HomeMy WebLinkAboutItem I1 I1
BOARD OF COUNTY COMMISSIONERS
COUNTY of MONROE Mayor James K.Scholl,District 3
The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2
Craig Cates,District 1
David Rice,District 4
Holly Merrill Raschein,District 5
Board of County Commissioners Meeting
July 16, 2025
Agenda Item Number: I1
2023-4199
BULK ITEM: No DEPARTMENT: Airports
TIME APPROXIMATE: STAFF CONTACT: Richard Strickland
N/A
AGENDA ITEM WORDING: Approval of Change Order Agreement with Ten-8 Fire& Safety LLC
in the amount of$15,328.95 adding additional options to the Oshkosh Striker 6 x 6 Snozzle R50 ARFF
Truck on order for ARFF Station 7 at the Key West International Airport. The change order is funded
by Airport Operating Fund 404.
ITEM BACKGROUND:
The ARFF fire truck is being financed through a lease-purchase agreement with Leasing 2 Inc. After
reviewing the option list, the airport would like to add options that provide more robust firefighting
capabilities. Rather than reopening the lease purchase finance agreement, upon delivery and acceptance
of the ARFF vehicle, the airport will pay the cost of the change order directly to Ten-8.
PREVIOUS RELEVANT BOCC ACTION:
On September 11, 2024, the BOCC passed and adopted Resolution No. 282-2024 approving and
authorizing the purchase of the ARFF vehicle pursuant to the lease-financing agreement.
INSURANCE REQUIRED:
No
CONTRACT/AGREEMENT CHANGES:
New change order.
STAFF RECOMMENDATION: Approval.
DOCUMENTATION:
Change Order Agreement - Ten 8 (LYW ARFF Truck).pdf
2370
FINANCIAL IMPACT:
Total Dollar Value of Change Order: $15,338.95
Total Cost to County: 0
Budgeted: Yes
Source of Funds: Key West Airport Operating Fund 404
2371
CHANGE ORDER AGREEMENT BETWEEN
MONROE COUNTY AND
TEN-8 FIRE & SAFETY LLC
THIS CHANGE ORDER AGREEMENT, is made and entered into this 16th
day of July 2025, by and between the BOARD OF COUNTY
COMMISSIONERS OF MONROE COUNTY, FLORIDA, ("COUNTY"), a political
subdivision of the State of Florida whose address is 1100 Simonton Street, Key West,
Florida 33040, and TEN-8 FIRE&SAFETY LLC ("COMPANY").
WHEREAS, the COUNTY requested and the COMPANY submitted Equipment
Proposal #7736 (Proposal) for one Oshkosh Striker 6 by 6 Snozzle R50 ARFF Truck
(ARFF Vehicle) dated August 19, 2024 (attached as Exhibit A) to the COUNTY for
Airport Rescue and Firefighting services at the Ket West International Airport; and
WHEREAS,the COUNTY is financing the purchase of the ARFF Vehicle through
a Lease-Purchase Agreement with Leasing 2 Inc.; and
WHEREAS, on September 11, 2024 the COUNTY passed and adopted
Resolution 282-2024 approving and accepting the Proposal and authorizing the purchase
of the ARFF Vehicle pursuant to a lease-financing agreement; and
WHEREAS,the COUNTY and the COMPANY met to review the option list for
the ARFF Vehicle and the COUNTY and the COMPANY agreed to add certain options
(Change Order) to the Proposal in order to provide more robust firefighting capabilities;
and
WHEREAS, to cover the cost of the Change Order, the COUNTY and the
COMPANY have agreed that the upon delivery and acceptance of the ARFF Vehicle the
COMPANY will invoice the COUNTY and the COUNTY will make payment directly to
the COMPANY for the Change Order.
NOW THEREFORE, in consideration of the mutual covenants and provisions
contained herein, the parties agree as follows:
1. CHANGE ORDER. COMPANY shall incorporate the changes shown highlighted
in yellow and listed in Bid # / Job # : 224 / 43843 (attached hereto as Exhibit B)
in the manufacture of the ARFF Vehicle described in the Proposal approved by
the COUNTY under Resolution 282-2024.
2. PAYMENT. Upon delivery and acceptance of the ARFF Vehicle by the
COUNTY, COMPANY shall submit an invoice in the change order amount of
$15,328.95 directly to the Key West International Airport Business Office at 3491
S. Roosevelt Blvd., Key West F1. 33040, for the costs of the change order.
COUNTY shall pay the invoice in accordance with the Florida Local Government
Prompt Payment Act and upon submission of invoice(s) acceptable to the Clerk of
the Court. Acceptability to the Clerk is based on generally accepted accounting
I
2372
principles and such laws, rules and regulations as may govern the Clerk's
disbursal of funds.
3. BOORS RECORDS and I)�OG��UI�rNTS, COMPANY shall maintain all books,
records, and documents directly pertinent to performance under this Agreement in
accordance with generally accepted accounting principles consistently applied.
Records shall be retained for a period of seven years from the termination of this
agreement or for a period of three years from the submission of the final
expenditure report as per 2 CFR §200.334,whichever is greater. Each party to this
Agreement or its authorized representatives shall have reasonable and timely
access to such records of each other party to this Agreement for public records
purposes during the term of the Agreement and for seven years following the
termination of this Agreement. If an auditor employed by the COUNTY or Clerk
determines that monies paid to COMPANY pursuant to this Agreement were
spent for purposes not authorized by this Agreement, or were wrongfully retained
by the COMPANY, the COMPANY shall repay the monies together with interest
calculated pursuant to Sec. 55.03, of the Florida Statutes, running from the date
the monies were paid by the COUNTY.
4, GOVERNING LAW, VENUE INTERPRETATION. This agreement shall be
governed by and construed in accordance with the laws of the State of Florida
applicable to contracts made and to be performed entirely in the State. In the
event that any cause of action or administrative proceeding is instituted for the
enforcement or interpretation of this agreement, the COUNTY and COMPANY
agree that venue will lie in the appropriate court or before the appropriate
administrative body in Monroe County, Florida.
The COUNY and COMPANY agree that, in the event of conflicting
interpretations of the terms or a term of this agreement by or between any of them
the issue shall be submitted to mediation prior to the institution of any other
administrative or legal proceeding.
5. SEVERABILITY. If any term, covenant, condition or provision of this
agreement (or the application thereof to any circumstance or person) shall be
declared invalid or unenforceable to any extent by a court of competent
jurisdiction, the remaining terms, covenants, conditions and provisions of this
agreement, shall not be affected thereby; and each remaining term, covenant,
condition and provision of this agreement shall be valid and shall be enforceable
to the fullest extent permitted by law unless the enforcement of the remaining
terms, covenants, conditions and provisions of this agreement would prevent the
accomplishment of the original intent of this agreement. The COUNTY and
COMPANY agree to reform the agreement to replace any stricken provision with
a valid provision that comes as close as possible to the intent of the stricken
provision.
2
2373
6. ATTORNEY'S FEES and COSTS. The COUNTY and COMPANY agree that in
the event any cause of action or administrative proceeding is initiated or defended
by any party relative to the enforcement or interpretation of this agreement, the
prevailing party shall be entitled to reasonable attorney's fees, court costs,
investigative and out-of-pocket expenses, as an award against the non-prevailing
party, and shall include attorney's fees, court costs, investigative, and out-of-
pocket expenses in appellate proceedings. 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.
7. BINDIIN,G EFFECT. The terms, covenants, conditions, and provisions of this
agreement shall bind and inure to the benefit of the COUNTY and COMPANY
and their respective legal representatives, successors, and assigns.
8. AUTHORITY. Each party represents and warrants to the other that the execution,
delivery and performance of this agreement have been duly authorized by all
necessary COUNTY and corporate action, as required by law.
9. ADJUDICA'FION OF DISPUTES ES OR DISAGI EEMEN IS. COUNTY and
COMPANY agree that all disputes and disagreements shall be attempted to be
resolved by meet and confer sessions between representatives of each of the
parties. If no resolution can be agreed upon within thirty (30) days after the first
meet and confer session, the issue or issues shall be discussed at a public meeting
of the Board of County Commissioners. If the issue or issues are still not resolved
to the satisfaction of the parties, then any party shall have the right to seek such
relief or remedy as may be provided by this agreement by Florida law.
10. COOPERATION. In the event any administrative or legal proceeding is
instituted against either party relating to the formation, execution, performance, or
breach of this agreement, COUNTY and COMPANY agree to participate, to the
extent required by the other party, in all proceedings, hearings, processes,
meetings, and other activities related to the substance of this agreement or
provision of the services under this agreement. COUNTY and COMPANY
specifically agree that no party to this agreement shall be required to enter into
any arbitration proceedings related to this agreement. A party who requests the
other's party's participation in accordance with the terms of this section shall pay
all reasonable expenses incurred by the other party by reason of such
participation.
11. .,NONDISCRI MINATION. COMPANY 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. COMPANY and
COUNTY agree to comply with all Federal and Florida statutes, and all local
3
2374
r���
ordinances, as applicable, relating to nondiscrimination. These include but are not
limited to: 1) Title VII of the Civil Rights Act of 1964 (PL 88-352) which
prohibits discrimination in employment on the basis of race, color, religion, sex,
and 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 handicaps; 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 I1, which prohibits
discrimination on the basis of race, color, sex, religion, disability, national origin,
ancestry, sexual orientation, gender identity or expression, familial status or age;
11) All requirements imposed by or pursuant to Title 49, Code of Federal
Regulations, Department of Transportation, Subtitle A, Office of the Secretary,
Part 21, Nondiscrimination in Federally-assisted programs of the Department of
Transportation-Effectuation of Title VI of the Civil Rights Act of 1964, and as
said Regulations may be amended; 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.
12. COVENANT OF NO INTEREST. The COUNTY and COMPANY covenant that
neither presently has any interest, and shall not acquire any interest, which would
conflict in any manner or degree with its performance under this agreement, and
the only interest of each is to perform and receive benefits as recited in this
agreement.
13.CODE OF ETHICS. The COUNTY agrees that officers and employees of the
COUNTY recognize and will be required to comply with the standards of conduct
for public officers and employees as delineated in Section 112.313, Florida
Statutes, regarding, but not limited to solicitation or acceptance of gifts; doing
business with one's agency; unauthorized compensation; misuse of public
position, conflicting employment or contractual relationship; and disclosure or use
of certain information.
14. PUBLIC ACCESS. The COUNTY and COMPANY shall allow and permit
reasonable access to, and inspection of, all documents, papers, letters or other
4
2375
materials in its possession or under its control subject to the provisions of Chapter
119, Florida Statutes, and made or received by the COUNTY and COMPANY in
conjunction with this agreement; and the COUNTY shall have the right to
unilaterally cancel this agreement upon violation of this provision by
COMPANY. Nothing in this section waives attorney/client or attorney work
product privilege.
15.NON-WAIVER OF IMMUNITY. Notwithstanding the provisions of Sec.
786.28, Florida Statues, the participation of the COUNTY and the COMPANY in
this agreement and the acquisition of any commercial liability insurance coverage,
self-insurance coverage, or local government insurance pool coverage shall not be
deemed a waiver of immunity to the extent of liability coverage, nor shall any
contract entered into by the COUNTY be required to contain any provision for
waiver.
16. PRIVILEGES and IMMUNTIES., All of the privileges and immunities from
liability, exemptions from laws, ordinances, and rules and pensions and relief,
disability, workers' compensation, and other benefits which apply to the activity
of officers, agents, or employees of any public agents or employees of the
COUNTY, when performing their respective functions under this agreement
within the territorial limits of the COUNTY shall apply to the same degree and
extent to the performance of such functions and duties of such officers, agents,
volunteers, or employees outside the territorial limits of the COUNTY.
17. LEGAL OBLIGATIONS and RESPONSIBILITIES. Non-Delegation of
Constitutional or Statutory Duties. This agreement is not intended to, nor shall it
be construed as, relieving any participating entity from any obligation or
responsibility imposed upon the entity by law except to the extent of actual and
timely performance thereof by any participating entity, in which case the
performance may be offered in satisfaction of the obligation or responsibility.
Further, this agreement is not intended to, nor shall it be construed as, authorizing
the delegation of the constitutional or statutory duties of the COUNTY, except to
the extent permitted by the Florida Constitution, State Statute, and case law.
18.NON-RELINACE BY NON-PARTIES. No person or entity shall be entitled to
rely upon the terms, or any of them, of this agreement to enforce or attempt to
enforce any third-party claim or entitlement to or benefit of any service or
program contemplated hereunder, and the COUNTY and COMPANY agree that
neither the COUNTY nor COMPANY or any agent, officer, or employee of either
shall have the authority to inform, counsel, or otherwise indicate that any
particular individual or group of individuals, entity or entities, have entitlements
or benefits under this agreement separate and apart, inferior to, or superior to the
community in general or for the purposes contemplated in this agreement.
19. ATTESTATIONS. COMPANY agrees to execute such documents as the
COUNTY may reasonably require, to include a Public Entity Crime Statement, an
5
2376
Ethics Statement, a Vendor Certification Regarding Scrutinized Businesses and an
Affidavit Attesting to Noncoercive Conduct for Labor and Services.
20.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 Monroe County in his or her individual capacity, and no member,
officer, agent or employee of Monroe 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.
21. EXECTUION IN COUNTERPARTS. This agreement may be executed in any
number of counterparts, each of which shall be regarded as an original, all of
which taken together shall constitute one and the same instrument and any of the
parties hereto may execute this agreement by signing any such counterpart.
22. SECTION HEADING., Section headings have been inserted in this agreement as
a matter of convenience of reference only, and it is agreed that such section
headings are not a part of this agreement and will not be used in the interpretation
of any provision of this agreement.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals the
day and year first above written.
(SEAL) BOARD OF COUNTY COMMISSIONERS
ATTEST: KEVIN MADOK OF MONROE COUNTY, FLORIDA
By m ITITIT -As Deputy Clerk By. Mayor James.. ........mes K. Scholl
DATE:
TEN-8 FIRE &SAFETY LLC
a, Mn
��1� ��COUNTY�'Pt� 1� By: B. Keith Chapman
a (A, � .
P O 40 J—MERCAGO Print Name; ��—
ASSI T COUNTY A
Dat h 24 25 Title: President/ CEO
DATE:06/04/2025
6
2377
AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT
FOR LABOR OR SERVICES
Entity/Vendor Name: gym_
Vendor FEIN:
.----------------- -----
Vendor's Authorized Representative: + '4L, , "
Name and Title)
Address: 11 r!� LITITITIT?
City: ., State: Zip: 3y20a
Phone Number 19,,4JA_2.56_ 115
Email Address:
As a nongovernmental entity executing, renewing, or extending a contract with
a government entity, Vendor is required to provide an affidavit under penalty of
perjury attesting that Vendor does not use coercion for labor or services in
accordance with Section 787.06, Florida Statutes.
As defined in Section 787.06(2)(a), coercion means:
1. Using or threating to use physical force against any person;
2. Restraining, isolating, or confining or threating to restrain, isolate, or
confine any person without lawful authority and against her or his will;
3. Using lending or other credit methods to establish a debt by any person
when labor or services are pledged as a security for the debt, if the value
of the labor or services as reasonably assessed is not applied toward
the liquidation of the debt, the length and nature of the labor or service
are not respectively limited and defined;
4. Destroying, concealing, removing, confiscating, withholding, or
possessing any actual or purported passport, visa, or other immigration
document, or any other actual or purported government identification
document, of any person;
5. Causing or threating to cause financial harm to any person;
6. Enticing or luring any person by fraud or deceit; or
7. Providing a controlled substance as outlined in Schedule I or Schedule
II of Section 893.03 to any person for the purpose of exploitation of that
person.
As a person authorized to sign on behalf of Vendor, I certify under penalties of
perjury that Vendor does not use coercion for labor or services in accordance
with Section 787.06. Additionally, Vendor has reviewed Section 787.06, Florida
Statutes, and agrees to abide by same.
Certified B g who is
authorized to sin on behalf o the above referenced company.
Authorized Signature: e
......... ........
Print Name _.... _..� ��J•
Title:mmmmm P :off . ( CCo
2378
VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS
Project Description(s):_m .......
Respondent Vendor Name m a - --�e ., ...._ _........__ .
Vendor FEIN: Sg-
Vendor's Authorized Representative Name and Title: .
Address: IIIZ ncc-%-Jea Ar- [ -)
City: State: _ Zip: 3 Zo 6......�.
Phone Number: L4 7
Email Address: , c o M
Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or
entering into or renewing a contract for goods or services of any amount if, at the time of contracting or
renewal,the company is on the Scrutinized Companies that Boycott Israel List,created pursuant to Section
215.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also
prohibits a company from bidding on, submitting a proposal for,or entering into or renewing a contract for
goods or services of$1,000,000 or more, that are on either the Scrutinized Companies with Activities in
Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which
were created pursuant to s.215.473,Florida Statutes,or is engaged in business operations in Cuba or Syria.
As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified
above in the Section entitled "Respondent Vendor Name" is not listed on the Scrutinized Companies that
Boycott Israel List or engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on
either the Scrutinized Companies with Activities in Sudan List,the Scrutinized Companies with Activities
in the Iran Petroleum Energy Sector List,or engaged in business operations in Cuba or Syria.
I understand that pursuant to Section 287.135, Florida Statutes,the submission of a false certification may
subject company to civil penalties, attorney's fees,and/or costs. I further understand that any contract with
the County may be terminated, at the option of the County, if the company is found to have submitted a
false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in a
boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations
in Cuba or Syria.
Y _ __......._ ........, who is authorized
to sign on behalf of the above reFercnced cony ar �
Certified B �. 1Ze�
g � comp an,
Authorized Signature:
Print Name: 9, _._... ... �..._..
Title:n..;,)., _._DZr
Note: The List are available at the following Department of Management Services Site:
it is//w��www da.tls:mnt�xmllolwAsel�a. o���/b��sar�es�—a�fa�al�larl5/sl��fi�pDchasing/yendor information/convicted sus
:nrrded discrirniriau)33 (niplarnls vendor lists,
2379
ire,,=
PUBLIC ENTITY CRIME STATEMENT
"A person or affiliate who has been placed on the convicted vendor list following a conviction for
public entity crime may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or repair of a
public building or public work, may not submit bids on leases of real property to public entity, may
not be awarded or perform work as a CONTRACTOR, supplier, subcontractor, or CONTRACTOR
under a contract with any public entity, and may not transact business with any public entity in
excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period
of 36 months from the date of being placed on the convicted vendor list."
I have read the above and state that neither 6. -4 , G -+ (Respondent's name)
nor any Affiliate has been placed on the convicted vendor list within the last 36 months.
(Signature)
Date; rv°
STATE OF: H
COUNTY OF;
Ir
Subscribed and sworn to (or affirmed) before me, by means of physical presence or ❑ online
notarization, on (date) by
( ) onall})known to
name of affiant . He/She is er
me or has produced (type of identification) as
identification.
il M
10TARY PUBLIC
My Commission Expires: J(L.,A_�',
ANGELAEVANS
Notary Public-State of E'iohda
-; Commission # HH 147287
µ uh My Commission Expires
*saaA.ww June 29, 2025
2380
SWORN STATEMENT UNDER ORDINANCE NO. 010-1990
MONROE COUNTY, FLORIDA
ETHICS CLAUSE
w Ten-8 Fire & Safety u
(Company)
"...warrants that he/it has not employed, retained or otherwise had act on his/her behalf any
former County officer or employee in violation of Section 2 of Ordinance No. 010-1990 or any
Count officer or employee in violation of Section 3 of Ordinance No. 1 -1 0 0 990. For breach
Yc 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 amount of any fee, commission, percentage, gift, or consideration paid to the
former County officer or employee."
(Signature)
I'
Date: � ��° .
STATE OF: c,
COUNTY OF: -7,.
Subscribed and sworn to (or affirmed) before me, by means of Ii physical presence or ❑ online
notarization, on ..
/(date) by av �" (name of affiant). He/She is
� � � � t" .���
4ersonallylknown to me or has produced (type of
identification) as identification.
NOTARY PJ ILIC
My Commission Expires
ANGELAEVANS
�k Notary Public-State of Florida
Commission # HH 147287
M M Commission Expires
`"*urrai" y June 2n 2025
2381
EXHIBIT A
=rvm=8 Equipment Proposal Proposal# 7736
IN SI=':RVIt'E TO SI*.ItVE (AJ
This Equipment Proposal (the "Proposal")has been prepared by Ten-8 Fire & Safety, LLC ("Company") in response to the
undersigned Customer's request for a proposal. This Proposal is comprised of the special terms set forth below,the Proposal
Option List,Warranty,and Company's Purchasing Terms and Conditions. Through its signature below or other Acceptance(as
defined below),Customer acknowledges having received,read and being bound by this Proposal,all attachments and Company's
Purchasing Terms and Conditions.
Date:August 19,2024 Customer:Monroe County Fire Rescue/Key West Airport
Customer Address: 490 63`'a St.Ocean Marathon,FL 33050
Qty Product Description&Options Price
1 Oshkosh Striker 6x6 Snozzle R50 ARFF Truck
Price based on FSA Consortium Contract 23-VEF 17.0 Class 5 3.5 $1,231,930.00
Added options to FSA base spec including FAA required training and truck delivery. $358,570.00
Vehicle option list attached to the end of this proposal.
Total: $1,590,500.00
**Pricing is subject to change as follows:
(a) Commercial chassis price is an estimate;final chassis price will be determined when chassis is delivered by
the manufacturer to the original equipment manufacturer("OEM").The OEM will notify Company of its
final price,and Company will notify Customer of the final price.
(b) Persistent Inflationary Environment:If the Producer Price Index of Components for Manufacturing
[www.bls.gov Series ID:WPUID6112]("PPI")has increased at a compounded annual growth rate of 5.0%
or more between the month the OEM accepts this order("Order Month")and a month 14 months prior to the
then predicted"ready for pick up"date("Evaluation Month"),then Company may update the pricing in an
amount equal to the increase in PPI over 5.0%in each year or fractional year between the Order Month
and the Evaluation Month.Company will document any such updated price for Customer's approval,
and Company will provide to Customer the option to cancel this Order for 45 days if Customer does not
accept the updated price.If Customer accepts or fails to respond within such 45 day period,Customer will be
obligated to complete the Product purchase at the updated Total price.
Delivery Timing: The Product described above in the Product Description and Options Section of this document will be
built by and shipped from the manufacturer approximately 26 (months) after Company receives Customer's acceptance
of this Proposal as defined below, subject to market and production conditions, Force Majeure, delays from the chassis
manufacturer, changes to Order Specifications, or any other circumstances or cause beyond Company's or manufacturer's
control.
Other:
Unless accepted within 40 days from date of proposal,the right is reserved to withdraw this proposal.
Order continues on immediately following page.
2382
ACCEPTANCE OF THIS PROPOSAL CREATES AN ENFORCEABLE BINDING AGREEMENT BETWEEN
COMPANY AND CUSTOMER. "ACCEPTANCE" MEANS THAT CUSTOMER DELIVERS TO COMPANY:
(A) A PROPOSALSIGNED BY AN AUTHORIZED REPRESENTATIVE, OR (B) A PURCHASE ORDER
INCORPORATING THIS PROPOSAL, WHICH IS DULY APPROVED, TO THE EXTENT APPLICABLE, BY
CUSTOMER'S GOVERNING BOARD. ACCEPTANCE OF THIS PROPOSAL IS EXPRESSLY LIMITED TO THE
TERMS CONTAINED IN THIS PROPOSAL AND COMPANY'S PURCHASING TERMS AND CONDITIONS. ANY
ADDITIONAL OR DIFFERENT TERMS, WHETHER CONTAINED IN CUSTOMER'S FORMS OR OTHERWISE
PRESENTED BY CUSTOMER AT ANY TIME,ARE HEREBY REJECTED.
INTENDING TO CREATE A BINDING AGREEMENT, Customer and Company have each caused this Proposal to
be executed by their duly authorized representatives as of date of the last signature below.
Customer: Ten-8 Fire&Safety,LLC
By: By: �*
Title: Title: Authorized Sales Representative
Print: Print: Jeff Calcutt
Date: Date: 8/18/2024
�;R FACE COUNTY'ATT F EY
A�°ROVE FORM
PEO 0 dw A
AS SI T� U ATTORNEY
Cate 8/29/24
2383
PURCHASING TERMS AND CONDITIONS
These Purchasing Terms and Conditions,together with the Equipment Proposal and all attachments(collectively,the
"Agreement") are entered into by and between Ten-8 Fire & Safety, LLC, a Florida company ("Company") and
Customer(as defined in Ten-8 Fire & Safety LLC's Equipment Proposal document) and is effective as of the date
specified in Section 3 of these Purchasing Terms and Conditions. Both Company and Customer may be referred
throughout this document individually as a"party"or collectively as the"parties."
1. Definitions.
a. "Acceptance"has the same meaning set forth in Company's Equipment Proposal.
b. "Company's Equipment Proposal"means the Equipment Proposal provided by Company and prepared in
response to Customer's request for proposal for a fire apparatus or associated equipment.
c. "Cooperative Purchasing Contract" means an Agreement between Company and a public authority,
including without limitation, a department, division, agency of a municipal, county or state government
("Public Authority"),that adopts or participates in an existing agreement between Company and another non-
party customer(including,but not limited to such non-party customer's equipment proposal, its applicable
exhibits,attachments and purchasing terms and conditions),often referred to as a"piggyback arrangement,"
which is expressly agreed to,in writing,by Company. Company has sole discretion to determine whether it
will agree to such a Cooperative Purchasing Contract.
d. "Delivery"means when Company delivers physical possession of the Product to Customer.
e. "Manufacturer"means the Manufacturer of any Product.
f. "Prepayment Discount" means the prepayment discounts, if any, specified in Company's Equipment
Proposal.
g. "Product"means the fire apparatus and any associated equipment manufactured or furnished for Customer
by Company pursuant to the Specifications.
h. "Purchase Price"means the Total price set forth in the Quotation, after applicable pricing adjustments set
forth in the Quotation.
i. "Purchasing Terms and Conditions" means these Purchasing Terms and Conditions; however, if the
Company's Equipment Proposal or the Customer's related Purchase Order states that it is governed by a
Cooperative Purchasing Agreement, "Purchasing Terms and Conditions" shall mean those terms and
conditions set forth in the applicable Cooperative Purchasing Agreement.
j. "Specifications" means the general specifications, technical specifications, training, and testing
requirements for the Product contained in Company's Equipment Proposal and its Exhibit A(Proposal Option
List),prepared in response to Customer's request for such a proposal.
2. Purpose. This Agreement sets forth the terms and conditions of Company's sale of the Product to Customer.
3. Term of Agreement. This Agreement will become effective on the date of Acceptance as defined in Company's
Equipment Proposal("Effective Date")and,unless earlier terminated pursuant to the terms of this Agreement,it
will terminate upon Delivery and payment in full of the Purchase Price.
4. Purchase and Pam. Customer agrees to pay Company the Purchase Price for the Product(s). The Purchase
Price is in U.S.dollars. Where Customer opts for a Prepayment Discount that specifies that Customer will tender
one or more prepayments to Company,Customer must provide each prepayment within the time frame specified
in the Equipment Proposal in order to receive the Prepayment Discount for that prepayment installment. To the
extent permitted by applicable law, Company may in its sole discretion charge a convenience fee if Customer
elects to pay the Purchase Price by means of a credit card.
5. Representations and Warranties. Customer hereby represents and warrants to Company that the purchase of the
Product(s) has been approved by Customer in accordance with applicable general laws and, as applicable,
Customer's charter, ordinances and other governing documents, and funding for the purchase has been duly
budgeted and appropriated.
6. Cancellation/Termination. In the event this Agreement is cancelled or terminated by Customer before completion,
Company may charge Customer a cancellation fee. The following charge schedule is based on costs incurred by
2384
Manufacturer and Company for the Product, which may be applied and charged to Customer: (a) 12% of the
Purchase Price after the order for the Product(s)is accepted and entered into Manufacturer's system by Company;
(b)22%of the Purchase Price after completion of approval drawings by Customer,and; (c)32%of the Purchase
Price upon any material requisition made by the Manufacturer for the Product.The cancellation fee will increase
in excess of(c)in this Section 6,accordingly,as additional costs are incurred by Manufacturer and Company as
the order progresses through engineering and into the manufacturing process.
7. Delivery. The Product is scheduled to be delivered as specified in the Delivery Timing section of the Equipment
Proposal ("Delivery Timing"), which will be F.O.B. Company's facility. The Delivery Timing is an estimate,
and Company is not bound to such date unless it otherwise agrees in writing. Company is not responsible for
Delivery delays caused by or as the result of actions, omissions or conduct of the Manufacturer, its employees,
affiliates, suppliers, contractors, and carriers. All right,title and interest in and to the Product, and risk of loss,
shall pass to Customer upon Delivery of the Product(s)to Customer.
8. Standard Warranty.The manufacturer warranties applicable to this Agreement,if any,are attached to Company's
Equipment Proposal as Exhibit A and are incorporated herein as part of the Agreement.
a. Disclaimer. EXCEPT AS OTHERWISE SET FORTH IN THIS AGREEMENT, COMPANY,
INCLUDING ITS PARENT COMPANY, AFFILIATES, SUBSIDIARIES, AND THEIR
RESPECTIVE OFFICERS, DIRECTORS, EMPLOYEES, SHAREHOLDERS, AGENTS OR
REPRESENTATIVES DO NOT MAKE ANY REPRESENTATIONS OR WARRANTIES,EXPRESS
OR IMPLIED, WITH RESPECT TO THE PRODUCTS PROVIDED UNDER THIS AGREEMENT,
WHETHER ORAL OR WRITTEN,EXPRESS,IMPLIED OR STATUTORY. WITHOUT LIMITING
THE FOREGOING DISCLAIMER, ANY IMPLIED WARRANTY OR CONDITION OF
MERCHANTABILITY, IMPLIED WARRANTY AGAINST INFRINGEMENT, AND IMPLIED
WARRANTY OR CONDITION OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY
EXCLUDED AND DISCLAIMED. STATEMENTS MADE BY SALES REPRESENTATIVES OR IN
PROMOTIONAL MATERIALS DO NOT CONSTITUTE WARRANTIES.
9. Limitation of Liability. COMPANY WILL NOT BE LIABLE FOR ANY INCIDENTAL,CONSEQUENTIAL,
INDIRECT, ECONOMIC, PUNITIVE, SPECIAL OR EXEMPLARY DAMAGES ARISING FROM OR IN
ANY WAY CONNECTED WITH THIS AGREEMENT WITHOUT REGARD TO THE NATURE OF THE
CLAIM OR THE UNDERLYING THEORY OR CAUSE OF ACTION(WHETHER IN CONTRACT,TORT,
STRICT LIABILITY,EQUITY OR ANY OTHER THEORY OF LAW)ON WHICH SUCH DAMAGES ARE
BASED. COMPANY'S LIMIT OF LIABILITY UNDER THIS AGREEMENT SHALL BE CAPPED AT THE
TOTAL AMOUNT OF THE MONIES PAID BY CUSTOMER TO COMPANY UNDER THIS AGREEMENT.
10. Force Majeure. Company shall not be responsible nor deemed to be in default on account of delays in
performance due to causes which are beyond Company's control or which make Company's performance
impracticable, including but not limited to wars, insurrections, strikes, riots, fires, storms, floods, other acts of
nature, explosions, earthquakes, accidents, transportation or delivery delays or losses outside of Company's
control, any act of government, inability or delay of Company or manufacture in obtaining necessary labor or
adequate or suitable manufacturing components at reasonable prices, allocation regulations or orders affecting
materials, equipment, facilities or completed products, failure to obtain any required license or certificates, acts
of God or the public enemy, terrorism, epidemics, quarantine restrictions, failure of vendors to perform their
contracts or labor troubles of Company or a manufacturer causing cessation,slowdown,or interruption of work.
11. Customer's Obligations. Customer shall provide its timely and best efforts to cooperate with Company and
Manufacturer during the manufacturing process to create the Product. Reasonable and timely cooperation
includes,without limitation,Customer's providing timely information in response to a request from Manufacturer
or Company and Customer's participation in traveling to Manufacturer's facility for inspections and approval of
the Product.
12. Default. The occurrence of one or more of the following shall constitute a default under this Agreement: (a)
Customer's failure to pay any amounts due under this Agreement or Customer's failure to perform any of its
obligations under this Agreement; (b)Company's failure to perform any of its obligations under this Agreement;
2385
(c) either party becoming insolvent or becoming subject to bankruptcy or insolvency proceedings; (d) any
representation made by either party to induce the other to enter into this Agreement,which is false in any material
respect; (e)an action by Customer to dissolve,merge,consolidate or transfer a substantial portion of its property
to another entity;or(f)a default or breach by Customer under any other contract or agreement with Company.
13. Manufacturer's Statement of Origin. Company shall retain possession of the manufacturer's statement of origin
("MSO") for the Product until the entire Purchase Price has been paid. If more than one Product is covered by
this Agreement, Company shall retain the MSO for each individual Product until the Purchase Price for that
Product has been paid in full.
14. Arbitration. Any controversy or claim arising out of or relating to this Agreement,or the breach thereof,shall be
settled by arbitration administered by the American Arbitration Association in accordance with its Commercial
Arbitration Rules, and judgment on the award rendered by the arbitrator(s)may be entered in any court having
jurisdiction thereof. The Arbitration shall take place in Bradenton,Florida.
15. Miscellaneous. The relationship of the parties established under this Agreement is that of independent contractors
and neither party is a partner,employee,agent,or joint venture of or with the other. Neither party may assign its
rights and obligations under this Agreement without the prior written approval of the other party. This Agreement
and all transactions between Ten-8 Fire&Safety,LLC will be governed by and construed in accordance with the
laws of the State of Florida. The delivery of signatures to this Agreement may be via facsimile transmission or
other electronic means and shall be binding as original signatures. This Agreement shall constitute the entire
agreement and supersede any prior agreement between the parties concerning the subject matter of this
Agreement. This Agreement may only be modified by an amendment, in writing, signed by duly authorized
representatives of both parties with authority to sign such amendments to this Agreement. In the event of a
conflict between the Ten-8 Proposal and these Terms and Conditions,the Ten-8 Proposal shall control except in
the case of a Cooperative Purchasing Contract as set forth in Section 1(c)and(i)of these Purchasing Terms and
Conditions. If any term of this Agreement is determined to be invalid or unenforceable by a competent legal
authority, such term will be either reformed or deleted, as the case may be, but only to the extent necessary to
comply with the applicable law, regulation, order or rule, and the remaining provisions of the Agreement will
remain in full force and effect.
2386
Option List 7/7/2023
Customer: Key West International Airport(EYW) Bid Number: 224
Representative Donahue, Timothy Job Number:
Organization: Airport Products Group Number of Units: 1
Requirements Manager: Raddatz, Dustin Bid Date: 08/31/2023
Description: Key West(Ten-8)Striker 6x6z Stock Number:
Body: Striker 6x6 Price Level: 39(Current: 39)
Chassis: Striker 6x6, TAK-4 w/Snozzle Lane:
Line Option Type Option Description Qty
1 0540326 Performance Bond, Not Requested 1
2 7000002 Camera, 360 w/Back Up, Truck Color SLIME 1
3 7000003 Warranty, Basic, 1 Year,Apparatus 1
4 7000040 Caps,Water Fill, 4.5"(114 mm) NSFHT w/Link Chain 2
Quantity-02
5 7000083 Snozzle, Camera System, Thermal (NFPA414-2017) , Fixed Color& Piercing Tip 1
6 7000093 Snozzle, Lights, Knuckle, Red Strobe, R50 1
7 7000097 Snozzle, Lights, Tip Turret, Red Strobe, R50 1
8 7000100 Snozzle, Lights, Tip Turret, (1)JW Speaker LED, R50 1
9 7000103 Snozzle, Piercing Tip Alignment 1
10 7000104 Snozzle, Piercing Tip Extension, 12"(305 mm) 1
11 7000125 Turret, Bumper, Scorpion, 625/1,250 gpm(2,365/4,731 Ipm)w/DC & EFP 1
12 7000132 Preconnect Handline, Secondary, 200'(60m)x 1.75"(45mm)Yel Hs@125gpm 1
(473Ipm)EFP
13 7000151 Preconnect Handline, Primary, 200'(60m)x 1.75"(45mm)Wht Hs @ 125gpm 1
(473Ipm)EFP
14 7000168 Shelves, (2)Roll-Out, Locks(1)Lower Height Adjust& (1) Upper Fxd w/Latch Bar 1
15 7000206 Plugs, Water Fill, 2.5"(64 mm) NSFHT w/Link Chain 2
Quantity-02
16 7000225 Discharge Caps, 2.5"(64 mm) NSFHT Female Caps w/Link Chain 1
Quantity-01
17 7000249 Structural System, 2.5"&5"(38 mm & 127 mm)w/Prm Pmp& Fill Frm Drft, 2K 1
Pump
18 7000261 Foam Fill Plugs, 1.5"(38 mm) NSFHT Plug w/Link Chain 1
Quantity-01
19 7000342 Tires, Spare, Michelin 24R21 XZL, Prime with Drum Brakes, No Beadlocks 1
Quantity-01
20 7000386 Engine, Scania DC16/V8, 670 HP,Tier 4f 1
21 7000396 Battery Jumper Studs 1
22 7000432 Lights, Warning, Top Stand-By, (2)Whelen, L40AP,Amber LED 1
23 7000445 Not Provided, Side Widelights, Roof Turret or Snozzle 1
24 7000457 Not Provided, Generator Power with DC Widelights with Shelf 1
25 7000495 Control, Footswitches,Air Horn & Siren, Driver&Turret Operator 1
26 7000508 Not Provided, Seat Right Inside 1
27 7000515 Not Provided, Seat Left Inside 1
28 7000522 Not Provided, Seat Left Outside 1
29 7000528 Seat, Right Turret Operator, SCBA, Non-Adjustable, Fixed, Slide, Vinyl 1
30 7000540 Seat, Drivers, Non-SCBA,Air,Tilt, Slide,Vinyl 1
31 7000545 Grab Handles, Cab EU 1
32 7000565 Labels,w/HRET 1
Language- English
33 7000583 Nozzles, Undertruck(4)Akron 19 gpm (72 Ipm) Each w/EFP 1
34 7000594 Not Provided, Lights,Turret, Roof 1
35 7000598 Platform, R50 Snozzle w/500 lb. (227 kg) Dry Chemical 1
36 7000606 Tank, 3,170 G (12,000 L)Water/444G (1,680 L) Foam w/Lifetime Warranty, R50 1
HRET
37 7000615 Snozzle,R50,w/Pierce Tip,500/1,000 gpm(1,892/3,785 Ipm),Scania T4& Stg V 1
w/EFP
38 7000629 Light, Turret, Bumper, (1) LED, Fixed,w/DC, Scorpion 1
39 7000640 Automatic Activation, Preconnect Handlines 1
40 7000641 Automatic Activation, Preconnect Handlines 1
41 7000655 Shelves, (2)Roll-Out, Locks, Height Adjustable w/Latch Bar w/EFP 1
7/7/2023 9:01 AM Bid#: 224 Page 1 2387
Line Option Type Option Description Qty
42 7000663 Reel, Dual Agent, Swing-Out w/Roll, 100'(30m)x1"(25mm) Hose @ 60gpm 1
(2271pm)w/EFP
43 7000669 Tray, Tilt-Slide-Out 1
44 7000670 Step, Swing-Out, Upper RH Compartment Access 1
45 7000671 Step, Swing-Out, Upper LH Compartment Access 1
46 7000686 Piping, Water Fill, (1)LS &(1) IRS 2.5"&4.5"(64 mm & 114 mm)w/Tank Drain 1
47 7000689 Pump, Water, Bronze, 2,000 gpm (7,570 Ipm)w/Pump Engaged Light 1
48 7000692 Lights, Water Tank Level, LS & IRS Exterior, No Label w/Fbrg 1
Tank Level Lights-Blue, Blue, Blue, Red
49 7000702 Structural/Suction Cap & Plug, 2.5"&5"(64mm & 127mm) NSFHT w/AutoSuctVa 1
w/Link
50 7000707 Display, Structural, Left Side Body Compartment 1
51 7000711 Lights, Foam Tank Level, Left& Right Exterior, No Label 1
Tank Level Lights-Amber,Amber,Amber, Red
52 7000713 Foam Fill, Left Side 1
53 7000717 Foam System, Electronic Foam Proportioning w/ECO 1
54 7000720 Spare Nitrogen Cylinder, 400 Cubic/Ft., Full 1
Quantity-01
55 7000721 Nitrogen Cylinder,400 Cubic/Ft., Full 1
Quantity-01
56 7000722 Dry Chemical, 550 lb(250 kg) 1
57 7000725 No Upper Equipment, STANDARD RAIL 1
58 7000728 Not Provided,Air Outlet Receptacle 1
59 7000732 Air Inlet Receptacle, Rear,Auto-Eject, Kussmaul 1
60 7000735 Not Provided, Engine Preheater 1
61 7000740 Battery Charger, 85-265 VAC, 25 Amp, 45-65 Hz 1
62 7000742 Auxiliary Air Compressor, 110V, 50/60 Hz 1
63 7000743 Lighting, Headlights,Alternating, Wig-Wag, W/Mstr Wrn Swt Wig-Wag Swt 1
64 7000744 Lights, Warning, Upper Rear, LED Lightbars, (2)Whelen, Freedom IV, Clear Lens 1
Light Color- Red
65 7000745 Lights, Warning, Upper Front, LED Lightbars, (2)Whelen, Freedom IV, Clear Lens 1
Light Color- Red
66 7000747 Lights, Perimeter Warning, Red LED, Whelen 700 Series, Qty(10) 1
67 7000748 Not Provided, Lighting, Rear Widelights 1
68 7000751 Lighting, Compartment, LED 1
69 7000754 Lighting, Cab Widelight, LED (2) FRC Q20, 24V DC 1
70 7000755 Lighting, Rear Worklights, LED(2) 1
71 7000756 Lighting, Side Worklights, LED (2) LS& (2) IRS 1
72 7000757 Lighting, Cab Worklights, LED (2) 1
73 7000758 Lighting, License Plate, (1) Left Rear 1
74 7000760 Lights, Fog/Driving 1
75 7000762 Lights, Ground, LED(8) 1
76 7000763 Lighting, Headlights, LED, FMVSS/ECE, RH Traffic 1
77 7000765 Lighting, Vehicle FMVSS 1
78 7000767 MADAS, Data Logger System, TAK-4 Axles-Scania 1
79 7000769 LG Alert 1
80 7000774 Air Horns, Dual Bendix 1
81 7000775 Fans, (2)Cab Window Defroster 1
82 7000776 Siren/PA, Whelen, (1)Speaker 1
83 7000778 Lights, Map, (2) Flexible, 24"Long, Driver and Turret Operator 1
84 7000783 HVAC, Dual, Front& Rear, Scania High Output 1
85 7000785 Step, Cab 1
86 7000787 Roof Hatch, Cab,Acrylic 1
87 7000788 Windows, Electric/Power 1
88 7000789 Mirrors, Cab, Heated & Electric 1
89 7000790 Cab Trim Interior, Insulated w/Hinge Doors, Ergo Console 1
90 7000791 Cab, Standard w/hinged doors 1
91 7000792 Rear Body Doors, Swing Doors With Step& Level Lights 1
92 7000793 Rear Access,Vertical Rear Access Ladder 1
93 7000794 Compartment Matting, PVC Rubber Matting,All Floors and Shelves 1
94 7000795 Standard Compartment Component 1
95 7000797 Winterization, Not Provided 1
7/7/2023 9:01 AM Bid#: 224 Page 2 2388
Line Option Type Option Description Qty
96 7000799 Undercoating-Rustproofing 1
97 7000802 Domiciled Location, USA, Domestic 1
98 7000805 Brakes, Drum Brakes, TAK-4 Axle, 120 WB, No CTI, NFPA, 30 Deg Tilt,6x6 1
99 7000807 Steering System, TAK-4 Front Axle w/Rear Steer, 120WB, FMVSS, 6x6 1
100 7000808 Fuel Tank, 90 G(341 L),Aluminum 1
101 7000809 Chassis Air, FMVSS,TAK-4 Axles 6x6 1
102 7000810 Mudflaps 1
103 7000811 Pump, Electric Fuel Priming, Scania 1
104 7000812 Exhaust, Strt Outlet, Scania Tier 4f Stainless Steel w/Stainless Steel Cap 1
105 7000813 Air Cleaner, Scania Tier 3 &4f, Single Stage 1
106 7000816 Striker 6x6, TAK-4 w/Snozzle 1
107 7000817 Build Location, Neenah, WI 1
108 7000819 Striker 6x6 1
109 7000827 No Lights 1
110 7000835 Discharge Piping, (1)LS &(1)IRS 2.5"(64 mm)w/SCBA Storage w/PSI &Structural 1
111 7000838 Tray, Tilt-Slide-Out w/Air Reel-Ceiling Mount 200ft(60m) .5"(12mm) Hose W-R 1
112 7000856 RFP Location, Neenah, WI 1
113 7000868 Paint, Exterior, Safety Lime Yellow#35, Chassis Color Black 6x6 1
Paint Color,Axle Hub-#35 Safety Lime(FLNA 10322)
114 7000885 Consortium, Sourcewell 1
115 7000908 Snozzle, Tip, No Aux Agent System 1
116 7000927 Instruments, Standard 1
117 7000953 Cab Deluge System 1
118 7001003 AIRPORT CHASSIS 1
119 7001065 Receptacle Inlet,Auto-Eject, LH FSTRT, RR 110V/20A Batchg/Cmpr Together, YI 1
Cvr
120 7001087 Warranty, Engine, Scania, Basic Pro-rated 4 Year 1
121 7001089 Warranty, Pump, Waterous, Basic 5 year 1
122 7001091 Warranty, Transmission,Allison, Standard 5 year 1
123 7001094 Manual, Operator's, (1) Hard Copy, (1) USB Flash Drive 1
124 7001095 Manual, Parts, (1) Hard Copy, (1) USB Flash Drive 1
125 7001096 Manual, Service/Maintenance, (1) Hard Copy, (1) USB Flash Drive 1
126 7001103 Training, On-Site Vehicle Familiarization, Dealer Provided 1
127 7001111 Tires, Michelin 24R21 XZL, Prime with Drum Brakes, No Beadlocks 6x6 1
128 7001191 Gauges 1
129 7001220 Inspection, Factory Final, Dealer Responsible for Travel 3
Quantity-03
130 7001228 Inland Freight, Domestic, Striker 6x6 1
131 7001384 Paint, Single Color, Cab 1
Paint Color, Cab-#35 Safety Lime(FLNA 10322)
Paint Color, Cab Fenders-#101 Gloss Black(FLNA 40119)
Paint Color, Skid Plate Inserts-#101 Gloss Black(FLNA 40119)
132 7001386 Paint, Snozzle 1
Paint Color, Snozzle- Metallic Gray(FLNA 90280)
133 7001387 Paint Process 1
134 7001434 Standard graphics package 1
135 7001476 Paint, Wheel, Michelin 1
Paint Color, Wheels-#35 Safety Lime(FLNA 10322)
7/7/2023 9:01 AM Bid#: 224 Page 3 2389
Oshkosh Corporation Classification-Restricted
TECHNICAL SPECIFICATION
KEY WEST INTERNATIONAL AIRPORT
OSHKOSH STRIKER 6 X 6
AIRCRAFT RESCUE AND FIRE FIGHTING VEHICLE
WITH AGENT CAPACITIES OF
3,000 GALLONS (11,356 L) OF WATER
420 GALLONS (1,589 L) OF AFFF CONCENTRATE
500 POUND (249 K) DRY CHEMICAL SYSTEM
06/20/2023
1
2390
Oshkosh Corporation Classification-Restricted
GENERAL CHARACTERISTICS
Definitions:
This document is intended to outline the technical specification requirements for an airport rescue
firefighting (ARFF)vehicle in accordance with Federal Aviation Administration Advisory Circulars (AC)
150/5110-10E and the National Fire Protection Association (NFPA) 414, 2020 edition. This specification
is for one new Class 4 (3,000 gallon, 11,356 L) ARFF vehicle.
Expected Use:
This specification covers an all-wheel drive, diesel powered ARFF vehicle having a mechanical
foam/water system designed for extinguishing flammable and combustible liquid fuel fires. The specified
dry chemical complimentary agent system is an acceptable, optional addition to the basic vehicle as
dictated by local operational needs. The primary function of the vehicle described in this specification is
to provide an optimum level of ARFF suppression capability throughout the critical rescue and
firefighting access area. Vehicles complying with this specification meet the ARFF vehicle requirements
of FAR Part 139. However,it is also intended that this vehicle be suitable for other fire protection
assignments.
Scope:
This specification covers an Aircraft Fire Fighting Rescue 6x6 vehicle with a maximum capacity of 3,000
gallons (11,356 L) of water, 420 gallons (1,589 L) of AFFF (Aqueous Film Forming Foam), 550 pound
(249 kg.) dry chemical system, a water pump, a high reach extendible roof turret and a high volume, low
attack bumper turret. Water/foam handlines with variable pattern nozzles shall also be provided as
specified.
1. HRET: A high volume HRET shall be provided with water and foam and entrained dry chemical
powder direct injection capabilities.
2. Bumper Turret: A high volume low attack bumper turret shall be provided with water and foam
and entrained dry chemical powder direct injection capabilities.
3. Handlines: Two water/foam pre connected handlines are to be provided in a crosslay
configuration. Each soft jacketed handline shall be designed for automatic energizing by a rotary
valve located at the cross lay area.
4. Dual Agent Hose Reel: One electric rewinding, swing out type hose reel shall be provided and
shall have water, foam and entrained dry chemical powder direct injection capabilities (Hydro-
Chem or equivalent).
5. Secondary Agent: A secondary agent system is also required as later defined in this document.
EXTERIOR PAINT
The vehicle will be painted per Oshkosh Airport Products procedures.
1. All aluminum components will be pre-treated prior to paint using an aluminum conversion
coating process.
2. All parts of the vehicle will be cleaned, treated and primed prior to assembly and final painting.
3. The exterior body panels will be painted 935 Safety Lime Yellow and the chassis will be semi-
gloss black.
4. Interior of storage compartments will be painted with a grey spatter type finish.
2
2391
Oshkosh Corporation Classification-Restricted
REFLECTIVE STRIPE
Three (3)reflective stripes will be provided across the front of the vehicle and along the sides of the body.
The reflective band will consist of a 1.00" stripe at the top with a 1.00" gap then a 8.00" stripe with a
1.00" gap and a 1.00" stripe on the bottom.
LABELS
The vehicle will be furnished with all informational, functional and safety related labels necessary for
operating the vehicle and systems as required by local requirements. The labels will be in English
language.
UNDERCOAT RUST PROOFING
The vehicle will have rust proofing applied to the chassis and areas beneath the vehicle where material
may be normally subject to corrosion,including within steel tubes.
ENVIRONMENTAL CONDITIONS
The vehicle will be capable of storage and operation in temperatures ranging from 0.5 C(33 F) to 43 C
(110 F).
CAB ERGONOMICS AND ACCESSORIES
Cab Features
The chassis cab will be 3-point mounted, constructed of welded aluminum extrusions and plates to
provide the best strength to weight ratio and prevent cab collapse in the event of a vehicle rollover with
aluminum and fiberglass exterior panels. The cab will be tested to comply with ECE29
standards/directive. The cab will include gutters of sufficient size to prevent foam and water from
dripping on the windshield and side windows during turret operations. The cab will have a minimum
internal volume of 7.79 cubic meters (275 cubic feet) and a center steering position with a lateral field of
vision of 254 degrees (127 degrees left and right of center),with 90 degrees upward and 25 degrees
downward visibility and ground visibility to the driver at a point 2.7 in (8.8 ft.) and beyond from the
vehicle.
The cab will have these features:
• Center control console
• Dash console in front of driver position
• Integrated electronic control and diagnostic systems
• Interior coating will be durable with a painted grey spatter type finish
Cab Access
Access to the cab will be gained with a single hinged door located on each side that opens at least to a 90-
degree angle. Will include lower, door opening scuff plate for protection.
CAB DELUGE SYSTEM
The cab will be equipped with a windshield deluge system.
3
2392
Oshkosh Corporation Classification-Restricted
There will be grab handles covered with cushioned and slip resistant material located inside the driver's
and passenger door openings to facilitate safe entry and exit from the cab. The grab handles will be placed
to ensure three-point contact can be maintained.
There will be a heavy duty step located at both the driver's and passenger's doors. The steps will include
aggressive pattern on the step surface to provide traction for driver and passenger's boots. For safety, the
step will be designed to be self cleaning so that a maximum amount of water, snow, mud or other debris
can fall off or through the step. Includes a fixed riser bolted in place that if removed will allow the step to
function as swing away to ensure that the required 30 degree approach angle of the vehicle will be met.
The cab door will be equipped with electric controlled slide type windows.
CAB MIRRORS
The vehicle cab will be equipped with(2) 8" x 17" combination flat and convex mirrors, one located on
each side of the cab. The mirrors will be electrically heated and be adjustable. The horizontal rotational
viewing range will be no less than 60 degrees. Electrical switches for the mirror adjustment and heating
feature will be provided within easy reach of the driver.
CAB INTERIOR
The cab will be weather-tight, acoustically and thermally insulated to provide noise level not to exceed 85
dB (A) at the driver's ear position in accordance with NFPA 414, current edition. A rubber floor mat
covering the interior floor with a padding to provide cushioning effect and dampen noise will be
provided.Portions of the cab will be covered with a vinyl material to dampen noise. The cab will have
five (5) sun visors.
ROOF HATCH
The roof hatch will be on the left side of the cab roof above the most outside seat. It will have two (2)
manual latches to secure the hatch closed and two gas shocks to hold the door open.
CREW SPACE
DRIVER POSITION(CENTER)
The driver's seat will be Seats, Inc., 911 Series non-SCBA type with an integral 3-point seat belt. The
seat will be an air-ride and include a manual tilt adjustment and manual forwardibackward slide feature.
The seating material will be vinyl, grey in color and resistant to wear and staining.
RIGHT TURRET OPERATOR SEAT POSITION
The right side or turret operator/officer seat will be a Seats, Inc., 911 Series SCBA type with an integral
3-point seat belt. The seat will be a non-suspension and include a fixed back design and manual
forwardibackward slide feature. The seating material will be vinyl, grey in color and resistant to wear and
staining.
LEFT OUTSIDE SEAT POSITION
No seat will be provided in the left outside seat position.
LEFT INSIDE SEAT POSITION
No seat will be provided in the left inside seat position.
4
2393
Oshkosh Corporation Classification-Restricted
RIGHT INSIDE SEAT POSITION
There will be no seat provided to the right rear of the driver's seat.
AIR CONDITIONING AND HEATING
A 41,300 BTU Bergstrom, air conditioning (HFC 134A refrigerant) system,integral with the vehicle
60,000 BTU Bergstrom,heater defroster unit will be provided with a 313cc AC compressor driven from
the vehicle engine.
MAP LIGHTS
There will be two (2) 24-volt DC auxiliary map lights provided in the cab on or near the center console,
one (1) at the driver's seat and one (1) at the officer's seat. They will be attached to 24" long flexible
mounts and will have the on/off switch placed on the light head.
SIREN/PA SYSTEM
The vehicle will be equipped with a full function siren with public address capability. The siren will be
Whelen brand,model 295SL or approved equal. The siren will have 17 siren tones to choose from,with
three storable and selectable with a driver accessible rotary switch. The siren console will be backlit for
visibility in dark or low light conditions. The siren system will include a hard wired microphone. There
will be one 100-watt speaker mounted at the front bumper or approach area of the ARFF vehicle.
CAB DEFROSTER FANS
The vehicle cab will feature two (2) compact,rotary blade fans to distribute air around the cab when
necessary. The fans will be located on the left and right side of the cab and will be adjustable for
direction. The fans will be two-speed type. The fans will be activated by a single backlit switch on the left
lower dash panel. Individual switches on the fan base will select LOW or HIGH speed.
AIR HORNS
There will be dual Bendix air horns mounted under the cab, forward of the driver, and will be activated by
a switch located in the center of the vehicle's steering wheel.
There will be foot switches provided in the cab at the driver and turret operator seating positions to
activate the vehicle air horn, siren or public address system.
360 NAVIGATION CAMERA
360 camera system will be installed on the vehicle with birds-eye view allowing the driver to see objects
around the vehicle. Video to be displayed in cab on user interface screen.
CONTROLS
All instruments,warning lights and controls relative to truck operation will be displayed to the left of the
driver so that they will be useful, convenient, and visible to the driver. All instruments,warning lights
and controls relative to the firefighting system will be displayed to the right of the driver for center steer
so that they will be ergonomic, convenient, and visible to both the driver and the officer(turret operator).
Agent activation to be clearly identified with color coded switches providing the operator immediate
identification of the agents. Blue will identify water,Yellow will identify water/foam, and Purple will
identify dry chemical powder.
5
2394
Oshkosh Corporation Classification-Restricted
There will be a 304.8 mm (12 in.) display provided in the center of the cab control panel to aid the driver
and turret operator. The display will show pump pressure,water levels, foam levels,roof turret position
as well as diagnostics with fault codes. The display utilizes the Oshkosh designed control electronics
which is CAN based and uses D-Series modules. The display can be user customizable and be
programmed for any language.
The following cab mounted controls will be provided as a minimum:
• Accelerator Pedal
• Air Conditioner Controls
• Brake Pedal
• Color Coded Complementary Agent/ System Activation
• Rotary Differential Lock Control
• Dome Light Switch Manual/Door Activated
• Foam Concentrate Reservoir Control Valve
• Headlight Switch w/Dimmer Control
• Heater/Defroster Controls
• Horn Control
• Master Electrical Disconnect Switch(located in engine compartment)
• Panel Lights Switch with Dimmer
• Parking Brake Control
• Power Adjustable Mirror Control
• Rotary Ignition Start/Stop Switch
• Siren Switch with Microphone
• Switches for Emergency Beacon(s)/Strobe(s)
• Switches for Exterior Lights
• Switches for Non-Emergency Amber Beacon(s)/Strobe(s)
• Tilt/Telescoping Steering Wheel Column
• Transmission Range Selector
• Turret Control
• Windshield deluge
• Windshield Wiper and Washer, column mounted
• Cup Holders
• Hand throttle
Instruments and Warnine Lights
The following instruments and warning lights will be provided in the cab:
• Air Pressure (brake and other air-driven accessories)
• Complementary Agent Tank-Charged Indication
• Beacon/Strobe Indicator(s)
• Foam Agent Tank Level Indicator
6
2395
Oshkosh Corporation Classification-Restricted
• Water Tank Level Indicator
• Water Pump Pressure
• Low Air Pressure Warning
• Compartment Door Open Indicator
• Differential Lock Indicator
• Engine Coolant Temperature
• Engine Tachometer
• Fuel Level
• Headlight Beam Indicator
• Speedometer/Odometer
• Voltmeter
• Low Engine Coolant Audible/Visual Alarm
• Digital clock
• Low Oil Pressure/High Water Temperature Audible/Visual Alarm
• Complementary Agent System Pressure Indicator
LATERAL ACCELEROMETER
There will be a lateral accelerometer electronic rollover warning system provided. The system will detect
"g" forces exerted on the vehicle in all three axes; lateral, axial and vertical. A single axis display will be
integrated into the vehicle dash in view of the driver and include an audible alarm. The sensor base unit
will be installed in an easily accessible location within the cab.
MONITORING AND DATA ACQUISITION SYSTEM(MADAS)
A Monitoring and Data Acquisition System (MADAS)which is an electronic vehicle system analyzer
that constantly records preprogrammed vehicle characteristics will be installed for the collection of
various performance measurements to monitor, as a minimum, the following:
1. Vehicle speed
2. Transmission gear
3. Vehicle heading
4. Lateral acceleration
5. Vertical acceleration
6. Longitudinal acceleration and deceleration
7. Brake Application
8. Engine rpm
9. Throttle position
10. Steering input
7
2396
Oshkosh Corporation Classification-Restricted
11. Vehicle braking input(pedal position and brake pressure)
12. Date,time, and location for all data collected
The MADAS system will record information and store the critical period of time including 120 seconds
before an event and 15 seconds afterwards. It will require a customer supplied portable PC. The MADAS
system will include software to download and to use the data.
The MADAS system will require no operator input, and until it is triggered by an event all of its'
operation will be fully automatic. When an event occurs, the MADAS will provide a fault code to the
operator on the main display screen in the cab. When active and ready to record vehicle attributes,it will
report that to a visual indicator in the cab.
The MADAS system will be capable of recording a minimum of thirty events. Data logger capacity will
be indicated to the operator via the main display. Access to the memory for downloading,viewing or
deleting will require a pass code. The data software will include native features such as graphing analyses.
The system will be designed so that the data being recorded will not be lost or overwritten immediately
after the incident due to the use of an emergency shut-off or a master electrical disconnect switch.
ELECTRICAL SYSTEM
LIGHTING AND MARKING SYSTEM
The vehicle will be equipped with lighting designed and installed to be compliant with requirements of
Federal Motor Vehicle Safety Standard-FMVSS 108.
Clearance/Marker Lighting
All clearance and marker lights will be LED type, 24-volt DC. The lights will be placed in the required
locations at the front, sides and rear of the vehicle.
Minimum four(4) amber LED side marker lights will be located on each side of the vehicle. One (1) of
the amber side marker lights will also function as a turn signal indicator, and will be located on the cab or
closely adjacent to the cab.
One (1)red marker light will be located on each side of the vehicle nearest to the rear.
Five (5) Amber LED clearance lights will be mounted at the front of the vehicle.
Turn signal Indicators
Four inch round amber lights will be placed at the front bumper to function as front marker and turn
signal indicators.
Two (2) light assemblies will be installed at the rear of the vehicle with amber turn signal indicators
located at the outside of each assembly, clear backup lights will be located in the middle and red marker
and brake lights will be located to the inside. Turn signals will be self cancelling.
8
2397
Oshkosh Corporation Classification-Restricted
HEADLIGHTS
There will be four(4) LED headlights installed on the vehicle and switched in the cab. Two (2)headlights
will be low beam, two (2)will be high beam. The headlights will be certified for local requirements for
right-hand drive traffic. A high/low beam switch will be provided on the steering column.
ALTERNATING HEADLIGHTS
The high beam headlights will flash alternately between the left and right side. There will be a"wig-wag"
switch installed in the cab on the switch panel to control the high beam flash. This switch will be live
when the ignition and master warning light switch is on. The flashing will automatically cancel when the
headlight switch is active and the high beam headlights are activated.
GROUND LIGHTING
There will be eight(8)individual LED strip type ground lights installed under the vehicle to illuminate
the ground area with the on/off switch located in the cab and will only operate with the parking brake
applied and transmission in neutral. The eight(8) lights will be located, two (2) at the rear of the vehicle,
two (2) on each side under the body compartments and two (2)under the cab, one per side.Each strip light
will be encased in an aluminum housing.
FOG/DRIVING LIGHTS
There will be two (2) LED driving lights and two (2) LED fog lights. The lights will be mounted one (1)
per side in a common recessed bezel at the front of the vehicle directly below the headlight assemblies.
The on/off switches will be located in the cab to the left side of the operator.
SECONDARY DAYTIME RUNNING LIGHTS
No secondary daytime running lights will be provided.
LICENSE PLATE ILLUMINATION
There will be a license plate light installed at the left-side of the rear of the vehicle and activated with the
marker lights. The license plate and bracket will be supplied by end user.
SCENE/WORK LIGHTS - CAB
There will be two (2) 24-volt LED worklights mounted above the windshield and switched within the cab.
SCENE/WORKLIGHTS- SIDE
There will be two (2) 24-volt LED worklights provided on each side of the vehicle. These lights will be
controlled by an on/off switch in the cab and one (1) switch, operational from ground level mounted on
the side of the vehicle to control the operation of the respective lights on that side.
SCENE/WORKLIGHTS-REAR
There will be two (2) 24-volt LED worklights at the rear of the vehicle. They will be switched within the
cab and from the rear of the vehicle. The lights will automatically illuminate when the vehicle is placed
in reverse.
9
2398
Oshkosh Corporation Classification-Restricted
WARNING LIGHTS
PERIMETER
There will be ten(10) Whelen, 700 Series red rectangular LED warning lights installed around the lower
perimeter of the vehicle at or near bumper height. Three (3)will be placed on each side, two (2)in the
front and two (2) at the rear switched independently from upper warning lights.
TOP/STAND-BY
There will be two (2) Whelen, Model L40AP, amber LED stand-by beacons located on the roof of the
vehicle located close to the center of the water tank for 360-degree visibility and switched from within the
cab.
UPPER FRONT
There will be two (2) Whelen, Freedom IV,red flashing LED lightbars installed on the roof of the vehicle
near the front, one (1) on each side and activated with a switch in the cab on the left side of the dash
panel.
UPPER REAR
There will be two (2) Whelen Freedom IV, red flashing LED lightbars installed on the roof of the vehicle
at the rear, one (1) on each side and activated with a switch in the cab on the left side of the dash panel.
COMPARTMENT LIGHTING
There will be white 24-volt LED strip lighting provided in the compartments.
POWER GENERATION
Not Required
Wide Lights -Cab
There will be two (2)FRC Spectra,Model Q20, 20,000 lumen, 24-volt DC LED wide lights with anti-
glare shields mounted on the cab above the windshield facing forward. The lights will be powered by the
on board 24-volt DC electrical system and activated by a switch in the cab.
POWER SUPPLIES
A 24-volt electrical system will be provided. The vehicle power will be supplied by dual alternator
systems, each engine with two (2) 110-amp alternators.A warning system will be provided to indicate an
alternator failure.
The electrical system will have the following:
• Four(4) Group 31, 12 Volt Maintenance Free Batteries with 950 CCA @ 0-degree F (each)
• Provisions for jump starting will be located within the right-side engine compartment. A warning
label will state that using these a 12-volt system will cause damage.
• On board battery charger with provisions for shore power(see below)
• A remote voltmeter will be installed adjacent to the batteries to read the battery charge.
• A switch will be mounted in the engine compartment that will prevent the vehicle from being
started from the cab during routine maintenance.
10
2399
Oshkosh Corporation Classification-Restricted
• Lockable total vehicle master disconnect switch rated for full vehicle current.
• Unused electrical distribution connectors or components located on the walls of the upper and
lower compartments will have sturdy protective coverings to prevent unwanted contact with
stored gear.
BATTERY CHARGER
There will be a Delta Q, 110/220-Volt AC, 50/60 Hz waterproof battery charger installed in the rear
engine compartment area to maintain the on board batteries. The charger will be a micro processor
controlled and will be fully automatic.
AUXILIARY AIR COMPRESSOR
There will be an on board auxiliary air compressor to maintain the vehicle's air system pressure mounted
inside the vehicle's engine compartment on the passenger side. The compressor will be the rocking piston
type and will have two (2) aluminum cylinders with an inlet filter. The motor will be a 1/2 horsepower,
110-volt, capacitor start,totally enclosed, thermally protected and will be the low vibration type.
ENGINE PREHEATER
An engine coolant preheater is not required.
RECEPTACLEINLETS
There will be two (2) KussmaulTM, 20-amp, 120-volt AC shoreline inlets provided to operate the
dedicated 120 volt AC circuits on the rear of the apparatus. One (1) shoreline will be connected to the
battery charger and auxiliairy air compressor and one (1) shoreline will be conncected to the engine pre-
heater.The shoreline inlets will include yellow weatherproof flip up covers.
There will be a release solenoid wired to the vehicle's starter to eject the AC connector when the engine is
starting.
There will be a mating connector bodies supplied with the loose equipment.
There will be a label installed near the inlets that state the following:
• Line Voltage
• Current Ratting (amps)
• Phase
• Frequency
AUXILIARY START FEATURE
There will be 24-volt positive and negative posts for jump starting the vehicle located adjacent to the
battery box within the engine enclosure on the right-side of the truck. The jump start posts will have color
coded protective plastic covers.
Radio Equipment:
Per the NFPA Standard 414 (2020 Edition) as amended by -I OE A/C plus the following:
Dedicated 12-volt radio leads shall be provided to the dash instrument panel and marked and tagged with
permanent tags.
11
2400
Oshkosh Corporation Classification-Restricted
AIR INLET RECEPTACLE
No air inlet receptacle is required.
AIR OUTLET RECEPTACLE
No air outlet recetacle is required.
ENGINE AND ACCESSORIES
Engine
There will be a certified EPA Tier 4f, Stage IV, Scania, Model DC16,water cooled V8 design engine
with a displacement of 15.9 liters (957 cubic inches). The engine will produce a maximum of 500 kw
(670 hp) and electronically limited to 2,644 Nm (1,950 ft. lbs.) of torque at 2,100 RPM. The engine will
have common rail fuel injection system and will be equipped with a single turbo charger with an
electronic fuel management system. The engine will have a Selective Catalyst Reduction(SCR) system
for the mitigation of engine emissions. The urea tank will be minimum 102 liters (27 gallons U.S.). An
engine high idle control will be provided to maintain the engine idle at approximately 1200 rpm when
activated. The control for this system will be safety interlocked to activate only after the transmission has
been placed in the neutral position and the parking brake has been set. An electronically controlled
engine governor will be provided and set to limit engine speed so that it will not exceed the maximum
rpm recommended by the engine manufacturer.
Transmission
There will be an Allison, EVS-4800 Series,planetary type, fully automatic, electronic controlled seven-
speed transmission provided. The transmission will be separate from the transfer case and located at the
rear for easier maintenance. The seven-speed transmission creates better gear ratios, smoother shifting,
and less wear and tear on drive components.
Power Divider
There will be a power divider to allow the pump to be engaged at any speed or engine RPM and in any
gear which is automatically activated for pump operation when the pump switch is engaged from the cab.
When in pump mode, the pumping RPM will increase automatically only after a discharge orifice is
opened,to minimize heat build-up during standby operation.
ENGINE AIR CLEANER
The engine will be equipped with an easily replaceable canister type single stage air filter.
EXHAUST SYSTEM
The vehicle will have a vertical stainless steel exhaust stack with a rain cap.
ENGINE PRIMING PUMP
The vehicle's engine will be equipped with an electric fuel priming pump.
MUDFLAPS
There will be rubber mud flaps at each wheel well to minimize the amount of road debris cast behind the
vehicle by the tires.
12
2401
Oshkosh Corporation Classification-Restricted
CHASSIS AIR
The vehicle will be equipped with a Bendix,Model AD-IS, air dryer. The air dryer module will include
an integrated air dryer, a reservoir, a governor, a heater and four pressure protection valves.
FUEL TANK CAPACITY
The fuel tank will have a capacity of 90 gallons (341 liters)with bottom drain plug and filler pipe located
no higher than 60 in. (152 cm)from ground level. A fuel water separator with auxiliary fuel pump for the
main engine will be provided.
STEERING SYSTEM
The front and rear axles will have adequate capacity to carry the fully loaded vehicle under all intended
operating conditions. For vehicle handling, stability and off-runway performance,the axles will have
identical track width of 244 cm (96 in.).
The axles will consist of the following;
1. Front Axle - 14,061 kgs. (31,000 lbs.) Rating, double reduction(axle housing and wheel end),
enclosed steering drive ends,bevel gear differential with driver operated differential lock.
2. Rear Axle - 28,123 kgs. (62,000 lbs.) Rating, double reduction(axle housing and wheel end),
bevel gear differential with driver operated differential lock.
The suspension will meet the following design requirements;
I. Upper and lower control arms will be used on each side of the axle.
2. Each axle will be equipped with an anti-roll bar for increased cornering stability.
3. Steering and non-steering axles will have a tie rod that is adjustable for alignment of the wheel to
the center of the chassis.
4. Each wheel will have at least one coil spring and heavy-duty dual acting shock absorber.
5. All pivot and joints will be designed to meet the 20-year service life of ARFF vehicles and
include only two (2) grease points per wheel and with proper Oshkosh factory alignment does not
require special maintenance.
6. Each axle will have a track width of 3.05 in (120 in.)
An off-road,high mobility Oshkosh TAK-4, all-wheel Independent suspension system will be provided
allowing the vehicle to travel safely at minimum off-road speeds of 56 kph(35 mph). The Oshkosh
TAK-4, Independent suspension system design will allow for a minimum of 406 mm (16 in.) of total
wheel travel and is NFPA 414 and 150/522-10E certified.
BRAKE SYSTEM
The vehicle will be equipped with a dual air braking system including front and rear brakes with an
overall vehicle tread width of 3,048 mm (120 in.)in accordance with FMVSS 121 Legislation. The
brakes will be drum type and equipped with automatic brake adjusters, to be clutch and worm drive type.
The system will feature a dual type brake treadle valve with separate supply and delivery circuits. The
system will include an all-wheel, split-circuit,powered-assisted service brake, a modulated emergency
brake, and a parking brake.
13
2402
Oshkosh Corporation Classification-Restricted
There will be a 6S-6M electronic antilock brake system with a sensor and modulator at each wheel
controlled by an electronic control unit(ECU). The ECU will monitor wheel speed during braking and
modulate the brakes when excessive wheel slip or lockup is detected. The ECU will blend the feedback
from steering wheel ends to reduce steering wheel pull during an ABS event. There will be provision for
ABS diagnostics provided.
The brake system will have the following features:
1. A Bendix AD-IS, automatic air-drying system downstream of the compressor.
2. Air brake chamber for each brake with self-adjusting mechanisms.
3. Drain on all reservoirs controlled from one common location on the exterior of the vehicle.
4. Visual and audible low air pressure warning device.
5. A manual parking brake valve will be installed in the cab within easy reach of the driver.
The brake system will meet the following design requirements:
1. Capacity to increase air pressure in the supply and service reservoirs from 552 to 690 kPa(85 to
100 psi)when the engine is operating at the vehicle manufacturer's RPM,in less than 25 seconds.
2. Capacity for buildup of tank pressure from 0 kPa(0 psi)to the pressure required to release the
spring brakes within 15 seconds relying solely on vehicle air compressor.
3. Have a volume 12 times the total combined brake chamber volume at full stroke.
The brake system will meet the following performance requirements at gross vehicle weight(fully laden):
1. Service Brake: (Depending on truck configuration)
A. Stopping Distance from 32 kph(20 mph): Maximum 10 in (33 ft.)
B. Stopping Distance from 64 kph(40 mph): Maximum 37 in (121 ft.)
C. Hold Fully Loaded Vehicle: Minimum 50% Grade Ascending & Descending
2. Emergency Brake (Depending on truck configuration):
A. Stopping Distance from 64 kph(40 mph): Maximum 86 in (288 ft.)
3. Parking Brake:
A. Hold Fully Loaded Vehicle: Minimum 20% Grade Ascending &Descending
WHEEL AND TIRE ASSEMBLY
The vehicle will be equipped with Michelin, Model XZL, size 24R21 all-terrain radial tires. The tires will
be tubeless type with full width steel belting and will be non-directional mounted on steel wheels.
SPARE TIRE
There will be one (1)new and unused Michelin, Model XZL, size 24R21 spare wheel and tire assembly to
match the vehicle's existing tires size and brand shipped loose with the vehicle. The tire and wheel
assembly will fit any of the other wheel locations on the truck.
14
2403
Oshkosh Corporation Classification-Restricted
UPPER MOUNTED EQUIPMENT
TOP MOUNTED LADDER
No top mounted ladder is required.
FIREFIGHTING SYSTEM
COMPLEMENTARY AGENT SYSTEM
DRY CHEMICAL SYSTEM
There will be a dry chemical system provided with a 500 lb. (226 kg) storage vessel for dry chemical fire-
fighting agent. The system will include piping,valves, an over pressure safety valve and other
components necessary for the storage and discharge of dry chemical complementary agent. The design of
the dry chemical vessel and the piping and valving will be done according to all applicable ASME code.
Provisions will be provided for purging the system without having to discharge remaining dry chemical
agent.
The system will include:
1. Quick acting agent system activation controls will be accessible to the seated driver and at least
one other crew position. Similar controls will be located near the agent handline.
2. Cab mounted pressure indicators will be installed that,when the system is activated,will allow
the vehicle operator to determine the propellant reservoir status as well as the system operating
pressure.
3. There will be air system clean out provisions for purging agent from all piping and hose after use,
saving the remaining chemical in the vessel.
4. An electric winch will be provided to lift and lower the nitrogen cylinder from the ground level to
the stored position. The design will be such that it will allow for operators to perform the
nitrogen cylinder re-servicing without the need for any heavy lifting.
5. Remote LED bar graph type pressure gauges will be provided in the cab to indicate system
operating pressure and the propellant cylinder pressure.
PROPELLANT,PROPELLANT CONTAINERS AND COMPONENTS
There will be one (1) full 11,327 liter(400 ft .)when pressurized to 182 bar(2,640 psi) dry nitrogen
propellant gas cylinder provided and mounted in the truck with a pressure gauge and removable carrier.
All propellant gas cylinders and valves will comply with United States Department of Transportation
(DOT)requirements.Propellant gas cylinder(s)will be stored vertically and must be easily loaded and
removed with the assistance of an integrated lifting device and cylinder guide.
There will be one (1) full 11,327 liter(400 ft .)when pressurized to 182 bar(2,640 psi) dry nitrogen
propellant gas cylinder provided and shipped loose with the truck,including a pressure gauge.
15
2404
Oshkosh Corporation Classification-Restricted
WATER AND FOAM SYSTEMS
ELECTRONIC FOAM PROPORTIONER(EFP) SYSTEM
The vehicle will be equipped with an "electronic foam proportioning" (EFP) system capable of metering
fire fighting foam at 3%ratio within+/- 0.1%in accordance with NFPA. The system will also have
provisions to easily select and automatically change the foam proportion rate to either 1, 3, 6,or 8% foam
concentration. The rates will be selectable by the operator in the cab using a center console mounted
touch screen.
OSHKOSH ECO EFPTM-FOAM MEASUREMENT SYSTEM
A secondary surrogate test system will be provided to measure the foam proportioning system
performance from every discharge on the vehicle without necessitating the actual discharge of foam to the
environment. The system will measure discharge flow rate for each discharge. The system will be fully
integrated into the vehicle and the electronic foam proportioning system and be located on board the
vehicle. It will measure both the solution and foam fluid flow rates using only water. The system will
have ability to archive foam test data for all individual discharges and provide a time and date stamp for
up to three years of data. An electronic display will be placed near the water pump in a lower left side
compartment. The display will provide access to view or control system settings, diagnostics functions,
current and historical data and system test function. A USB port will provided to download digital data.
FOAM SYSTEM PIPING
There will be one (1) 38 mm (1.5 in.)NSFHT thread combination foam fill/drain located on the left-side
of the truck below the left-rear body compartment.
The foam fill will include one (1) 1.50 in. (38 mm)NSFHT threaded plug with link chain to retain the cap
when removed.
FOAM TANK LEVEL LIGHTS
There will be four(4) LED foam tank level indicator lights provided on the upper exterior of the vehicle's
body on both the front right and front left side vertically stacked and will include these colors from top to
bottom:
amber, amber, amber,red
STRUCTURAL FIRE FIGHTING SYSTEM AND CONTROL PANEL
There will be a Class "A" structural firefighting system capable of 1,000 gpm (3,785 1pm) discharge with
fill from draft feature and priming pump provided. All pump suctions, controls and gauges will be
located in the rear left-side body compartment with a roll-up door for easy access. One (1) 5 in. (127
mm) male pump suction connection equipped with a.25 in. (6.35 mm) strainer will be installed in the rear
left-side body compartment. A mating cap will be provided that will be capable of withstanding pressures
of 500 psi(34.5 bar). A gated 2.50 in. (64 mm) female swivel pump supply connection will be installed
in the rear left-side body compartment. There will be a 2.50 in. (63 mm)water tank fill from draft.
16
2405
Oshkosh Corporation Classification-Restricted
A pump operator's display panel will be installed in the left rear body compartment. This panel will
consist at a minimum the following:
• Pump engine tachometer
• Pump discharge pressure gauge
• Pump suction pressure gauge
• Test connections for the pump pressure and suction gauges
• Pump engine oil pressure gauge
• Pump engine coolant temperature gauge
• A hand throttle to control the pump engine speed
• A means of selecting water or foam induction for discharge
• A switch to control the operation of the priming pump and valve
• Panel illumination
The structural system inlets and auto suction valve will be provided with a 2.50 in. (64 mm)NSFHT plug
and a 5.0 in. (127 mm)NSFHT cap with link chain.
DISCHARGE PIPING
There will be two (2)unregulated 2.50 in. (64mm) structural discharge provided and located one (1)in
the left and right side lower front body compartments. The discharges will have NSFHT thread and be
equipped with bleader valves and pressure gauges. Storage for two (2) SCBA bottles will be provided on
both left and right side lower front body compartments.
DISCHARGE CAPS
The one (1) 2.50 in. (64 mm) discharges will include one (1) female caps with NSFHT thread and link
chain.
WATER TANK
The water tank will have minimum capacity of 3,170 g (12,0001)water and 444 g (1,6801)foam, and
will be constructed of UV protected Polypropylene material.The tank will be fitted with longitudinal and
transverse baffles, a sump, and complete with anti-swirl baffles, and an isolation valve. The top-fill
opening of at least 27 in. (689 mm) for water and 23 in. (584 mm) for foam will be provided and be
vented with overflow directed to the ground
WATER TANK LEVEL LIGHTS
There will be four(4) LED water tank level indicator lights provided on the upper exterior of the vehicle's
body on both the rear right and left side vertically stacked and will include these colors top to bottom:
blue,blue,blue,red
WATER PUMP AND PUMP DRIVE
The water pump will be a Waterous, Model CRQB (also commonly referred to as Model CR), single
stage design that meets all requirements of ICAO,NFPA 414 as well as FAA Advisory Circular
150/5220/10E. The pump will have a rated capacity of at least 2,000 gpm (7,511 1pm) at an operating
17
2406
Oshkosh Corporation Classification-Restricted
pressure of 250 PSI(17 bar)with suction vacuum at the manifold inlet of 9 IN-Hg. The pump gearbox will
be driven by a driveline from the truck power divider. The pump and pump transmission will have the
ability to run continuously without overheat issues in ambient temperatures up 110 degrees Fahrenheit.
The pump body will be vertically split on a single plane for easy removal of the entire impellor assembly
including the bronze wear rings.
The pump will be constructed of the following materials:
• Pump Body: Leaded Red Brass,UNS C83600, 30,000 PSI tensile strength.
• Impeller: Silicon brass,UNS C87500, 60,000 PSI tensile strength.
• Impeller Shaft: 17-4 stainless steel, 135,000 PSI tensile strength.
• Wear Ring: High leaded tin bronze,UNS C93200, 35,000 PSI tensile strength.
The water pump will be gravity primed from the vehicle water reservoir. The vehicle will have a water
piping system allowing the pump to remain primed while the water pump is not engaged. This reduces
the time to discharge water when a discharge is open providing immediate operations and a quicker
response to a user input.
The pump drive will be through a power divider to allow the pump to be engaged at any speed and in any
gear, which is automatically activated for pump operation when the pump switch is engaged from the
cab.
When in pump mode, the pumping RPM will increase automatically only after a discharge orifice is
opened,to minimize heat build-up during standby operation.
A pressure relief protection system will be provided to prevent over pressurization of the water piping
system.
An automatic pump overheat protection system will be provided that will discharge to the ground.
The pump body and gearbox will be painted in a durable red primer. The entire pump will be bench tested
at the original manufacturer to include 400 PSI pressure test and capacity test. A test certificate will be
provided with the vehicle.
PIPING, COUPLING, CONNECTIONS AND VALVES
WATER FILL PIPING
There will be two (2) 2.50 in.(64 mm) female swivel and two (2) 4.50 in. (114.3 mm)NSFHT male water
fill connections provided, one (1) each on the left-side and one (1) each on the right-side of the vehicle,
each equipped with a 0.25 in. (6.35 mm) strainer. An additional 2.0 in. (50.8 mm)water tank drain will
be provided on the right-side of the vehicle.
18
2407
Oshkosh Corporation Classification-Restricted
WATER FILL PLUGS
The water fill will be provided with two (2) 2.50 in. (64 mm)NSFHT plug.
WATER FILL CAPS
The two (2) water fill will be provided with 4.50 in. (114.3 mm)NSFHT plugs with link chain.
PRECONNECT HANDLINES/CROSSLAYS
PRIMARY PRECONNECT HANDLINES
There will be a primary,preconnected woven soft jacketed handline for the discharge of water/foam
provided in the front of the forward lower compartments with access from each side of the vehicle. The
preconnected handline will include 200 ft. (60 m) of 1.75 in. (45 mm) soft.]acket type hose and a pistol
grip nozzle. The minimum discharge flow rate for the primary handline will be 125 gpm (473 1pm). A
removeable slide-out,poly plastic crosslay storage tray will be provided.
PRIMARY PRECONNECT ACTIVATION
The crosslay handlines will have automatic activation with controls located in the cab and in the
compartment near the crosslay handlines. There will be a safety interlock system that will only allow
charging of the handlines after all the hose has been deployed.The cab center dash panel will have an
indicator to advise when the hose is fully deployed from each tray. Automatic throttle activation for the
pumping RPM will be accomplished when the handline discharge nozzle is opened. An override throttle
control will be provided for each handline for the initial charging of the crosslay preconnected hose.
SECONDARY PRECONNECT HANDLINE
There will be a secondary,preconnected woven soft.]acketed handline for the discharge of water/foam
provided in the front of the forward lower compartments with access from each side of the vehicle. The
preconnected handline will include 200 ft. (60 m) of 1.75 in. (45 mm) soft.]acket type hose and a pistol
grip nozzle. The minimum discharge flow rate for the primary handline will be 125 gpm (473 1pm). A
removeable slide-out,poly plastic crosslay storage tray will be provided.
SECONDARY PRECONNECT ACTIVATION
The crosslay handlines will have automatic activation with controls located in the cab and in the
compartment near the crosslay handlines. There will be a safety interlock system that will only allow
charging of the handlines after all the hose has been deployed.The cab center dash panel will have an
indicator to advise when the hose is fully deployed from each tray. Automatic throttle activation for the
pumping RPM will be accomplished when the handline discharge nozzle is opened. An override throttle
control will be provided for each handline for the initial charging of the crosslay preconnected hose.
BUMPER TURRET
There will be an Elkhart Scorpion,bumper mounted,non-air aspirating (NASP) low attack turret.
The bumper turret will have the following design and performance features:
NOZZLE SWEEP ASSEMBLY
The nozzle sweep assembly will consist of a double swivel joint allowing the nozzle to sweep in both
horizontal and vertical planes. The horizontal axis rotation will allow the nozzle to be directed at least 90
degrees to either side of center for a minimum of 180 degree horizontal sweep. The elevation axis will
19
2408
Oshkosh Corporation Classification-Restricted
allow the nozzle to be elevated at least 45 degrees above the horizontal and be depressed to discharge
agent within 30 ft. (9 m) of the front of the vehicle. Both horizontal and vertical drive motors will be
permanent magnet type DC electric gear motors and will be with a clutch mechanism and/or limit
switches to prevent damage to the motors at rotation limits. The motors will be sealed to NEMA 4
requirements.
NOZZLE
The nozzle will have a variable pattern control and have an automatic flow mechanism to maintain
consistent pressure and flow at either discharge rate whether in the straight stream or fully dispersed(fog)
pattern. The nozzle will be a non air aspirating type with 24-volt DC powered electric pattern actuation
for straight stream or fog pattern selection. The nozzle will meet or exceed all performance requirements
defined in the latest edition of NFPA-414.
The nozzle will be equipped with a non-aspirating nozzle capable of water/foam flow discharge rates of
625/1,250 gpm (2,365/4,732 1pm). The nozzle will have the capability to also discharge dry chemical
agent at a rate of 16 lb.per second(7 kg per second). To maximize distance and accuracy of dry chemical
discharge the powder will be entrained within the water stream. The turret assembly will be equipped
with auto leveling to keep the nozzle parallel to the ground regardless of the position of the boom
mechanism. An electronic.]oystick control will be provided in the cab located within easy reach of the
driver and turet operator/officer seat with integrated controls for discharge activation, selection of agent
type, and discharge rates and patterns from straight stream to fully dispersed(fog pattern). The turret
speed will be proportional to the movement applied to the joystick.
TURRET BODY DESIGN
The nozzle assembly will be attached to a boom mechanism made of extruded aluminum alloy for long
life and corrosion resistance. The nozzle's mounting assembly will be adequately reinforced to sustain all
anticipated loads and reaction forces when the nozzle is discharging. The device will be capable of being
lowered from the stored position,near bumper height, so that the centerline of the nozzle will be
approximately 24 in. (610 mm) above the ground. The design will allow the boom and nozzle to be
stored in a position providing minimum protrusion from the front of the vehicle,while maintaining a 30
degree angle of approach.
There will be one (1) 24-volt DC, J.W. Speaker,high intensity discharge (HID) spot light provided on the
bumper turret. The light housing shall be made with high impact nylon and shall have a durable glass
lens. The light shall be controlled by a switch located on the cab dash.
UPPER MOUNTED DISCHARGE
R50 SNOZZLE HRET
The primary turret will be a R50 Snozzle elevated waterway device HRET. An articulating, telescoping
aerial turret device will be installed, midship mounted for maximum stability and best weight distribution.
Elevation of the turret will be approximately 50 ft. (15 m),measured from ground level. Maximum
20
2409
Oshkosh Corporation Classification-Restricted
horizontal reach will be approximately 34 ft. (10 m), measured from the base centerline. The turret
nozzle will be capable of being positioned at ground level in front of the vehicle.
The turret nozzle will be stowed in a forward position,directly over the vehicle cab. The turret nozzle
will be capable of full operation in either the stowed or elevated position as the vehicle approaches the
fire. This operation will replace the typical fixed turret appliances mounted on the cab roof. The water
discharge piping system will be capable of flowing 1,000 gpm (3,785 1pm)in all operating positions with
minimum friction loss.
Base and pedestal assembly:
The pedestal shall be a welded steel assembly with a machined turntable bearing mounting surface. The
pedestal shall be bolted to the base structure turntable assembly to transfer the boom movements into the
base structure. The pedestal assembly is to be attached to the chassis frame using Grade 8 fasteners. The
pedestal shall house a vertical water swivel.
Turntable assembly:
The turntable drive shall utilize an external ring gear with ball bearings rotation. The ring gear shall be
driven by a spur gear reduction input assembly - 20.5"dia. 146,000 ft-lbs capacity [520.7 min dia. 20192
m/k] requiring minimum installation space and a superior safety factor. This input assembly pinion is to
be in turn driven by a low ratio worm gear box via a reversible high torque, low speed hydraulic motor.
The gear box design shall prevent drifting of the turntable with an ultimate holding torque of 98,000 lb-
in/min. A rotation sensor shall be provided to allow for automatic centering and bedding of the booms.
Lower boom (elevation assembly):
The lower boom shall be all steel construction utilizing high strength steel alloy tube, adequately
reinforced to sustain anticipated loads. The lift cylinder shall be capable of elevating the waterway during
maximum specified flow at all nozzle angles and extension. Bushings are to be installed for free pivoting
when the boom is being operated.
The lift cylinder shall be equipped with a position sensor to aid in positioning the boom and provide a
"soft stop"at the end of the cylinder stroke. An"OK to Rotate"indicator shall be provided with a lock-
out to prevent boom rotation unless the boom is elevated to a safe point to clear obstacles on the vehicle.
Two link arms shall be provided on each side of the lower boom assembly,pinned to the upper boom to
provide articulating elevation from 0°to 68'above horizontal. Thus,both booms can move
simultaneously with lift cylinder motion.
Tilt down feature:
A hydraulic cylinder shall be installed between two telescoping pivot links to provide the capability to tilt
the boom at an angle up to 40'below horizontal. The combinations of articulation and "Tilt Down" shall
allow the nozzle to be placed at or below ground level in front of the vehicle.
The tilt cylinder shall be equipped with a position sensor to aid in positioning the boom and provide a
"soft stop"at the end of the cylinder stroke. Clash point protection shall be provided to prevent the boom
from accidentally contacting the vehicle cab.
21
2410
Oshkosh Corporation Classification-Restricted
Upper Boom (Telescoping Assembly):
The upper boom shall consist of a rectangular steel alloy tube outer section,with an aluminum alloy
telescoping inner section. The upper boom shall be adequately reinforced to sustain all anticipated loads
and nozzle reaction force at full flow in all sweep directions. The extension and retraction of the upper
boom shall be via a hydraulic cylinder providing a fully extended stroke of 23 feet[7 meters].
The telescopic boom shall be supported by Nycast Nyoil(or equal)replaceable wear pads for smooth
operation and long life. Electrical and video cable shall be carried inside telescopic boom within a
flexible tube support for maximum protection. All non-ductile load supporting elements shall be
designed with a 5 to 1 safety factor per NFPA 1901.
Elevated Waterway:
The water discharge piping systems shall be capable of flowing 1000 gpm [3785 1pm] or more with less
than 90 psi [41 kg/sq.in] friction loss at all boom and nozzle positions. A single pipe waterway shall be
provided to minimize maintenance and service requirements. The waterway shall be 4" [101.6 mm] I.D.
and pass through the articulating section with a swivel assembly and extend along the outside of the boom
sections.
A 31/4" [82.5 mm] nominal I.D. telescoping waterway shall be provided inside the 4" [101.6 mm}piping
consisting of hard coated aluminum tubing. Telescoping sections shall be sealed by special
polypropylene glands. Alignment shall be maintained with a wear band on the overlap portion of the
telescoping tube. The waterway shall terminate with a 3" [76 mm] fitting for the nozzle sweep assembly.
All pipe swivels shall be constructed of hard coated aluminum alloy with o-ring seals. Swivel seals and
telescoping seals shall be equipped with grease fittings for long life lubrication.
A preset relief valve capable of protecting the waterway system by relieving pressure,through the
dumping of water to the environment shall be provided. Such dumping shall be via a system of piping
terminating in an area facing away from the operator's position.
Nozzle sweep assembly:
The nozzle sweep assembly shall consist of a double swivel unit allowing the nozzle to sweep in both
horizontal and vertical planes. The double swivel shall be a large diameter long radius type for maximum
flow with minimum friction loss. The assembly shall be constructed high-strength aluminum alloy that is
hard anodized to resist corrosion.
The rotation shall allow the nozzle to be directed 90' either side of center for a minimum 180'horizontal
sweep(unless restricted by other specified options).
The nozzle assembly shall be adequately reinforced to sustain all anticipated loads and reaction force of
the volume nozzle,plus penetrating forces created by the piercing nozzle. The vertical movement of the
piercing nozzle shall be protected by a clutching mechanism that will allow the nozzle to rotate or slip
when encountering an object too difficult to penetrate.An "Auto-Level"feature shall be provided for the
nozzle assembly to keep it parallel to the ground as the boom is being moved up or down. This feature
22
2411
Oshkosh Corporation Classification-Restricted
will keep the nozzle pointed in a safe direction prior to initiating discharge operations. The overall
dimensional envelope of the nozzle head assembly including piercing nozzle, lights and camera options
shall not exceed 24" [610 mm] wide x 24" [610 mm] high when viewed straight from the end. This
dimension will represent the smallest opening that will allow the nozzle assembly to be placed inside a
passenger doorway to utilize cameras for search and rescue or to deliver a large volume flow down the
aisle.
Nozzle and Controls:
The nozzle shall be an automatic type capable of adjusting to high flow or low flow settings while
maintaining maximum throw range. Flow rates shall be 500/1000 gpm. The dispersed pattern shall be flat
to allow for sweeping across pool fires without disturbing the foam blanket.
The nozzle joystick shall have a robust grip and unique shape so as to be readily identified by feel and
allow the operator to keep focused on the fire scene without having to look away to find controls. All
primary firefighting functions shall be incorporated on the joystick with large buttons and switches that
can be operated with gloves. Left and right motion shall control horizontal sweep. Forward and back
motion shall control vertical movement. The nozzle joystick shall allow for simultaneous operation of
both the nozzle and the boom to keep the nozzle on target as the boom is moved.
The joystick shall contain the following switches and controls:
• Water/foam on-off switches
• Auxiliary agent on-off switches
• Fog/stream selector switch
• Piercing flow indicator
• Auxiliary agent flow indicator
• High flow indicator
• Low flow indicator
The nozzle joystick panel shall contain additional switch functions and indicators. Each function shall be
labeled and back-lit. When any function is active the back lighting shall turn red. The nozzle joystick
panel shall contain the following switches and indicators:
• Nozzle Auto-Level on-off switch
• Nozzle spot light switch
• Camera AB selector switch
• Pierce/volume selector switch
• High/low flow selector switch
Hydraulic controls:
The lift, extension and tilt cylinders shall include holding valves for maximum safety in the event of
pressure loss or hydraulic line failure. Flow control shall be electric,remote controlled and proportional
type installed to insure smooth operation of the boom assembly. All hydraulic valves shall be equipped
with extended handle manual overrides for emergency operation in event of electrical failure.
The boom joystick shall be a palm grip type - easily distinguishable from the nozzle joystick to allow the
operator to keep focused on the fire scene without having to look away to find controls. The controller
23
2412
Oshkosh Corporation Classification-Restricted
shall have four axis functions. Left and right motion shall control telescoping action. Forward and back
motion shall control elevation. A "dead man"thumb button on the joystick controller shall serve to
prevent accidental boom movement with unintentional movement of the joystick. The thumb button shall
be accessible to either right hand or left hand operation(the driver or operator). Twisting the joystick
shall rotate the boom right or left. The boom joystick shall allow for simultaneous operation of both the
nozzle and the boom to keep the nozzle on target as the boom is moved.
All boom functions shall be proportionally controlled allowing the operator to adjust the speed of boom
movement by the amount of joystick displacement. Cushioned stop shall be incorporated to automatically
slow lift and tilt cylinder speed as they reach the end of stroke including rotation and bedding functions.
Automatic boom positioning shall be provided by the joystick control utilizing coordinated boom
motions:
• High Attack -Mid Point Position
• Pulling back on the joystick shall cause the booms to move to a mid-point position,pause and
continue movement to a maximum elevation position.
• Low Attack
• Pushing forward on the joystick shall cause the booms to rotate forward towards a full tilt down
configuration.
• Home
• Depressing both thumb buttons simultaneously shall cause the booms to return to a fully bedded
position. This action will include a sequence of centering the boom,retracting the extension
section and properly lowering the upper and lower booms to the bedded position.
The boom joystick panel shall contain additional indicators. Each function shall be labeled and back-lit.
Indicators shall include:
• Boom un-bedded indicator
• OK to rotate indicator(this indicator shall flash when rotated beyond 15 degrees)
• Control system error indicator
Microprocessor Control System:
The hydraulic system shall be controlled by a state-of-the-art Parker IQAN(or equal) electronic control
system. The system shall include programming to control boom speeds,joystick sensitivity,joystick
ramping,vehicle clash point protection and automatic positioning by coordinated boom motions. The
controller shall also provide proportional control of the hydraulic valve functions and provide both digital
and analog input and output signals for indicators and safety functions. The system shall include a self-
test mode during start-up and cyclic operating with LED diagnostics indicators if an error is detected.
The system shall include Controller Area Network(CAN-bus), compatible with SAE J1939
communication and system control.
Minimum hydraulic pumping capacity:
The hydraulic pumping system shall be capable of providing full performance at any engine speed. The
system shall not exceed 3,000 psi [207 bar]. The hydraulic reservoir shall be clearly marked"Hydraulic
Oil Only"and located to provide maximum heat dissipation and prevent contamination be water or foam.
24
2413
Oshkosh Corporation Classification-Restricted
A self-contained hydraulic power unit consisting of an integral pump/motor shall be provided as an
alternative power source in event of main hydraulic pump failure. The unit shall be capable of returning
the booms to a bedded position.
Lighting system:
• A red flashing LED or strobe light shall be attached to the end of the boom to identify the boom
when elevated. The strobe light will be activated when the boom is elevated and the "BOOM
UNBEDDED"light is energized. A lock-out system shall prevent boom rotation until the "OK
TO ROTATE"indicator is activated.
• (1)JW Speaker Spot light and(1) JW Speaker Flood light shall be attached to the nozzle
assembly and switched by the "flood/spot"light switch on the joystick panel
• Two (2) LED spot lights shall be installed, one each side at the rear knuckle, to illuminate the
upper boom. The knuckle lights shall be activated when the boom is elevated.
Rotation function:
Limited rotation shall be provided for extendable turret. Rotation shall be a minimum of 30' either side of
centerline. Outriggers shall not be allowed to meet this requirement. An"OK to Rotate"indicator shall be
provided with a lock-out to prevent boom rotation unless the boom is elevated to a safe point to clear
obstacles on the vehicle. The "OK to Rotate"light shall flash when the extendable turret has been rotated
over 15' either side of center. The rotation function shall be controlled by the boom joystick,utilizing a
twisting motion to rotate right or left.
25
2414
Finish:
The telescoping boom shall be a single piece extruded aluminum alloy; heat treated and hard anodized(Duranodic
hard coat or equal).
Grinding and sanding shall be utilized on booms and pedestal assemblies to remove contaminates and oxidation
prior to painting. Hand sanding and pre-cleaner shall be used to prepare all surfaces.
An epoxy primer adhesion promoter shall be applied to all surfaces to provide corrosion protection and to create a
strong bond between the substrate and surface application. In addition, the booms and major components shall be
coated with a low volatile Organic Compound(VOC),high solid sealer to enhance surface smoothness and
topcoat gloss. The primed surfaces shall be sanded smooth, thus removing all texture and surface imperfections
and creating a finish base that will meet the rigid requirements of the fire and emergency services.
Final coating shall be low VOC(3.5 pounds per gallon)[.42 kg.per liter], 2+mils minimum thickness, designed to
provide a long wearing, deep gloss finish under virtually any condition. Interlocking and telescoping components
shall be final finished prior to assembly. Finish color shall be medium dark gray metallic 9225.
Boom Color:
The boom shall be painted metallic grey color prior to final assembly.
Lighting:
• A flashing L.E.D. or strobe light shall be attached to the boom knuckle. Lights shall automatically
activate when the boom is "un-bedded".
Piercing Nozzle:
An independent auxiliary nozzle with a piercing applicator shall attach to the telescoping boom to provide remote
controlled penetrating capability. The piercing tube shall be light weight,high strength aluminum and provide a
piercing depth of 36" [914 mm]. A high tensile steel tip shall provide a spray pattern with 250 gpm [9501pm] or
more flow. The spray pattern shall be 40 ft[12 m] diameter ball with 30 ft [9 m] forward discharge and 10 ft[3
m] reward discharge. The piercing nozzle shall have the capability to provide a separate water/foam discharge
with selector switch labeled"Pierce/Volume". The tip shall be removable and provide a 1 1/2" [38mm] NST hose
connection to allow a handline to be extended from the tip for standpipe operations.
The vertical movement of the piercing nozzle shall be protected by a hydraulic relief that will allow the nozzle to
rotate or slip when encountering an object too difficult to penetrate. Resetting a mechanical device shall be
unnecessary.
A 3-way changeover valve shall be provided to redirect the volume nozzle flow to the piercing nozzle. The 3-
way valve shall be a ball type for long life with minimal service. A single lever quick opening manual override
shall be provided for the 3-way valve.
The piercing nozzle shall be capable of aligning with the telescoping boom for optimum positioning for piercing
curved surfaces. The piercing nozzle shall be capable of piercing the aircraft skin at the 30 degree boom rotation
angle. This will allow for piercing the cabin at any point over the wing area for maximum interior coverage. The
piercing nozzle shall be capable of piercing in both the horizontal or vertical direction, depending on the
circumstances.Piercing action shall be by fully proportional valve control allowing for controlled piercing speed
1 of 31
2415
and controlled piercing depth.Piercing action shall be continuous full power for piercing of multiple layers
without reduction in piercing force.
When"pierce"position is selected,the tip nozzle shall automatically rotate to a"Park"position to provide for
maximum piercing depth of 36" [914 mm]. Evidence shall be submitted indicating that the piercing nozzle, in its
normal mounting configuration, can successfully penetrate the fuselage of the types and sizes of aircraft typically
using the airport facility. Tests data shall include points of entry best suited to maximize the effectiveness of the
nozzle spray pattern.
Piercing Nozzle Extensions:
A 12" [305 mm] Extension shall be provided that can readily attach to the standard piercing nozzle tube to
provide increased piercing depth as might be required for cargo containers or aircraft attic areas.
Dry Chemical Discharge:
The dry chemical agent shall discharge through a Hydro-Chem nozzle providing an encapsulated dry chemical
discharge within the water/foam stream for maximum throw distance and accuracy. Supply to the nozzle shall be
with a full flow 1-1/2" [38mm] hose attached to an automatic spring rewind hose reel equipped with a ball bearing
swivel joint to prevent clogging of seals with dry chemical powder. Reel/hose shall be mounted to the lower
boom assembly to allow for smooth deployment and rewinding of the hose as the extendible turret is elevated,
extended or tilted. A minimum flow rate of 12 lbs [5.5 kg] per second shall be required throughout the full range
of motion.
SNOZZLE HRET- CAMERA SYSTEMS
There will be a FUR Systems, MD324, Forward Looking Infrared camera attached to the volume nozzle
assembly to aid the driver and crew during complete darkness, severe weather, smoky, foggy or other low
visibility conditions. The camera will have pan or azimuth movement of plus/minus 180 degrees and elevation
movement of plus/minus 45 degrees. The camera will have a user selectable and adjustable auto park feature and
will be hermetically sealed for use in extreme outdoor environments. The camera's image sensor will be minimum
320 x 240 Vox micro bolometer with frame rate of 30 Hz and spectral band of 7.5-13.5 micrometers. The camera
system will provide multiple color pallet options for the image. The camera will have a 200%zoom capability
and will have a time to image of no more than 2 seconds. A mini joystick controller will be integrated into a
control pad with switches for all functions. The camera image will be viewed in a dash mounted monitor.
There will be a full color, compact,high resolution, shock resistant,weatherproof, 360 degree rotating camera
attached to the volume nozzle assembly. The camera will move in conjunction with nozzle motion to allow
remote controlled positioning. A flat screen color monitor will be provided for the operator's position. Video
transmission will be via cable carried within the upper boom. The camera image will be viewed in a dash
mounted monitor.
UNDERTRUCK NOZZLES
There will be four(4)undertruck nozzles provided to discharge water/foam beneath the vehicle as well as the
inner sides of the wheels and tires spaced in a pattern from the front axle to the rear axle of the chassis. The
2 of 31
2416
nozzles will be brass construction and will be capable of flowing 19 gpm (72 1pm) each with a total flow of 76
gpm (288 1pm). The system will be activated from the cab.
BODY COMPONENTS
COMPARTMENTS
The compartments will be weather-tight,vented, drained to allow collected water to run out under the vehicle and
equipped with roller shutter type doors. The doors will have aluminum slats with an anodized finish. The
individual door slats will be replaceable. The opening and lift bar will be stainless steel and will be an easy open
style. The roller will be maximum 3" diameter to provide maximum interior space for compartments.
The compartments will have LED strip lights. The lights will activate automatically when the compartment door
is opened and the vehicle is parked. A visual and audible alarm will activate in the cab when doors are opened and
vehicle is placed in gear.
The vehicle will have adequate compartment space to enclose the firefighting systems and storage of rescue
equipment. The compartmentation will include one upper compartment and two lower compartments per side, left
and right. The lower compartments will have minimum door opening sizes of 50" (127 cm)height and 62" (157.4
cm)width. The compartments will be fabricated aluminum sheet material and the interior will be painted with a
grey spatter type finish.
The vehicle will have single piece matting placed in the bottom of each compartment and the bottom of each
shelf. The matting will be PVC type or approved equal. The matting will be impervious to water or foam. The
matting will afford some amount of protection for the floor finish and keep objects from direct contact with the
shelving and compartment floor. The matting will allow water to flow to any drains or lowermost part of the
compartment floor.
REAR ACCESS LADDER
There will be a sturdy vertical ladder attached the rear of the vehicle and centered to provide access to the roof.
The ladder will have a folding design so the lower most section can be stowed out of the way. The folding section
will have a positive latching system with latches on both sides to keep the ladder safely in place. The ladder will
be round grip material.
HANDRAILS
There will be extruded aluminum slip-resistant handrails or guardrail at all steps,walkways, and elevated
workstations.
RUNNING BOARDS, STEPS,WALKWAYS AND TOWING DEVICES
Running boards, step surfaces, ladder rungs,walkways, and catwalks will have antiskid treads. Stainless steel
scuff plates will be installed on bottom lip of all compartments and in heavy use areas of cab door frames.
Two (2)towing hooks/eyes with shackles will be attached directly to the frame rails at the front and rear of the
vehicle.
3 of 31
2417
REAR ENGINE ACCESS DOORS
Walk-in access to the engine, cooling system and electrical components will be provided on each side of the
vehicle by large swing-out style doors made of light weight fiberglass material. The doors will be opened with a
latch handle large enough for a gloved hand to grasp.When open, the doors will lock in place and unlocking will
be done by a latch inside the compartment opening. When the door swings open, a sturdy aluminum step will
swing out from under the vehicle. When the doors closes, the step will swing back in place under the vehicle. The
step surface will be grip type. An audible alarm will activate in the cab when doors are opened and vehicle is
placed in gear.
UPPER LEFT SIDE COMPARTMENT
There will be an air hose reel provided in the upper left-side compartment mounted to the floor equipped with 200
ft. (60 m) of 0.50 in. (12.7 mm) I.D. hose. A 0.375 in. (9.6 mm)NPT fitting and female style quick disconnect
will be connected to the end of the hoseline. A four-way roller guide will be provided for the hose reel to prevent
the hose from chafing and kinking. The hoseline will be equipped with a rubber ball stop to prevent the hose
from pulling through on the roller guides during rewind operations. The hose reel will have a 24-volt DC electric
rewind motor and provisions for manual rewind. The manual rewind handle will be securley stored near the hose
reel. A pressure protected air supply from the chassis air system will be connected to the hose reel. The air
supply lines will be routed with minumum bends and located or guarded from damage.
A heavy duty step will be provided inside the front left-side lower compartment which will manually tilt down
and drop into place for access to the upper left-side compartment.
UPPER RIGHT SIDE COMPARTMENT
There will be one (1) tilt-down slide-out tray provided in the upper right-side compartment.
A heavy duty step will be provided inside the front right-side lower compartment which will manually tilt down
and drop into place for access to the upper right-side compartment.
LOWER LEFT SIDE COMPARTMENT
There will be a dual agent hose reel for dry chemical and water/foam mounted in the left-side compartment
equipped with 100 ft. (30 m) of 1.00 in. (25 mm) dual agen twinned booster hose. The hose reel will be swing-
out type with a lock to keep the reel in place at 45 and 90 degrees. The hose reel will be equipped with a 24-volt
DC electric rewind motor and manual rewind provisions.
The "Hydro-Chem" nozzle will be capable of discharging 60 gpm (227 1pm)of water/foam solution and 7 pps
(2.3 - 3.2 kgs.per second)of dry chemical with a minimum range of 80 ft. (24 m). Charging of the dry chemical
tank and engaging of the water pump will be activated in the cab. Blow down controls will be provided at the
4of31
2418
reel.Roller guides will be provided at the sides and bottom of the hose reel to assure ease of deployment when
hose is taken off the reel. A tension device will be installed to prevent the unreeling of the hose.
RIGHT FRONT COMPARTMENT
There will be one (1)height-adjustable roll-out shelf mounted in the lower portion and one (1) fixed roll-out shelf
mounted in the upper portion of the lower right front compartment. The shelves will be able to lock in place when
deployed. The shelves will have a single latch bar to lock and unlock.
RIGHT REAR COMPARTMENT
There will be one (1)height-adjustable roll-out shelf mounted in the lower right rear compartment. The shelf will
be able to lock in place when deployed. The shelf will have a single latch bar to lock and unlock.
MANUALS
OPERATOR'S MANUAL
One (1)hard copy and one (1) digital copy will be provided.
SERVICE AND MAINTENANCE MANUAL
One (1)hard copy and one (1) digital copy will be provided.
PARTS MANUAL
One (1)hard copy and one (1) digital copy will be provided.
Warranty
The contractor shall provide a One-year warranty as a minimum.
1. Base vehicle—One year
2. Engine—Four years
3. Transmission—Five years
4. Suspension system—Five years
5. Water Pump—Five years
6. Water/Foam Tank—Lifetime
The warranty statement shall include the following:
1. Manufacturer's obligations
2. Duration of warranty period
3. Warranty procedure
4. Disclaimers
On-site Training (Ten-8 Provided)
At time of delivery the successful bidder shall provide a factory-trained technician, from the manufacturers'
headquarters, to perform the following:
5 of 31
2419
• Post-delivery inspection of the finished vehicle
• Prepare vehicle for service
• Complete final adjustments to all operating systems
• Conduct operator familiarization training for each shift of operators
• Conduct basic maintenance familiarization training for the maintenance staff
Pre-Construction Conference (Ten-8 Provided)
Factory Inspection Visit(Ten-8 Provided)
Chassis Manufacturer Certification
Chassis manufacturer shall be ISO 9001 certified for the production of heavy trucks. Claims of self-certification
programs are self serving and are not acceptable for this procurement activity. Third parry verification is required
given the import and scope of the equipment and the purchaser's equipment procurement program. Certification
documentation of chassis manufacturer compliance with 9001 FROM AN ACCREDITED THIRD PARTY is
required in the bid package. Bids not including this documentation will be deemed not acceptable.
6 of 31
2420
EXHIBIT B
callmi'laff. kkanroo 112ouply w5i'.d.'
Ow 0 k'Job W 224 e 41M
n&W W:102025 101010 AI II
N' to Cvwndt Type OFfion CNIR 0"t-mohm Ovainfity Custalrear Price Comensaft
311:2=25 Delaked 7MV1 15'1 Pwormed.1--rind4w.Ptiffrery.200'(%0gvn)x 11 75`i4". oTq MT lis IPk ftff1w.FP N 4 S',40
3112Q025 kmw:l 700:40V :."rasrhwir Pamary 125 gpruv 1473 1rm)WYrvy y $3,59209
Wl2n.025 Changed X0031121 Crresstllsy.P"Wrialy,121 gpm(473 Iran;'WTqwv $1 M36
wl W2025 changod 760142 f cratrAlay Prixvlwry.17$gPM(-4711PrvN)wT7'my a 155
3d1 22025 Dsedod 7000132 F'reewrieLt 14arldline Sacorw9my,206 tpluri)x I 75"PiS,nei)Y,M KdQI25gj:=(4731prriYEFP r, $4 As P,*q
33I2l2VA Added 7°0f W4 Crimirl"sommiory $3.257.06
311=011fy Changed 709'I'MM4 CywWay Smindary,1:25 glarn(471 IrgrF wffrwr 1 $1 D58.36
3120025 f.:Ihangrrd 7003044 Cmmlay Surandary,125 gprn(473 Ipmii mWTray 1 $91511441
IPW2025 DOwtod T930515 hlotiNmidod �.waNLqpftlinde i to' "I
3120,21025 A4000 ?DWSIG Sesl,I oftInsodo SCBA,NwAoistebia Fixod Man Slide,Mny 1 $2.009.92
N: pl9wd 70007'25 No U;n;er Lvidw 1 $2"'PO ii'
&202025 Palthint ff=392 Loddaq RA lulpaaa4ed,Roof.A*4,ih,04ahotr 900-A.24,RW I $2.91 S.W
'W2012on,Added 135 Chb Comer Com,We Flat 9 5410.02
W.W.PW5 Deleted P00792 Roar 8NN D**" Sm"'D Down,WIh Step A ue-0 LvIphys 0%76
14,'020215 Added 7MS52 Fear"Dimrs pollup 11mm Wih Stop A Level Ughiz 1 $15,749.74
3QCYIM25 Dowled 7(,M7'W Side WeAlygMs.24VOC J1,90 SImakov 72W 9.)LH&0.3 POt I V rw 91
3acy2025'MANA 7lM448 91da Wivikloolnis,24VIDC RbDd'.W"(702mrn;E-Swhim,(2)J-4 tit f,21 RH 1 $11 694.43
3)2=025 DpWlid 704.7.100 Whom Calf,RowfthIs 21hrrx";(ZI Whelan planar PICHq4 .ED-i0l 14ce,ring 1 !0,245 64
3c20V20.25 AdWM 700103 I,Jghfiuvg„Csk 1:40*d4his ZIA=C,X)FRO ME;i,EID R.,Ik rRkmno I w 707 95
N'20=5 Bakited ANX755 Rear Wnrkligift,24VI.')r ('I JVV Speakag 721,47 LED 1 !$gas 81
=012025 Added 7W40 Lb9nng,Raw WwkAgon M:2�14V Rgid land I V F Series LED 1 $3.513.02
30.=02.11 rMiefird 70OW410 Cars Wwler!Fill a 5"f I Ill rmI NSFi I Y',z`I,Wk Chem 2 62536 76
3=2025 Added 702w76 Cato Water Fa,",5'11127 mm),Slurz.Adapter&Cap YdCnoied Cable 1 $4"23
=W025 Added 7000108 Soozzle,Tp Dry Chenvcal System,RSO $1 1,888.BG Total I*#HRET Cry Chem adds
312=025 Dehiled 70w860 E,kbap No.-Ak A30,whrig(NASP)Colva 6411',q5�$16.4=19 to The lab-(Nations moded
:4P=202S Added 70M,864 WINarris myfirachom 1,brr Air Aspitaigng(NASPji Scorpnr, r S9,CV9 76 am highlNghlifird in hifir
S20,329AS
Customer Contingency (I slarkyl
CHANGE ORDER AMOUNT DUE AFTER FINAL $16,329.95
By rdpinfaig this lam,tl do hereby authorize dw memsedifing space Dealer to caparchates the changes,rhddlflmhs,and deledlims board on the graveading pajols)for ths,prices keed an each change mack.I
understand and agora that any adifikkims or changes that wers,not pen of do attitude contract may adversely Impact Cho tolmdupol connotation of the appoadows,If the scheduled commission in sciences,On
Plasma addhanized Cooper WNM me"you of such a change at the thim,this change Is firmistanard.I continued and agrals,Flat arms this change request Is signed,R becaress,part ofthe olgined consent
Customer Signalumn
hes Representative Signature:
2421