 6.00" One (1) 6.00" steamer inlet with male NST threads will be provided on the left side of the pump module. The inlet will have a removable screen. INLET CAP One (1) 6.00" chrome plated cap with long handles and NST threads will be supplied. The cap will be capable of withstanding 500 PSI and be trimmed with the apparatus manufacturer's logo in the center of the cap. RIGHT SIDE INLET - 6.00" One (1) 6.00" steamer inlet with male NST threads will be provided on the right side of the pump module. The inlet will have a removable screen. INLET CAP One (1) 6.00" chrome plated cap with long handles and NST threads will be supplied. The cap will be capable of withstanding 500 PSI and be trimmed with the apparatus manufacturer's logo in the center of the cap. PUMP SHIFT - PTO - STATIONARY PUMPING One (1) PTO will be installed to drive the fire pump. An electrically activated switch will be installed in the cab to engage the fire pump. Safety interlocks will be provided to ensure the pump drive system components are properly engaged to safely operate the pump. 10845-0004 10/18/23 15 Fouts Bros Fire Equipment The following indicators will be provided and installed: A green "PUMP ENGAGED" indicator will be located in the cab and will energize when the pump shift has successfully been completed. A green"OK TO PUMP" indicator will be located in the cab, and will energize when the pump is engaged, the chassis transmission is in neutral, and the parking brake is engaged. PTO ENGAGEMENT SWITCHING One (1) rocker switch with indicator will be installed on the switch panel in the cab to control the PTO engagement switch. The switch will be labeled "PTO Engage". PIPING AND MANIFOLDS All the plumbing and/or piping in the pump module will be of 304 stainless steel or flexible piping for long life. All stainless-steel castings will be a minimum of schedule 40. All NPT pipe thread connections larger than 0.75" connections will be avoided in the construction of the plumbing system. The following valves will have groove connection: rear discharge, tank fill, all 2.00" and 2.50" pre- connect valves. The flexible piping will be black SBR synthetic rubber hose with 300 working pounds and 1,200 pounds burst pressure for sizes 1.50" through 4.00". Sizes 0.75", 1.00" and 5.00" are rated at 250 lb. working and 1,000 lb. burst pressure. All sizes are rated at 30 HG vacuum. Reinforcement consists of two (2) plies of high tensile strength tire cord for all sizes sand helix wire installed in sizes 1.00" through 5.00" for maximum performance in tight bend applications. The material has a temperature rating of —40 degrees F to 210 degrees F. Full flow couplings are precision machined from high tensile strength stainless steel. All female couplings are brass. 0.75" and 1.00" male and Victaulic couplings are brass INDIVIDUAL DRAINS All 2.00" or larger discharge outlets will be equipped with a 0.75" ball valve drain valve or larger. HOSE THREADS- NST All hose threads will be National Standard Thread (NST) on all base threads on the apparatus intake and discharges, unless otherwise specified. 10845-0004 10/18/23 16 Fouts Bros Fire Equipment MASTER PUMP DRAIN The pump will be equipped with a Class 1 Master Pump drain to allow draining of the lower pump cavities, volute and selected water carrying lines and accessories. The drain will have an all brass body with a stainless steel return spring. U.L. TEST POINTS Two (2) U.L. test points will be mounted on the pump panel for testing of the vacuum and pressures. The test points will be a single piece with individual ports for suction and discharge. VALVES The valves will be Akron Brass with stainless balls. The valves will be bi-directional with full flow capability. The valves will be of fixed pivot ball design with a flow pressure rating to meet NFPA-1901 standards. All 3.00" discharge valves will be supplied with a true slow close mechanism per NFPA specifications. INDIVIDUAL DRAINS One (1) individual Class1 quarter-turn up drain valve will be furnished for each 1.50" or larger discharge port and each 2.50" gated auxiliary suction. DISCHARGE GAUGES Individual Class 1 2.50"-line gauges for each 2.00" or larger discharge will be provided and mounted adjacent to the discharge valve control handle. The gauges will indicate pressure from 0 to 400 PSI. The pressure gauge will be fully filled with pulse and vibration dampening Interlube to lubricate the internal mechanisms to prevent lens condensation and to ensure proper operation to minus 40 degrees F. To prevent internal freezing and to keep contaminants from entering the gauge, the stem and Bourdon tube will be filled with low temperature material and be sealed from the water system using an isolating Sub Z diaphragm located in the stem. PUMP CERTIFICATION The fire pump will be tested to meet the flow requirements of the pump. A written certification will be provided with the completed vehicle. FIRE PUMP PRIMING SYSTEM A Trident model# 31.003.7 air operated priming system will be installed. The unit will be of all brass and stainless steel construction and designed for fire pumps of 1,000 GPM or less. The primer will be two-barrel design with 0.75" NPT connection to the fire pump. 10845-0004 10/18/23 17 Fouts Bros Fire Equipment The primer will be mounted above the pump impeller so that the priming line will automatically drain back to the pump. The primer will also automatically drain when the panel control actuator is not in operation. The inlet side of the primer will include a brass `wye' type strainer with removable stainless steel fine mesh strainer to prevent entry of debris into the primer body. The primer will require a minimum of 13.2 cubic foot per minute air compressor and will be capable of meeting drafting requirements at high idle engine speed. The air supply will be from a chassis supplied `protected' air storage tank with a pressure protection valve. The air supply line will have a pressure protection valve set between 70 to 80 PSIG. The primer control will have a manually operated, panel mounted "push to prime" air valve, which will direct air pressure from the air brake storage tank to the primer body. To prevent freezing, no water will flow to and from the panel control. CLASS ONE STAINLESS INTAKE RELIEF VALVE The apparatus will be equipped with a Class1 inlet relief valve that is of all stainless-steel construction. It will have an adjustable pressure relief setting from 75 psi to 350 psi and is factory preset at 125 psi. The valve will have a 2.50" male NST threaded discharge outlet. The valve will meet NFPA 1901 requirements for pump inlet relief valve. PUMP COOLING/BYPASS LINE A 0.25" pump cooling/bypass line will be provided from the pump discharge manifold directly into the tank. The valve will be a 0.25" multi-turn valve installed through the instrument panel and labeled. SUPPLEMENTARY HEAT EXCHANGER COOLING SYSTEM The apparatus manufacturer will install a heat exchanger for supplementary engine cooling during fire pump operations. A valve mounted at the operator's panel will open a fire pump water line allowing cooling water to the heat exchanger that is mounted in the engine radiator cooling hose. The exchanger will allow cooling water from the fire pump to circulate around the engine radiator coolant without mixing or coming in direct contact with the engine coolant. A label will identify the valve and indicate the direction of opening and closing. PRESSURE GOVERNOR and ENGINE MONITORING DISPLAY Fire Research PumpBoss Max series PBA501-D00 pressure governor and control module kit will be installed. The kit will include a control module, intake pressure sensor, discharge pressure sensor, and cables. The control knob will be 2" in diameter with no mechanical stops, have a serrated grip, and a red idle push button in the center. It will not extend more than 2" from the front of the control module. The control LCD will be 3.5" in size with a minimum brightness of 1000 nits and optically 10845-0004 10/18/23 18 Fouts Bros Fire Equipment bonded to 3mm Borofloat Glass. Inputs for monitored engine information will be from a J1939 data bus or independent sensors. Outputs for engine control will be on the J1939 data bus. Inputs from the pump discharge and intake pressure sensors will be electrical. The following continuous displays will be provided: Engine RPM; shown on LCD screen. Check engine and stop engine warning; shown on LCD screen. Engine oil pressure; shown on LCD screen. Engine coolant temperature; shown on LCD screen. Transmission Temperature; shown on LCD screen. Battery voltage; shown on LCD screen. Pressure and RPM operating mode LEDs. Pressure / RPM setting; shown on LCD screen. Throttle ready / Ok to Pump LEDs. On screen (LCD) message display will show diagnostic and warning messages as they occur. It will show monitored apparatus information, stored data, and program options when selected by the operator. LCD Screen and LED's intensity will be automatically adjusted for day and nighttime operation. The program will store the accumulated operating hours for the pump and engine to be displayed with the push of a button. It will monitor inputs and support audible and visual warning alarms for the following conditions: High Battery Voltage Low Battery Voltage (Engine Off) Low Battery Voltage (Engine Running) High Transmission Temperature Low Engine Oil Pressure High Engine Coolant Temperature Out of Water (visual alarm only) No Engine Response (visual alarm only). The program features will be accessed via push buttons located on the front of the control module. There will be a USB port located at the rear of the control module to upload future firmware enhancements. The pressure governor will operate in two control modes, pressure, and RPM. No discharge pressure or engine RPM variation will occur when switching between modes. A throttle ready and Ok to Pump LED will light when the interlock signal is recognized. The pressure governor will start in pressure mode and set the engine RPM to idle. In pressure mode the pressure governor will automatically regulate the discharge pressure at the level set by the operator. In RPM mode the governor will maintain the engine RPM at the level set by the operator except in the event of a discharge pressure increase. The pressure governor will limit a discharge pressure increase in RPM mode to a maximum 10845-0004 10/18/23 19 Fouts Bros Fire Equipment of 30 psi. Other safety features will include recognition of low water and no water conditions with an automatic programmed response and a push button to return the engine to idle. The pressure governor control module will be programmed at installation for a specific engine. LEFT SIDE AUXILIARY SUCTION One (1) 2.50" intake with an Akron Brass valve will be located on the left side panel. The valve will be a quarter turn ball type and fixed pivot design to allow easy operation at all pump pressures. The valve will come equipped with an inlet strainer and a 2.50" NST chrome inlet swivel. The side auxiliary inlet will incorporate a quarter-turn ball valve with a swing-type manual control located adjacent to the intake. One (1) 2.50" chrome plated plug will be provided. The plug will be equipped with MNST threads, rocker lugs, and chain. TANK TO PUMP LINE One (1) 3.00" tank to pump line will be provided for connection between the water tank and the fire pump. The valve will be a 3.00" Akron Brass quarter turn ball type. The valve will be actuated with an air cylinder. The valve will be controlled with a switch at the pump panel. TANK FILL/ RECIRULATION LINE One (1) 2.00" discharge with an Akron Brass valve will be plumbed to the tank. The valve will be a quarter turn ball type and fixed pivot design to allow easy operation at all pump pressures. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00" x 3.00" identification tag. The controls will be locked in any position. LEFT SIDE FRONT PANEL DISCHARGE One (1) 2.50" discharge with an Akron Brass valve will be located on the left side panel. The valve will be a quarter turn ball type and fixed pivot design to allow easy operation at all pump pressures. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00" x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. The discharge will be equipped with an integral, stainless steel, 30-degree elbow terminating with 2.50" MNST threads. 10845-0004 10/18/23 20 Fouts Bros Fire Equipment One (1) 2.50" chrome plated cap with self-venting lungs will be provided. The cap will be equipped with FNST threads, rocker lugs, and chain. LEFT SIDE REAR PANEL DISCHARGE One (1) 2.50" discharge with an Akron Brass valve will be located on the left side panel. The valve will be a quarter turn ball type and fixed pivot design to allow easy operation at all pump pressures. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00" x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. The discharge will be equipped with an integral, stainless steel, 30-degree elbow terminating with 2.50" MNST threads. One (1) 2.50" chrome plated cap with self-venting lungs will be provided. The cap will be equipped with FNST threads, rocker lugs, and a chain. RIGHT SIDE FRONT PANEL DISCHARGE One (1) 2.50" discharge with an Akron Brass valve will be located on the right side panel. The valve will be a quarter turn ball type and fixed pivot design to allow easy operation at all pump pressures. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00" x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. The discharge will be equipped with an integral, stainless steel, 30-degree elbow terminating with 2.50" MNST threads. One (1) 2.50" chrome plated cap with self-venting lungs will be provided. The cap will be equipped with FNST threads, rocker lugs, and a chain. RIGHT SIDE REAR PANEL DISCHARGE One (1) 2.50" discharge with an Akron Brass valve will be located on the right side panel. The valve will be a quarter turn ball type and fixed pivot design to allow easy operation at all pump pressures. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00" x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. The discharge will be equipped with an integral, stainless steel, 30-degree elbow terminating with 2.50" MNST threads. 10845-0004 10/18/23 21 Fouts Bros Fire Equipment One (1) 2.50" chrome plated cap with self-venting lungs will be provided. The cap will be equipped with FNST threads, rocker lugs, and a chain. CROSSLAY PRE-CONNECT DISCHARGE #1 One (1) 1.75" crosslay pre-connect with a 2.00" Akron Brass valve will be installed in the pump module above the pump. The crosslay will be plumbed using 2.00" stainless steel pipe, and/or flexible piping. The crosslay discharge will terminate below the hose bed floor with a 1.50" NSTM chicksan swivel adapter. The crosslay hose bed floor will be slotted to allow the swivel to extend up through the floor, allowing the pre-connected hose to be pulled off either side of the apparatus without kinking the hose at the coupling connection. Crosslay discharge #1 will be designed to have a minimum total capacity of 3.5 cubic feet as required by NFPA-1901 to accommodate a minimum of 200 feet of 1.75" fire hose. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00" x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. CROSSLAY PRE-CONNECT DISCHARGE #2 One (1) 1.75" crosslay pre-connect with a 2.00" Akron Brass valve will be installed in the pump module above the pump. The crosslay will be plumbed using 2.00" stainless steel pipe, and/or flexible piping. The crosslay discharge will terminate below the hose bed floor with a 1.50" NSTM chicksan swivel adapter. The crosslay hose bed floor will be slotted to allow the swivel to extend up through the floor, allowing the pre-connected hose to be pulled off either side of the apparatus without kinking the hose at the coupling connection. Crosslay discharge #2 will be designed to have a minimum total capacity of 3.5 cubic feet as required by NFPA-1901 to accommodate a minimum of 200 feet of 1.75" fire hose. The quarter turn valve will be manually operated with a Class 1 locking push pull control rod. It will have a chrome plated zinc handle with a recessed area for 1.00" x 3.00" identification tag. The controls will be locked in any position. The discharge will also come equipped with a quarter-turn 0.75" drain valve and a matching color coded bezel. 10845-0004 10/18/23 22 Fouts Bros Fire Equipment CROSSLAY #3, HOSEBED ("DEADLAY") One (1) crosslay style "deadlay" hosebed will be installed above the pump. The deadlay will have the capacity to hold 250' of 2.50" fire hose and nozzle. CROSSLAY DIVIDER(S) Two (2) crosslay dividers will be provided, one (1) between the #1 and #2 crosslay, and one (1) between the #2 and #3 crosslay. Each divider will be constructed from 0.188" thick abraded aluminum plate and will be mounted on a base T-extrusion that provides lower support the length of the divider. There will be a hand hole on each side of the dividers to assist the firefighter. VINYL CROSSLAY COVER The crosslays will be equipped with a heavy duty 18 oz. vinyl cover with side flaps. The top portion will be fastened to the pump house with Velcro and the side flaps will be held in place with a hook and bungee system. The vinyl cover will be red in color. 4.50" MASTER PRESSURE GAUGE One (1) Class1, 4.50" liquid filled master pressure gauge with stainless steel bezel will be provided, reading from 0 Hg. to 400 psi. It will be accurate to within 1%. The gauge will have a white face and black markings. The gauge will be located on the pump operator's panel. 4.50" MASTER INTAKE GAUGE One (1) Class 1, 4.50" liquid filled master intake gauge(s) with stainless steel bezel will be provided, reading from -30" Hg. to 400 psi. It will be accurate to within 1%. The gauge will have a white face and black markings. The gauge will be located on the pump operator's panel. LED WATER LEVEL GAUGE (PUMP PANEL) One (1) Innovative Controls Soft-Glo model # 3050869-03-W-37 LED water level monitor kit will be provided and installed on the left hand side pump operator's control panel. The display will show the volume of water in the tank using 4 distinct illuminated levels. Tank level indication is enhanced by the use of 180' wide-angle diffusion lenses in front of the LEDs. The LEDS are diffused by a proprietary method that creates an illumination effect that remains bright but eliminates the typical irritation to an operator's eyes traditionally caused by bright LEDs. 10845-0004 10/18/23 23 Fouts Bros Fire Equipment The gauge will use a pressure transducer #3030376-01 installed near the bottom of the water tank to determine the correct volume in the tank. CAB MOUNTED WATER TANK INDICATOR One (1) Innovative Controls Soft-Glo model #3050853-W-37 mini tank level display will be provided and installed on the console in the cab. The display(s) will show the volume in the tank on 4 distinct illuminated levels. The display will mimic the main pump panel mounted display via CAN Bus. An Innovated Controls model #3030735, remote relay module will be furnished to provide outputs for large indicator lights on the side of the vehicle. LARGE LIGHT WATER LEVEL GAUGE, REAR OF BODY The installed SL Plus system will include three (3) IC SL Plus Monster Light slave displays. There will be one (1) display mounted on the left side of the body, one (1) mounted on the right side of the body, and one (1) mounted on the rear of the body. Each monster light will have 64 super-bright LEDs in 4 discrete groupings of 16 LEDs per color. These colored LED groupings will mimic the functionality of the master display. The monster light will not require a separate driver module, having this capability built-in. PUMP, MODULE, AND RELATED ITEMS PUMP MODULE BODY The pump module body will be a self-supported structure mounted independently from the body and chassis cab. The pump module will be constructed entirely of extrusions and aluminum plate. The framework will be formed from beveled aluminum alloy extrusions and will be electrically seam welded at each joint using 5356 aluminum alloy welding wire. The main framework to be 3.00 x 3.00 x 0.18, or 3.00 x 1.5 webbed 0.25, 6063-T5 aluminum extrusion. The pump module design must allow normal frame deflection through isolation mounts without imposing stress on the pump module structure or side running boards. The pump module will consist of a welded framework, properly braced to withstand chassis frame flexing. The pump module support will be bolted to the frame rails of the chassis. PUMP MODULE WIDTH Pump Module to be 36.00" (side to side). PUMP PANEL MATERIAL The left side operator's panel, gauge panel, right side pump panel and right side access door will be fabricated from 14-gauge 304L stainless steel with a #4, (150/180 grit), standard brushed finish. 10845-0004 10/18/23 24 Fouts Bros Fire Equipment GAUGE PANEL The pump operator's upper gauge panel will be located on the left hand side of the pump module above the main control panel. It will be horizontally hinged and will have two (2) latches. PUMP ENCLOSURE ACCESS DOOR -- RIGHT SIDE UPPER A vertically hinged pump panel access door will be provided on the upper right side of the side mount pump enclosure. The access door will be approximately 22.00" high and as wide as possible. The door will have three (3) push button type latches. The drains located on the officer's side panel will be fastened to the lower panel, which will be stationary. PUMP PANEL LIGHT SHIELD, LH SIDE PANEL One (1) LED strip light will be installed under an instrument panel light hood on the left side pump panel. PUMP PANEL LIGHT SHIELD, RH SIDE PANEL One (1) LED strip light will be installed under an instrument panel light hood on the right side pump panel. A weather resistant switch, located on the pump operator's panel will be provided to activate the lights. PUMP COMPARTMENT LIGHTS (LED) Two (2) clear LED lights will be provided inside the pump compartment area. Each will be switched. LEFT SIDE RUNNING BOARD The left pump panel will be equipped with a side running board. The running board will be constructed of 0.125" embossed fire apparatus bright aluminum treadplate. It will be a minimum of approximately 11.00" deep x the width of the module. The running board will have an upward bend on the inside edge to act as a kick plate. The running board will be attached to a frame mounted outrigger support structure. The running board will have a 3.00" downward bend on the front and side faces with a 1.00" underside return for superior strength. RIGHT SIDE RUNNING BOARD The right pump panel will be equipped with a side running board. The running board will be constructed of 0.125" embossed fire apparatus bright aluminum treadplate. It will be a minimum of approximately 11 .00" deep x the width of the module. The running board will have an upward bend on 10845-0004 10/18/23 25 Fouts Bros Fire Equipment the inside edge to act as a kick plate. The running board will be attached to a frame mounted outrigger support structure. The running board will have a 3.00" downward bend on the front and side faces with a 1.00" underside return for superior strength. FRONT PUMP HOUSE COVER The front of the pump enclosure will be covered with .125" aluminum treadplate. REAR PUMP HOUSE COVER The rear of the pump enclosure will be covered with .125" aluminum treadplate. HOSE RESTRAINT LABEL - FAMA# 22 A permanent label will be provided near any hose storage area. The label will instruct the operator to ensure that all hose is properly secured prior to placing the apparatus in motion and to provide warning of potential dangers, including injury or death, in failing to do so. INTAKE/DISCHARGE CAP PRESSURE LABEL - FAMA# 18 A permanent label will be provided in all areas that intakes and discharges are capped. The label will give instruction on how to properly remove the cap. The label will also warn of potential dangers, injury or death that be caused by failing to follow proper cap removal procedures. TRAINED OPERATOR ONLY LABEL - FAMA# 25] A permanent label will be provided on the pump panel that states that only properly trained personnel should operate the apparatus and will indicate that injury or death could occur as a result. PUMP PANEL ID PLATE An identification plate will be installed on the pump operator control panel to identify the fire pump serial number, model number, and performance. COLOR CODED PUMP PANEL LABELING AND NAMEPLATES Discharge and intake valve controls will be color coded in compliance to guidelines of applicable sections of NFPA standards. Innovative Controls permanent type nameplates and instruction panels will be installed on the pump panel for safe operation of the pumping equipment and controls. 10845-0004 10/18/23 26 Fouts Bros Fire Equipment WATER TANK AND RELATED COMPONENTS 3000 GALLON POLY TANK Tank capacity will be 3000 US gallons /2498 Imperial gallons / 11356 Liters. WATER FILL TOWER AND COVER The tank will have a combination vent and manual anti-surge fill tower. The fill tower will be constructed of 0.50" PT3 polypropylene and will be a minimum dimension of 14.00" x 14.00" outer perimeter. The fill tower will be blue in color indicating that it is a water-only fill tower. The tower will have a 0.25" thick removable polypropylene screen and a PT3 polypropylene hinged cover. The capacity of the tank will be engraved on the top of the fill tower lid. The fill tower will have an anti-surge provision. It will be designed to prevent water splashing up through the top of the fill tower when the water tank is full, and the apparatus comes to an immediate stop. (NO EXCEPTION) FILL TOWER LOCATION The fill tower will be located in the left front area of the tank. Inside the fill tower there will be a combination vent/overflow pipe. The vent overflow will be a minimum of schedule 40 polypropylene pipe with a minimum I.D. of 6.00" that is designed to run through the tank and will be piped to discharge water behind the rear wheels as required in NFPA 1901 so as to not interfere with rear tire traction. SUMP There will be one (1) sump standard per tank. The sump will be constructed of a minimum of 0.50" PT3 polypropylene and be located in the left front quarter of the tank, unless specified otherwise. On all tanks that require a front suction, a 3.00" schedule 40 polypropylene pipe will be installed that will incorporate a dip tube from the front of the tank to the sump location. All tanks will have an anti-swirl plate located approximately 3.00" above the inside floor. WATER TANK CLEAN-OUT PLUG The tank will have a 4.00" N.P.T. threaded outlet on the bottom for a cleanout/ drain plug per NFPA. The cleanout/ drain plug will be installed in the bottom of the water tank using an 8-Bolt flange with a 4.00" N.P.T. threaded outlet to create easy access to the plug. (NO EXCPETION) 10845-0004 10/18/23 27 Fouts Bros Fire Equipment MOUNTING BLOCKS, TANK SIDES There will be four (4) mounting blocks, two (2) on each side for mounting equipment such as ladder brackets. MOUNTING BLOCK, REAR TANK FACE A 1.00" mounting block will cover the whole rear of tank for mounting work lights, folding steps, grab rails, accessories, and emergency lighting. A 1.00" mounting block will be on the front left hand side of the tank for mounting folding steps, grab rails, and accessories. A 1.00" mounting block will be on the front right hand side of the tank for mounting folding steps, grab rails, and accessories. REAR CAMERA NOTCH A recessed mounting area for a backup camera will be built into the rear of the tank. As high and as close to the center line as possible. HOSE BED There will be a hose bed area constructed of polypropylene on the top of the tank consisting of two side walls and one front panel. The hose bed will be welded to the outside perimeter of the tank cover and will be approximately 9.00" tall by the length and width of the water tank. The hose bed will be free from all projections, which may interfere with the unloading of the hose. HOSE BED STORAGE CAPACITY The hose bed will be designed to have a storage capacity for a minimum of 80.00 cubic feet of fire department supplied fire hose. HOSEBED FLOOR The floor of the hose bed will be grooved by the tank manufacturer to provide an integral planking designed to allow the loaded hose to drain and allow airflow for ventilation. VINYL HOSEBED COVER The apparatus will be equipped with an 18 oz. vinyl Hosebed cover with a rear flap and a hook and bungee fastening system at front and sides. The rear flap will be fastened with three (3) 2.00" side release plastic buckle assemblies. The vinyl material will be treated for protection against UV rays and mildew. The vinyl cover will be red in color. 10845-0004 10/18/23 28 Fouts Bros Fire Equipment REAR DUMP VALVE One (1) NEWTON 10.00" Model 1050-34 Stainless Steel dump valve will be installed. It will be located at the rear center of the apparatus. One (1) manual operated lever control will be used to open and close the dump valve, the lever will be located on the top of the valve. SWIVEL DUMP SYSTEM A Newton Model 6012SW-34 stainless steel swivel dump chute extension will be mounted on the rear dump valve. The unit will be able to rotate 180 degrees and lock in place while the apparatus is in motion. With the swivel attached, the chute will be capable of flowing 2,777 gpm. TELESCOPIC EXTENSION CHUTE One (1) Newton, model 4036-8X12-34, manual stainless steel telescoping extension chute will be installed on the swivel. The extension chute will be capable of extending 36.00" past the dump valve. DIRECT TANK FILL - LEFT HAND SIDE There will be a one (1) 2.50" direct tank fill located on the left-rear of the apparatus. The valve will be an Akron 8800 Series swing out valve. This valve will be operated using a direct manual actuator handle. Valve inlet will be a 2.50" female hose thread adapter and feature a 30 degree droop with a wire screen inlet strainer and a swivel. PLUG One (1) 2.50" chrome plated plug will be provided. The threads will be NST and the plug will be equipped rocker lugs and chain. DIRECT TANK FILL REDUCER -RIGHT HAND SIDE The 4.00" FNPT inlet on the right hand side rear of the tank will be reduced down to 2.50" FNPT. This will allow the future installation of a LDH rear tank fill. DIRECT TANK FILL - RIGHT HAND SIDE There will be a one (1) 2.50" direct tank fill located on the right-rear of the apparatus. The valve will be an Akron 8800 Series swing out valve. This valve will be operated using a direct manual actuator handle. Valve inlet will be a 2.50" female hose thread adapter and feature a 30 degree droop with a wire screen inlet strainer and a swivel. 10845-0004 10/18/23 29 Fouts Bros Fire Equipment PLUG One (1) 2.50" chrome plated plug will be provided. The threads will be NST, and the plug will be equipped rocker lugs and chain. SUBFRAME The sub frame will be constructed from structural steel channel and plate, welded together, and bolted to the chassis frame. The main support will be a 0.3125" thick steel plate under the tank floor with a 2.50" angle steel around the perimeter of the tank. Two (2) sub frame long sills constructed of 3.00" X 7.00" steel tubing with 0.1875" walls will run the full length of the subframe and be mounted to truck frame using 0.1875" angle clips and a minimum of ten (10) grade 8 bolts. The tank sub frame and attachments will be in strict compliance with UPF poly-tanks engineering specifications. MOUNTING The tank will rest on the subframe so as to not allow for more than 530 square inches of unsupported area under the tank floor. In cases where the overall height of the tank exceeds 40 inches the subframe will be designed to allow for not more than 400 square inches of unsupported area. The tank will be supported to prevent itself from shifting during vehicle operation. A non-corrosive protective liner will be installed in between the tank and the subframe. The tank will be mounted to a sub frame with three (3) stainless steel gussets per UPF specifications. The tank and sub frame must be installed by a UPF Authorized installer (NO EXCEPTIONS). BODY CONSTRUCTION The body will be fabricated of steel tubing, angle, smooth aluminum sheet and aluminum treadplate. The tubing will be designed as structural-framing members with smooth aluminum and treadplate fabricated to form compartments, floors, and fender panels. The side compartments will be modular in design and will be capable of being replaced if damaged. Each will be supported by the steel frame and attached to the sub frame with grade 8 bolts. All body compartments will have a method of ventilation provided either by louvers stamped into a wall or another method to allow the compartments to aerate. The ventilation design will provide the proper airflow inside the compartments and prevent water from dripping into the storage compartment. 10845-0004 10/18/23 30 Fouts Bros Fire Equipment The side compartments will be constructed of formed 0.125" aluminum. Compartment flooring will be of the sweep out design. FENDER PANELS -ATP The rear fender panels will be constructed of 0.125" bright aluminum tread plate and be an integral part of the tanker body. BODY FINISH -ATP The compartments and fenders, together forming the body, will remain unpainted. WHEEL WELL DESIGN The rear wheel wells will be radius cut for a streamlined appearance. FENDERETTES Four (4) polished stainless steel fenderettes will be provided over the rear tandem wheel well openings, one (1) on each side. Each fenderette will be made of 14 gauge 304 stainless steel. The stainless steel fenderette will be secured into place with stainless steel fasteners and will be easily removable for replacement. The fenderettes must be bolted into place and removable for replacement. ROLL-UP DOORS -AMDOR All lower compartment doors will be equipped with AMDOR brand roll-up doors. The slats will be 1.00" double wall aluminum with continuous ball and socket hinge joints designed to prevent water ingression and weather tight recessed dual durometer seals. The interior door curtains will be smooth to prevent equipment hang-ups. The door tracks and side frames will each be one-piece aluminum. Each side seal will be recessed, and non-marring with UV stabilizers to prevent warping. The bottom panel flange will have cut-outs for ease of access with gloved hands. The door strikers will provide support beneath the lift bar to prevent door curtain bounce and potential false door ajar indications. LEFT SIDE COMPARTMENT IN FRONT OF REAR WHEELS, L-1 One (1) compartment will be supplied on the left hand side of the truck in front of the rear wheels. Compartment dimensions will be approx. 60.00" wide by 26.00" deep by 27.00" high. The compartment will have a roll up door. The door will have a satin finish. 10845-0004 10/18/23 31 Fouts Bros Fire Equipment COMPARTMENT LIGHT(S) One (1) 12.00" Luma Bar LED strip light will be installed inside the compartment. The compartment light(s) will be controlled by a magnetic "On-Off" switch located on each compartment door. LEFT SIDE COMPARTMENT BEHIND REAR WHEELS, L-2 One (1) compartment will be supplied on the left hand side of the truck behind the rear wheels. Compartment dimensions will be approx. 24.00" wide by 26.00" deep by 27.00" high. The compartment will have a roll up door. The door will have a satin finish. COMPARTMENT LIGHT(S) One (1) 12.00" Luma Bar LED strip light will be installed inside the compartment. The compartment light(s) will be controlled by a magnetic "On-Off" switch located on each compartment door. RIGHT SIDE COMPARTMENT IN FRONT OF REAR WHEELS, R-1 One (1) compartment will be supplied on the right hand side of the truck in front of the rear wheels. Compartment dimensions will be approx. 60.00" wide by 26.00" deep by 27.00" high. The compartment will have a roll up door. The door will have a satin finish. COMPARTMENT LIGHT(S) One (1) 12.00" Luma Bar LED strip light will be installed inside the compartment. The compartment light(s) will be controlled by a magnetic "On-Off' switch located on each compartment door. RIGHT SIDE COMPARTMENT BEHIND REAR WHEELS, R-2 One (1) compartment will be supplied on the right hand side of the truck behind the rear wheels. Compartment dimensions will be approx. 24.00" wide by 26.00" deep by 27.00" high. The compartment will have a roll up door. The door will have a satin finish. COMPARTMENT LIGHT(S) One (1) 12.00" Luma Bar LED strip light will be installed inside the compartment. The compartment light(s) will be controlled by a magnetic "On-Off' switch located on each compartment door. 10845-0004 10/18/23 32 Fouts Bros Fire Equipment DROP TANK STORAGE- RH SIDE There will be room to store an appropriate size dump tank under the right hand side "T" portion of the tank. The area will have a mechanical means to lock the dump tank in place while the apparatus is in motion. The tank will slide in horizontally into the hold from the right side of the body. The storage will have the capacity for one (1) 3000 US Gallon portable tank with an aluminum frame. HARD SUCTION STORAGE- LH SIDE There will be a hard suction storage tray located under the left hand side of the "T" portion of the tank. The hard suction hose storage will be accessed from the ground at the rear of the unit. In order to provide a comfortable and safe level of access to the hoses, there will be no exception allowed to this feature. The suction storage will have capacity for two (2) 10.00' sections of hard suction hose. REAR TAILBOARD A rear beavertail tailboard will be provided and installed at the rear of the apparatus. The tailboard will consist of two (2) separate stepping/ standing surfaces made of aluminum grip-strut material. The top step will be 7.00" deep and the bottom will be 9.50" deep. The outside edges of the rear tailboard will be trimmed with bright diamond plate aluminum. The tailboard will meet recommended requirements for non-slip surfaces. This area is to be used as a step but is not designed to carry personnel and should never be used to transport firemen. STEPS All steps will have a surface area of at least 35 square inches and will be able to withstand a load of at least 500 pounds. REAR FOLDING STEPS Innovative Controls model 3004234 folding steps will be furnished and located at the rear of the apparatus. The exact number of steps provided may vary depending upon body configuration and options. 10845-0004 10/18/23 33 Fouts Bros Fire Equipment FOLDING STEPS- RH SIDE FRONT OF BODY Innovative Controls model 3007732 folding steps will be furnished and located, at the right hand front of the body. The exact number of steps provided may vary depending upon body configuration and options. EXTERIOR GRAB RAILS Each grab rail will be non-slip, 1.25" diameter extruded polished aluminum grab rails with rubber inserts designed to provide maximum gripping ability, strength, and durability. The rails will comply with NFPA 1901. GRAB RAILS, REAR STEP, VERTICAL Two (2) extruded aluminum non-slip grab rails will be provided and vertically mounted on the rear of the apparatus, one (1) on each side of the body. GRAB RAIL, LH FRONT One (1) extruded aluminum non-slip grab rail will be provided and mounted on the front, upper, left hand side of the body. GRAB RAIL, RH FRONT One (1) extruded aluminum non-slip grab rail will be provided and mounted on the front, upper, right hand side of the body. 12 VOLT ELECTRICAL SECTION NFPA 1901 CERTIFIED 12 VOLT ELECTRICAL SYSTEM The 12-volt apparatus body electrical system will be provided and will be in compliance with NFPA 1901 testing and certification procedures as follows: NFPA MINIMUM ELECTRICAL LOAD DEFINITION The NFPA 1901 defined minimum electrical load will consist of the total amperage required to simultaneously operate the following in a stationary mode: 1. Propulsion engine and transmission. 2. The clearance and marker lights. 10845-0004 10/18/23 34 Fouts Bros Fire Equipment 3. Communication equipment. 5 amp default. 4. Illumination of all walking surfaces, the ground at all egress points, control, and instrumentation panels and 50% of total compartment lighting. 5. Minimum warning lights required for "blocking right of way" mode. 6. The current to simultaneously operate and fire pump and all specified electrical devices. 7. Anything defined by the purchaser, in the advertised specifications, to be critical to the mission of the apparatus. RESERVE CAPACITY TEST The first electrical test to be performed will be the Reserve Capacity Test. All items listed in NFPA Minimum Load Definition will be activated with the engine shut off. After 10 minutes of operation, the items 1-7 will be deactivated. After deactivation, the battery system will have ample reserve to start the engine. ALTERNATOR PERFORMANCE TEST AT IDLE The second electrical test to be performed will be Alternator Performance Test at Full Load. All electrical loads will be activated with the engine running up to the governed rpm for two hours. During the test, the system voltage will not drop below 11.7 volts or have excessive battery discharge for more than 120 seconds. Any loads not defined in the NFPA Minimum Electrical Load may be load managed to pass test. TEST CONDITIONS All electrical testing will be performed with the engine compartment at approximately 200 degrees. 12 VOLT ELECTRICAL SYSTEM The truck will have a 12-Volt electrical system. All wiring will be run in convoluted high temperature plastic loom. Wiring will be color and function coded and will be of adequate size to handle the assigned load. All solenoids, relays, and terminal blocks will be located in an easily accessible area. All circuits provided will have properly rated low voltage over current protective devices. All wiring will be stranded copper or copper alloy conductors of a gauge rated to carry 125 percent of the maximum current for the protected circuit. Voltage drops in all wiring from the power source to the 10845-0004 10/18/23 35 Fouts Bros Fire Equipment device will not exceed 10 percent. The wiring and wiring harness and insulation will be in conformance with applicable SAE and NFPA standards. The wiring harness will conform to SAE J- 1128 with GXL temperature properties. All exposed wiring will be protected in a loom with a minimum 289 degree Fahrenheit rating. All wiring looms will be properly supported and attached to body members. The electrical conductors will be constructed in accordance with applicable SAE standards, except when good engineering practice requires special construction. All underside terminal junctions will be fully enclosed in sealed plastic weatherproof boxes. Electromagnetic interference suppression will be provided as required to satisfy the radiation limits specified in SAE J551/1. INNOVATIVE CONTROLS MULITPLEXING SYSTEM The electrical system will utilize an Innovative Controls multiplexing system where applicable. HAZARD LIGHT One (1) flashing red LED light, located in the driving compartment, the light will be illuminated automatically whenever any compartment door is ajar. The hazard light will be marked with a sign that reads "Do Not Move Apparatus When Light is On". The warning light will be interlocked to the parking brake and will only alert the driver when the parking brake is released. The light will also be used to signal that other ancillary equipment such as racks light towers etc. are not in their "ready for transport" position. ROCKER SWITCH PANEL - EIGHT (8) POSITION A lighted eight (8) position rocker type switch panel will be installed to provide the ability to de- activate individual lighting units. The switches will be Carling Contura V series rocker switches. A rocker switch with a blank legend installed directly below will be provided for any position without a switch and legend designated by a specific option. The non-specified switches will be two-position, black switches with an LED indicator light. Each blank switch legend can be custom ordered by the department once the apparatus is in service. All switch legends will have backlighting provided. MASTER WARNING SWITCH A master switch will be included in the main rocker switch panel. The switch will have a red light indicator and be labeled "Master Warning" for identification. The switch will feature control over all devices wired through it. Any warning device switch left in the "ON" position will automatically power up when the master switch is activated. 10845-0004 10/18/23 36 Fouts Bros Fire Equipment CHASSIS GROUND LIGHTS LED ground lights with outward facing angle brackets will be installed, one (1) under each chassis door. FRONT OF BODY GROUND LIGHTS Two (2) LED ground lights with outward facing angle brackets will be installed under the front of the body. One (1) light will be located on the driver side and one (1) light will be located on the officer side of the apparatus. REAR STEP GROUND LIGHTS Two (2) LED ground lights with outward facing angle brackets will be installed under the rear step of the apparatus, one (1) on each side. GROUND LIGHT SWITCHING The cab and body ground lights will activate by engaging the parking brake. REAR ROAD LIGHTING Two (2) sets of 4.00" LED stop, turn and back-up lights will be provided, one (1) set on each side of the rear of the truck. DOT MARKER LIGHTS AND REFLECTORS LED marker lights will be installed on the vehicle in conformance with the Department of Transportation requirements. All marker lights will be incorporated into the headlight circuit of the cab/chassis. Two (2) amber LED side markers and turn lights will be provided on the apparatus lower side, forward of rear axle, one (1) each side if the apparatus is 30 feet long or longer. The side body panels will be furnished with marker lights installed as follows: • Two (2) 0.75" amber LED marker lights, one (1) on each side at the lower front corner of the body. • Four (4) 0.75" red LED marker lights, one (1) on each side at the lower rear corner of the body. The rear body panel, centered above the bumper, will be furnished with marker lights installed as follows: 10845-0004 10/18/23 37 Fouts Bros Fire Equipment • Three (3) 0.75" red LED marker lights, as close as practical to the vertical centerline. Centers spaced not less than 6.00" or more than 12.00" apart. Two (2) amber reflectors will be provided on the apparatus body lower side, as far forward and low as practical, one (1) each side if the apparatus is 30 feet long or longer. Four (4) red reflectors will be provided on the apparatus rear, one (1) each side and two (2) on the rear. LICENSE PLATE LIGHT A license plate bracket with LED light will be provided and installed on the rear of the body. It will be wired to come on with the headlights. SIDE FACING UPPER FRONT BODY SCENE LIGHTS One (1) pair of Whelen M9 EZ Series LED scene lights will be installed, one (1) on each side of the upper front portion of the apparatus body. The driver's side scene light will be a Whelen model M92SLC. The light will be supplied and installed with a chrome bezel. The officer side scene light will be a Whelen model M92SLC. The light will be supplied and installed with a chrome bezel. SIDE FACING UPPER REAR BODY SCENE LIGHTS One (1) pair of Whelen M9 EZ Series LED scene lights will be installed, one (1) each side of the upper rear portion of the apparatus body. The driver's side scene light will be a Whelen model M92SLC. The light will be supplied and installed with a chrome bezel. The officer side scene light will be a Whelen model M92SLC. The light will be supplied and installed with a chrome bezel. UPPER REAR BODY SCENE LIGHTS One (1) pair of Whelen M9 EZ Series LED scene lights will be installed, one (1) each side of the upper rear portion of the apparatus body. The driver's side scene light will be a Whelen model M92SLC. The light will be supplied and installed with a chrome bezel. The officer side scene light will be a Whelen model M92SLC. The light will be supplied and installed with a chrome bezel. SCENE LIGHT SWITCHING One (1) rocker switch with indicator will be installed on the switch panel in the cab to control the left side scene light(s). The switch will be labeled "LEFT SCENE". 10845-0004 10/18/23 38 Fouts Bros Fire Equipment SCENE LIGHT SWITCHING One (1) rocker switch with indicator will be installed on the switch panel in the cab to control the rear scene light(s). The switch will be labeled "REAR SCENE". SCENE LIGHT SWITCHING One (1) rocker switch with indicator will be installed on the switch panel in the cab to control the right side scene light(s). The switch will be labeled "RIGHT SCENE". DUAL FUNCTION SCENE LIGHT(S) The rear scene lights will activate automatically upon placing the transmission into reverse. REAR VISION SYSTEM One (1) complete backup camera system will be provided to allow the driver to visually see the rear of the apparatus while in the cab. The system will include a high resolution 7.00" touch screen with LED Backlight and an anti-glare system with an auto dimmer. The system will include audio transmission from the camera. The rear vision camera will be wired to automatically activate when the chassis transmission is placed in reverse. CAMERA LOCATION The camera will be recessed mounted in the rear of the tank, as close to the center line as possible. The monitor for the rear vision system will be mounted on the dash of the cab in easy view of the driver. NFPA AUDIBLE AND LIGHTING WARNING PACKAGE The following warning light package will include all of the minimum warning light and actuation requirements for the current revision of the NFPA 1901-2009. The lighting as specified will meet the requirements for both "Clearing Right of Way" and "Blocking Right of Way" which includes disabling all white warning lights when the apparatus is in "Blocking Right of Way" mode. WARNING LIGHT FLASH PATTERN All of the perimeter warning lights will be set to the default NFPA flash pattern as provided by the warning light manufacturer. LIGHTBAR 10845-0004 10/18/23 39 Fouts Bros Fire Equipment One (1) WHELEN model JE2NFPA 56.00" LED lightbar will be supplied and mounted. The lightbar will have clear lenses and contain the following modules: Four (4) RED LIN6 LED modules, two (2) on each corner. Four (4) RED CON3 LED modules, across the front Two (2) WHITE CONS LED modules, on the front The forward facing white lights will be automatically disabled for the "Blocking Right of Way" mode. LIGHT BAR SWITCHING One (1) momenatry rocker switch with indicator will be installed on the switch panel in the cab to control the light bar. The switch will be labeled "LIGHT BAR". The switch will only be active when the master warning switch is engaged. SIDE FACING UPPER FRONT BODY WARNING LIGHTS One (1) pair of Whelen model M9 LED warning lights will be installed, one (1) on each side of the upper front portion of the apparatus body. The driver side warning light will be a Whelen Model M9R red LED with red lens. The officer side warning light will be a Whelen Model M9R red LED with red lens. Each light will be mounted with a Whelen Model M9FC chrome flange. SIDE FACING UPPER REAR BODY WARNING LIGHTS One (1) pair of Whelen model M9 LED warning lights will be installed, one (1) on each side of the upper rear portion of the apparatus body. The driver side warning light will be a Whelen Model M9R red LED with red lens. The officer side warning light will be a Whelen Model M9R red LED with red lens. Each light will be mounted with a Whelen Model M9FC chrome flange. UPPER REAR WARNING LIGHTS One (1) pair of Whelen model M9 LED warning lights will be installed, one (1) on each side of the upper rear of the apparatus body. The driver side warning light will be a Whelen Model M9R red LED with red lens. The officer side warning light will be a Whelen Model M9R red LED with red lens. Each light will be mounted with a Whelen Model M9FC chrome flange. UPPER WARNING LIGHT SWITCHING One (1) rocker switch with indicator will be installed on the switch panel in the cab to control the upper warning lights. The switch will be labeled "UPPER WARNING". The switch will only be active when the master warning switch is engaged. 10845-0004 10/18/23 40 Fouts Bros Fire Equipment LOWER FRONT WARNING LIGHTS One (1) pair of Whelen model M6 Series LED warning lights will be installed, one (1) each side one the front of the chassis cab. The driver side warning light will be a Whelen Model M6R red Super-LED with red lens. The officer side warning light will be a Whelen Model M6R red Super-LED with red lens. Each light will be mounted with a Whelen Model M6FC chrome flange. LOWER INTERSECTION WARNING LIGHTS {Quantity} pair of Whelen model M6 LED warning lights will be installed, one (1) each side of the chassis cab. The driver side warning light will be a Whelen Model M6R red Super-LED with red lens. The officer side warning light will be a Whelen Model M6R red Super-LED with red lens. Each light will be mounted with a Whelen Model M6FC chrome flange. LOWER MID-BODY WARNING LIGHTS One (1) pair of Whelen model M6 Series LED warning lights will be installed, one (1) each side of the apparatus, mid-body. The driver side warning light will be a Whelen Model M6R red Super-LED with red lens. The officer side warning light will be a Whelen Model M6R red Super-LED with red lens. Each light will be mounted with a Whelen Model M6FC chrome flange. LOWER REAR WARNING LIGHTS One (1) pair of Whelen model M6 Series LED warning lights will be installed, one (1) on each side of the lower rear of the apparatus body. The driver side warning light will be a Whelen Model M6R red Super-LED with red lens. The officer side warning light will be a Whelen Model M6R red Super-LED with red lens. Each light will be mounted with a Whelen Model M6FC chrome flange. LOWER WARNING LIGHT SWITCHING One (1) momentary rocker switch with indicator will be installed on the switch panel in the cab to control the lower warning lights. The switch will be labeled "LOWER WARNING". The switch will only be active when the master warning switch is engaged. REAR BEACONS Two (2) Whelen model L31 LED beacons will be provided and installed at the upper rear corners of the apparatus. 10845-0004 10/18/23 41 Fouts Bros Fire Equipment The beacon on the driver side will be a Whelen Model L31 HRF, it will be red in color with a red lens. The beacon on the officer side will be a Whelen Model L31 HRF, it will be red in color with a red lens. BEACON LIGHT SWITCHING The beacon lights will be controlled along with the upper level warning lights. BEACON LIGHT MOUNTING The rear beacons will be mounted on a stainless steel bracket and attached to the apparatus body, one (1) on each side. ELECTRIC SIREN AND CONTROL One (1) Whelen model #295SLSA1 electronic siren will be mounted in the cab. This unit will feature an electronic air horn, wail, yelp, hi-lo and will have a hard wired PA microphone. ELECTRONIC SIREN SPEAKER One (1) Federal Signal model ES100 Dynamax 100 watt speaker will be flush mounted as far forward and as low as possible on the front of the vehicle. A polished model ESFMT with "Electric F" grille will be provided on the outside of the speaker to prevent road debris from entering the speaker. The speaker will produce a minimum sound output of 120 dB at 10 feet to meet current NFPA 1901 requirements. The speaker will be located on the right hand side of the bumper. SIREN NOISE WARNING LABEL - FAMA# 42 A permanent label will be provided inside the driver's door warning of potential injury that could be received from the noise of the siren. The label will also state safety precautions that should be taken when the siren is in use. 10845-0004 10/18/23 42 Fouts Bros Fire Equipment PAINT, STRIPING, AND LETTERING SECTION PAINT PROCESS The wetside tank will be painted with a PPG Delfleet Evolution Paint System. All products and technicians will be certified by PPG every two (2) years. The wetside tank will be totally removed from the chassis during the painting process to ensure the entire unit is covered. All seams will be caulked both inside and along the exterior edges with a urethane automotive sealant to prevent moisture from entering. The water tank and all parts will be thoroughly washed with a grease cutting solvent prior to any sanding. After the wetside tank has been sanded, the wetside tank will be washed again with a grease cutting solvent to remove any contaminants on the surface. PAINT The tank will be painted to match the chassis. The tank's paint color will be "cross referenced" from the chassis paint and will be painted to match the main chassis color as closely as possible. PRIMING Two (2) medium wet coats of adhesion promoter for plastics will be applied to all surfaces to be painted. Two (2) applications of primer will be applied. The first application will be four (4) coats and the second application will be three (3) coats. COMPARTMENT INTERIORS The side compartment interiors will be unpainted and in their natural finish. WHEEL RIMS The chassis wheels will be as furnished by the chassis OEM. No additional finishes will be provided by the apparatus manufacturer. LETTERING Reflective lettering will be applied to the cab doors at the direction of the purchaser. 10845-0004 10/18/23 43 Fouts Bros Fire Equipment Photos or drawings of the lettering and striping layout will be provided by the purchaser prior to construction. REFLECTIVE STRIPE There will be a reflective Scotchlite band located on the apparatus cab and body. The band will be per the purchaser's size, design, and color specifications. The reflective band will be in compliance with current NFPA requirements. Photos or drawings of the layout will be provided by the purchaser prior to construction. CHEVRON STRIPING At least 50% of the rear of the unit will be covered with Red and Fluorescent Yellow-Green alternating 6.00" stripe in an inverted Chevron pattern. A 0.50" Gold reflective stripe will outline the sides of the wetside tank. FOUTS BROS. LOGO PLATE(S) Three (3) Fouts Bros. logo plate(s) will be affixed to the finished apparatus. LOOSE EQUIPMENT The following items will be provided and shipped loose with the completed apparatus at the time of delivery: FOLDING TANK One (1) 3,000 gallon Aluminum collapsible frame folding portable tank will be supplied. The tank liner will have 22 oz vinyl sides and a 28 oz vinyl floor that will be Red in color. Grab handles will be placed on the floor of the liner to help the firefighter pick up the liner when folding. SUCTION HOSE Two (2) 6.00" X 10' section(s) of KOCHEK, PVC type hard, suction hose will be provided on the apparatus. The hose(s) will be light weight type with pyrolite, long handle female x rocker lug male, NST threads. The hose will be black in color. 10845-0004 10/18/23 44 Fouts Bros Fire Equipment ONE YEAR APPARATUS WARRANTY The complete apparatus detailed herein will be warranted against defects in materials and workmanship for a period of twelve (12) months, effective upon pick up or delivery of the completed apparatus to the purchaser, as detailed in the respective warranty documents. Any unauthorized alterations or modifications to the apparatus will void this warranty. Other warrantees, as provided by individual component manufacturers may extend beyond this warranty. STRUCTURAL WARRANTY, TEN YEARS A structural warranty will be provided. by the apparatus manufacturer for products of its manufacture to be free from defects in material and workmanship, under normal use and service, for a period of ten (10) years, effective upon final payment in full by the Purchaser, and pick up or delivery of the completed apparatus to the Purchaser. Any unauthorized alterations or modifications to the apparatus will void this warranty. PLUMBING WARRANTY, TEN YEARS A Stainless Steel Plumbing/Piping warranty will be provided by the apparatus manufacturer for products of its manufacture to be free from defects in material and workmanship, under normal use and service, for a period of ten (10) years effective upon final payment in full by the Purchaser, and pick up or delivery of the completed apparatus to the Purchaser. Any unauthorized alterations or modifications to the plumbing will void this warranty. PAINT WARRANTY, FIVE YEARS The finish paint as used on the proposed apparatus will be warranted against defects in materials and workmanship for a prorated period of five (5) years, effective upon final payment in full by the Purchaser, and pick up or delivery of the completed apparatus to the Purchaser. Any unauthorized alterations or modifications to the apparatus will void this warranty. TANK WARRANTY, LIFETIME United Plastic Fabricating, Inc. (hereinafter called "UPF") warrants each POLY-TANK®, Booster/Foam Tank POLYSIDE® Wetside Tank, Integrator Tank/Body, ELLIPSETm Elliptical Tank, Ellip-T-Tank Tank and DEFENDER TM Skid Tank to be free from defects in material and workmanship for the service life of the original vehicle (vehicle must be actively used in an emergency response for fire suppression). All UPF Tanks must be installed and operated in accordance with the UPF Installation and Operating Guidelines. 10845-0004 10/18/23 45 Fouts Bros Fire Equipment APPARATUS ELECTRICAL WARRANTY, TWO YEARS The apparatus electrical system as detailed herein will have an electrical warranty against defects in materials and workmanship for a period of two (2) years, effective upon final payment in full by the Purchaser, and pick up or delivery of the completed apparatus to the Purchaser. Any unauthorized alterations or modifications to the electrical system will void this warranty. 10845-0004 10/18/23 46