117
SASKATCHEWAN TWIN-CITY TENDER TENDER INFORMATION PACKAGE TWO (2) TME CUSTOM FIRE PUMPERS

TENDER INFORMATION PACKAGE TWO (2) TME CUSTOM FIRE

Embed Size (px)

Citation preview

SASKATCHEWAN

TWIN-CITY TENDER

TENDER

INFORMATION

PACKAGE

TWO (2) TME

CUSTOM FIRE

PUMPERS

Twin-City Fire Department Pumper Tender - 2013 Page 2

TABLE OF CONTENTS

1.0 INVITATION TO TENDER ................................. Page 3

2.0 INSTRUCTION TO BIDDERS ................................. Page 4

BID FORM .......................................... Page 5

3.0 TERMS AND CONDITIONS .......................................... Page 7

4.0 PREPARTION OF TENDERS ................................. Page 8

5.0 SUBMISSION OF TENDERS ................................. Page 9

6.0 SHIPPING AND DELIVERY INSTRUCTIONS ............... Page 10

7.0 FORMATION OF CONTRACT ................................. Page 10

8.0 SUPPLEMENTARY CONDITIONS ........................ Page 11

9.0 VENDER EVALUATION ......... ................................. Page 14

10.0 TENDOR EVALUATION .......................................... Page 16

11.0 MANUFACTURER SPECIFICATIONS ........................ Page 20

12.0 CHASSIS SPECIFICATIONS ................................. Page 22

13.0 PUMP HOUSE SPECIFICATIONS ........................ Page 78

14.0 BODY SPECIFICATIONS ......... ................................. Page 94

15.0 OVERALL VEHICLE DIMENSIONS ........................ Page 109

16.0 OPTIONAL EQUIPMENT ......... ................................. Page 110

Twin-City Fire Department Pumper Tender - 2013 Page 3

1.0 INVITATION TO TENDER

The City of North Battleford and the City of Swift Current, hereinafter referred to

as “the Cities”, invite tenders for the provision of two (2) Top Mount Enclosed

(TME) Pumper Fire Apparatus. Tenders shall be submitted in duplicate and

must be marked “TWIN-CITY FIRE DEPARTMENT PUMPER TENDER” and

submitted on or before 2 pm CST, Thursday, August 1, 2013, to:

Jerry Hildebrandt

Manager of Purchasing

City of Swift Current

177 – 1st Avenue NE

Swift Current, Saskatchewan

S9H 2B1

Phone: 306-778-2713

Fax: 306-773-9386

Email: [email protected]

All tenders shall be opened at 2:05 pm, Thursday, August 1, 2013 and read

publicly in the office of the purchasing manager, 2074 South Service Road West,

Swift Current, SK. Bidders are invited to be present. Bidders of the successful

tender will be contacted and informed of their successful bid.

INSTRUCTIONS TO

BIDDERS

Twin-City Fire Department Pumper Tender - 2013 Page 4

2.0 INSTRUCTIONS TO BIDDERS

2.1 Bids must be submitted on the enclosed bid form to be considered in the

Cities review of acceptable bids.

2.2 Bids must be received in a sealed envelope marked “TWIN-CITY FIRE

DEPARTMENT PUMPER TENDER” to be considered.

2.3 The Bidder shall list on the Technical Specifications Sheets

provided, their compliance with, variations from, or exceptions to,

each item listed in the Technical Specifications of this Tender Call.

Variations or exceptions to the Technical Specifications will not

necessarily disqualify any bid from consideration by the Cities.

2.4 The Bidder shall provide the total price for the TME Pumper for each City

separately, as indicated on the bid form (enclosed).

2.5 The Bidder shall provide prices for the enclosed list of optional equipment,

all, some or none of which may be chosen to be purchased by any or all of

the Cities, the total price of said optional equipment will be included in the

final invoice of the apparatus.

2.6 A Bidder may wish to submit more than one bid, each of which should be

submitted separately in separate, sealed envelopes.

2.7 All bids shall be provided and stated in Canadian dollars ($ CDN).

2.8 Award will be based on several factors including price, quality of the

product, it’s conformity to the Technical Specifications, it’s suitability to the

operating conditions in the Cities, qualifications of the bidder, delivery

terms, and guarantee and warrantee provisions.

2.9 The Cities reserve the right to reject any or all Bids, to waive the

informality of any Bid, to accept in whole of in part such Bid or Bids as

may be deemed to be in the best interests of the Cities.

2.10 There are no trade-ins to be considered in this Tender Call.

2.11 Should questions arise during the course of the Tender Call, contact:

Brian Wilson

Deputy Fire Chief

North Battleford Fire Department

902 – 104th Street

North Battleford, SK

S9A 1N2

Phone: 306-445-1778

Fax: 306-445-1785

Email: [email protected]

Denis M. Pilon

Fire Chief

Swift Current Fire Department

236 Chaplin Street East

Swift Current, SK

S9H 5B2

Phone: 306-778-2760

Fax: 306-778-9191

Email:[email protected]

Between the hours of 8:00 AM to 5:00 PM CST, Monday to Friday

Twin-City Fire Department Pumper Tender - 2013 Page 5

BID FORM

TWIN-CITY FIRE DEPARTMENT PUMPER TENDER

We ____________________________________________________________ (Company Name)

of _____________________________________________________________ (Business Address)

having examined the documents to this proposal and completed the Technical Specifications

submission form; hereby offer, in accordance with said specifications and standard instructions

to bidders, to enter into a contract to supply two (2) TME Pumper Fire Apparatus to the Cities of

North Battleford and Swift Current as follows:

Chassis Manufacturer ____________________________

Chassis Model ____________________________

Chassis Year Manufactured ____________________________

Engine Manufacturer ____________________________

Engine Model ____________________________

Engine Year ____________________________

Engine Horsepower ____________________________

Transmission Manufacturer ____________________________

Transmission Model ____________________________

Transmission Year ____________________________

Pump Manufacturer ____________________________

Pump Model ____________________________

PUMP ULC Rated Capacity ____________________________

North Battleford (Truck #1 )TOTAL $__________________

Swift Current (Truck #2) TOTAL $__________________

Tender must be quoted in Canadian Funds, which price does not include G.S.T. or P.S.T. or

disbursements. All prices given shall be effective for sixty (60) days from the date of closing the Call for

Tenders.

Twin-City Fire Department Pumper Tender - 2013 Page 6

BID FORM

TWIN-CITY FIRE DEPARTMENT PUMPER TENDER

DECLARATIONS:

We hereby declare that:

1. We agree to perform the work in compliance with the required completion schedule in the tender

documents;

2. No person, firm, or corporation other than the undersigned has any interest in this Tender or in

the proposed Contract for which this tender is made; and

3. The Tender is open for acceptance for a period of sixty (60) days from the date of Tender

Closing.

SIGNATURES:

Signed, sealed and submitted for and on behalf of:

Company: _____________________________________________________

(Name)

______________________________________________________

(Street Address or PO Box)

______________________________________________________

(City, Province, Postal Code)

Signature: _________________________________________________ (SEAL)

Name and Title: _________________________________________________ (Print or Type)

Date: at __________________________ this ______ day of

_______________, 2013.

NOTE: Where legal jurisdiction or owner requirement calls for proof of authority to execute this proposal,

proof of such authority in the form of a certified copy of a resolution naming the person or persons

in question as authorized to sign this Tender on behalf of the corporation or partnership shall be

attached.

CLEARLY MARK ON ENVELOPE – “TWIN-CITY FIRE DEPARTMENT PUMPER TENDER”

Twin-City Fire Department Pumper Tender - 2013 Page 7

3.0 TERMS AND CONDITIONS

3.1 The City of North Battleford, and City of Swift Current reserve the right to

amend or revise the Contract Documents prior to the date set for the

closing of the Invitation to Tender. Prospective bidders will be informed of

all changes.

3.2 The submission of a bid shall be conclusive evidence that the bidder has

carefully examined the invitation to tender documents and any

amendments and/or revisions pursuant to Section 3.1 above.

3.3 Should a bidder find discrepancies in or omissions from the Invitation to

Tender, or should they be in doubt as to their meaning, they should at

once notify the Cities. The Cities may amend or revise the Invitation to

tender pursuant to 3.1.

3.4 There are no other agreements, undertakings, representations, or

understandings relating to the supply of the products other than the

Invitation to Tender. This means the Tender, the Terms and Conditions of

the Tender, Supplementary Conditions, Detailed

Description/Specifications, Bid Form and any revisions or amendments,

pursuant to Section 3.1 of the Terms and Conditions of the Tender. No

amendment of this agreement shall be effective unless it is in writing and

executed by all parties.

3.5 The signature on the Invitation to Tender of a duly authorized

representative of the company, partnership or sole proprietorship bidding

is a condition of acceptance.

3.6 Any contrary terms and conditions added to the Invitation to Tender or on

the bidder's own documents will deem that submission to be a counter

proposal. Such submissions may be subject to outright rejection and

bidders are cautioned to weigh carefully the consequences of contrary

terms or conditions.

3.7 The Cities reserve the right to accept any proposal submitted in

whole or in part or to reject any or all Tenders or to award the work in

one or more contracts and to waive any irregularities.

3.8 The obligations and rights of Tenderers shall be those expressed herein.

No terms either implied or verbally expressed, shall effect, restrict, or in

any way vary the written terms of this Invitation to Tender. Without

restricting the generality of the foregoing, no terms may be implied by

virtue of custom or usage.

3.9 The Cities shall have the right to evaluate competing tenders in

accordance with their own criteria for evaluation applied to the specific

Twin-City Fire Department Pumper Tender - 2013 Page 8

materials being tendered, whether or not such criteria has been expressly

related to bidders.

4.0 PREPARATION OF TENDERS

4.1 Each bidder shall specify, on the forms supplied by the Cities or duplicate of,

the price at which the bidder is offering to supply the items/service indicated.

The bidder shall type "YES" where indicated if the bidder offers to supply

the whole item/service.

4.2 If the bidder is meeting only a portion of the item, or is offering an alternative,

type "EXCEPTION" in the response section and explain the exception. Any

exception or variation in construction, performance or items of equipment,

between this (Purchaser's specification and Bidder's proposal) shall be

detailed and submitted on a separate sheet(s) along with the Bidder's

Proposal in bid sequence, and citing page number and paragraph.

4.3 If the bidder is not meeting the specifications or not providing the item, type

"NO" in the response column.

4.4 Minor exceptions from given dimensions which do not compromise quality or

performance will not be reason to eliminate bidder’s submission.

4.5 An exception will not eliminate the bidder from being successful as long as

there is an exception noted that can be evaluated.

4.6 Prices listed for the products shown should be net of tax and should not

include Goods and Services Tax or the Provincial Education and Health Tax.

4.7 Cartage – Truck #1, North Battleford – TME FIRE TRUCK – to be delivered

FOB City of North Battleford Fire Department, 902-104th Street, North

Battleford, Saskatchewan, unless otherwise specified.

Cartage – Truck #2, Swift Current – TME FIRE TRUCK – to be delivered

FOB Swift Current Fire Department, 236 Chaplin Street East, Swift Current,

Saskatchewan, unless otherwise specified.

4.8 All products and services must meet all current Provincial, Federal,

Municipal, CMVSS, etc. standards and if any defects are found all costs

involved to correct the problem will be borne by the quoting firm.

Twin-City Fire Department Pumper Tender - 2013 Page 9

5.0 SUBMISSION OF TENDER

5.1 Telecommunication bids will be accepted if received by closing of the

proposal. Bidder must immediately confirm the bids in writing. The Cities

assume no risk or responsibility whatsoever that any fax or email will be

received and shall not be liable to any tenderer if for any reason a fax or

email is not properly received.

5.2 A bidder may withdraw their tender provided a written withdrawal, signed by

a person authorized to sign tenders, is delivered to the address stated in

Section 1.0 before closing of the tender.

5.3 All tenders will be opened and read publicly in the office or place of address

stated in 1.0 shortly after the closing of the tender. Bidders are invited to be

present.

6.0 SHIPPING AND DELIVERY INSTRUCTIONS

6.1 Shipments to be made only on an order being placed by an authorized

staff member of each City. A local Purchase Order Number or Standing

Purchase Order Number will indicate the list of products or service

required, and will indicate the name and location of each City Department

to which the delivery is to be made.

6.2 Supplier to mail invoices in duplicate only to the address identified on the

Purchase Order. A packing slip outlining quantity and name of products

must be provided at the point and time of delivery.

6.3 The Goods and Services Tax is to be shown separately on all invoices.

Fire trucks are Provincial Sales Tax Exempt.

7.0 FORMATION OF CONTRACT

7.1 By submitting a bid, the bidder agrees that the price shall be open for

acceptance by each City for a period of 60 days after the date on which

the tenders are to be opened.

7.2 Each City may accept a tender by issuing their own Purchase Order

Number to the successful bidder and thereby establish a contract for the

supply and delivery of the product/service on the terms and conditions set

forth in the documents as specified in the Bid Form.

7.3 Failure to comply with the terms and conditions of the tender will result in

the successful bidder being notified of a breach of contract. The

successful bidder will be allowed ten (10) days to rectify this breach of

contract.

Twin-City Fire Department Pumper Tender - 2013 Page 10

7.4 Failure to rectify the breach of contract within the time specified in 8.3 may

result in the termination of the contract.

8.0 SUPPLEMENTARY CONDITIONS

8.1 Notwithstanding any other requirements, the apparatus shall meet the

requirements contained in the Canadian Motor Vehicle Safety Standards,

and applicable Provincial requirements. A copy of the company’s

Department of Transport Ministerial Authorization to use and apply the

National Safety Mark and a copy of the National Safety Mark shall

accompany the tender.

8.2 The apparatus shall be built and tested to the NFPA 1901, Standard for

Automotive Fire Apparatus, (Latest Edition), and all pertinent appendices.

The unit when delivered shall be listed and bear the label of the

Underwriter's Laboratories of Canada (ULC).

8.3 All items and materials used in the construction of the apparatus shall be

new and of products that resist corrosion and wear. The Design and

Construction of all elements of the vehicle and/or equipment shall be such

that the stresses imposed through normal use and normal shock loads at

maximum engine torque shall not cause rupture, permanent deformation

or undue wear on any of the elements.

8.4 The following print manuals shall be supplied at the time of delivery of the

apparatus to each of the Cities:

Two (2) operation/service/overhaul manuals for chassis.

Two (2) operation/service/overhaul manuals for the pump.

Two (2) operation/service/overhaul manuals for engine.

Two (2) operation/service/overhaul manuals for transmission.

Two (2) operation/service/overhaul manuals for 110-volt power

plant.

Two (2) complete manuals covering the special components.

Two (2) electric schematics specific to the engine and apparatus

body.

Two (2) complete wiring diagrams of the color coded wiring harness for the body.

Two (2) engineered as-built construction drawings showing all

installed equipment and information pertinent to the finished truck.

All/any manuals or information that is provided for accompanying

equipment.

Twin-City Fire Department Pumper Tender - 2013 Page 11

All documentation for miscellaneous components and accessories

such as the power plant, lighting etc. shall be neatly organized in a

three ring binder.

8.5 In addition to the print manuals listed in 9.4, two (2) CDs/DVDs containing electronic copies of the same manuals shall be supplied at the time of delivery. The CD manual(s) shall include a troubleshooting guide complete with recommended daily, weekly and annual maintenance procedures.

8.6 When not specifically listed, materials shall be of the best quality for the

purpose of commercial practice. Materials shall be free of all defects and

imperfections that might affect serviceability of the finished product.

8.7 Any exception or variation in construction, performance or items of

equipment, between this (Purchaser’s specification and Bidder’s tender)

shall be detailed and submitted on a separate sheet(s) along with the

Bidder’s Tender in bid sequence and citing page number and paragraph.

8.8 Drawings for approval and blueprints with all details therein must be

furnished with the bidder’s proposal.

8.9 Payment for the chassis will be due upon arrival of the chassis at the

manufacturing plant. Full payment will be made within 45 days after the

receiving City Fire Department has accepted delivery of their apparatus.

The Fire Department will accept delivery of the apparatus only after it has

been tested by the Department and found to be in good working order.

Keeping or storing the apparatus in any building owned or occupied by

any City during the test period will NOT constitute acceptance of delivery

of the apparatus.

8.10 The apparatus shall be delivered by the bidder within 365 calendar days,

or twelve months, from the date of award of contract, with all equipment

specified F.O.B.:

Truck #1, North Battleford – TME FIRE TRUCK – City of North

Battleford Fire Department, 902-104th Street, North Battleford,

Saskatchewan, unless otherwise specified.

Truck #2, Swift Current – TME FIRE TRUCK – Swift Current Fire

Department, 236 Chaplin Street East, Swift Current, Saskatchewan,

unless otherwise specified.

8.11 Bidder must submit a firm delivery time of said apparatus with his bid.

Quoting number of days after receipt of all components is unacceptable.

A deduction of $200.00 per day will be made for each day over and above

the quoted delivery date. The penalty will also apply if the unit is delivered

and rejected, until the unit is returned properly adjusted. The preceding

penalty may be waived at the discretion of the Chief of the receiving Fire

Department.

Twin-City Fire Department Pumper Tender - 2013 Page 12

8.12 The apparatus shall be delivered to each Fire Department by a fully

qualified technician for acceptance testing and training. The technician

shall present training to all four (4) platoons during their regular shifts so

as to not cause the Cities any overtime wage expenses.

8.13 The successful bidder shall be responsible for ALL EXPENSES incurred in

the delivery of the chassis from the chassis manufacturing plant to the

body manufacturing plant.

8.14 The successful bidder shall be responsible for ALL EXPENSES incurred in

the delivery of the completed unit from the manufacturer's plant to each

Fire Department.

8.15 The successful bidder shall be responsible for insurance for the drive from

the manufacturer's plant to each Fire Department

8.16 The overall size and weight of the finished apparatus is critical to each

Fire Department. The bidder shall list all compartment sizes, overall

length, width, height, wheelbase and fully loaded weight of the apparatus

with its bid.

8.17 The supplied chassis must include the Original Equipment Manufacturer’s

current heavy-duty components. The intent is to ensure the longevity,

reliability, safety and comfort for the anticipated life of the chassis and

apparatus.

8.18 Modifications to the chassis shall be permitted only if approved by the

Original Equipment Manufacturer. Failure to comply with this specification

shall be cause for immediate and absolute rejection of the apparatus by

the Cities.

8.19 All inquiries concerning the bid shall be directed to the persons listed in

Article 2.11.

8.20 The manufacturer shall supply a complete list of warranties that would

apply to this apparatus. The manufacturer shall state all warranty

arrangements and conditions, such as who is responsible for delivery of

the apparatus for warranty work. The warranty on the apparatus shall

include 100% replacement parts at no cost to the Cities and shall cover

the complete apparatus and all parts thereof against defects of

workmanship, construction and material for one (1) year from effective

date of acceptance and:

The body shall be warranted against structural defects for a period

of ten (10) years from acceptance.

The Apparatus manufacturer shall provide a 100% full 10-year paint

and lifetime corrosion perforation warranty. This warranty shall

cover paint peeling, cracking, blistering, and corrosion provided the

Twin-City Fire Department Pumper Tender - 2013 Page 13

vehicle is used in a normal and reasonable manner. UV fade shall

be covered for a minimum of 7 years.

The engine and transmission shall be warranted for a period of five

(5) years from acceptance.

The pump warranty shall be a minimum of two (2) years from

acceptance.

Booster tank shall have a lifetime warranty with field repair at the

customer’s location if ever required.

The chassis shall have a warranty for a minimum period of two (2)

years from the date of delivery to each receiving City.

8.21 Following acceptance of the trucks, the bidder shall conduct four quarterly

inspections at each apparatus location to correct, adjust and/or repair

defective parts and material. These inspections shall occur in the first

year at no cost to the Cities.

8.22 At the expense of the manufacturer(s), representatives from each of the

involved manufacturers (Chassis – Body) shall meet with representatives

from each Fire Department at the Swift Current Fire Department prior to

production of the apparatus (pre-construction meeting).

8.23 After delivery of the chassis and before construction of the apparatus, and

at the expense of the manufacturer, two representatives from each Fire

Department shall meet with factory representatives at the factory of the

successful bidder.

8.24 Prior to painting, and at the expense of the manufacturer, two

representatives of each Fire Department shall meet with factory

representatives at the factory of the successful bidder.

8.25 Prior to delivery, and at the expense of the manufacturer, two

representatives of each Fire Department shall meet with factory

representatives at the factory of the successful bidder.

8.26 Each inspection shall consist of all Cities being present at the same time

to inspect all apparatus during the same visit.

8.27 The construction shall be scheduled such that both trucks enter and leave

the assembly line in consecutive order so that all of the previous

inspections can be conducted concurrently.

8.28 It is the responsibility of the bidder to review all of the bidding

requirements. Failure of the bidder to be acquainted with this information

shall not relieve the bidder from any obligations of the bid requirements.

Twin-City Fire Department Pumper Tender - 2013 Page 14

9.0 VENDOR QUALIFICATIONS

9.1 The vendor shall carry general liability insurance in the amount of at least

$10,000,000. The insurance policy shall be issued by a broker and

underwritten by an insurance company authorized to conduct business in

Canada. A certificate of insurance shall accompany the vendors bid.

9.2 The vendor shall be certified by the Canadian Welding Bureau (CWB) or

American Welding Society (AWS) in the appropriate standards. A

certificate of proof of certification shall accompany the vendors bid.

9.3 The vendor shall ensure that all certification tests are conducted by a third

party accredited by the Standards Council of Canada to certify that they

are manufacturing apparatus in compliance with NFPA and/or ULC

requirements. A certificate verifying the third party is accredited shall

accompany the vendors bid.

9.4 The vendor shall have on staff, professional engineers with experience in

the design and construction of fire apparatus. These engineers shall have

expertise in vehicle electronics and electrical systems, pumps and

plumbing, vehicle structural design and testing, air brake systems, and

body design. Proof of membership in the Association of Professional

Engineers for the province in which the truck is being built shall

accompany the vendors bid.

9.5 The vendor shall be registered with Transport Canada with authorization

to affix a National Safety Mark at their manufacturing facility. Proof of the

authorization and a copy of the National Safety Mark shall accompany the

vendors bid.

9.6 The Vendor shall have a documented quality management system that

tracks the apparatus through all stages of construction from initial order to

the final delivery. Proof of a quality control program shall accompany the

vendors bid.

9.7 The vendor shall build apparatus in compliance with the Underwriters’

Laboratories of Canada (ULC). Documentation of the most recent

investigation by the ULC shall accompany the vendors bid. The finished

truck shall be ULC Listed in accordance with the most recent edition of

CAN/ULC-S515.

9.8 The vendor shall have been in the business of manufacturing similar

custom fire apparatus for a period of not less than ten (10) years. The

vendor shall provide a list of similar style trucks manufactured, along with

the contact information for the purchaser, during the previous 10 years.

9.9 The manufacturer shall perform all cutting of openings in panels by means

of laser cutting. This shall include openings for control levers, meters,

Twin-City Fire Department Pumper Tender - 2013 Page 15

lights, door handles, valves, inlets, and outlets. The type of cutting

machine used by the manufacturer shall included in the bid.

9.10 The vendor shall include with the bid a list of the proposed personnel who

will be assigned to the project. The list shall include their name, title, and

years of experience.

9.11 The vendor shall conduct a High Tech Drive Line Analysis to analyse the

performance of all drive lines. Proof of the ability to conduct these tests

shall accompany the vendors bid.

9.12 The vendor shall make available an audited financial statement which

indicates financial stability and the ability to manufacture the vehicle and

provide warranty and service over the life of the apparatus.

9.13 The vendor shall provide a “24 hour, 7 day per week” emergency parts

and service toll free telephone number. This phone number shall be listed

on a separate statement included in the bid package, along with the

contact name, business name, address, and phone number of the local

service agency, which will service the vehicle after being placed in service.

9.14 The service agency shall be capable of performing all required service

work and shall have at their disposal the ability to have any required

subcontracting work, such as engine, transmission, etc., work performed

on behalf of the apparatus manufacturer.

10.0 TENDER EVALUATION

10.1 The tenders shall be jointly evaluated by a team made up of two members

of each Fire Department and one member of the municipal purchasing

department from each of the Cities.

10.2 The evaluation will consist of two parts, product evaluation and vendor

evaluation.

10.3 The product evaluation shall evaluate the chassis and the body against

the specifications. This section will evaluate the design, features and

products offered by the bidder as well as any alternates offered by the

bidder. This section will also evaluate warrantees on various sections of

the apparatus and the quality of construction.

10.4 The vendor evaluation will qualify the vendor as acceptable to the Cities of

North Battleford and Swift Current to construct and supply the tendered

fire trucks. This section will evaluate time in business, quality control

programs, methodology, after market service and support, and

engineering.

10.5 An evaluation matrix that will be used sets an importance index of 1 to 3

based on how important that item is to the Cities of North Battleford and

Twin-City Fire Department Pumper Tender - 2013 Page 16

Swift Current. Vendors are graded on each item with a score of 0, 3, 7, or

10 based on the quality of the information provided in their bid.

10.6 Below is the evaluation matrix:

Twin-City Fire Department Pumper Tender - 2013 Page 17

Pumper-Rescue Tender Evaluation Guide

Imp

ort

ance

Ind

ex

Gra

de

0

No appreciable Offer

1 Has some value 3

Less than satisfactory (Does not meet Spec)

2 Very Important 7

Satisfactory (Meets Minimum Spec)

3 Mandatory Requirement 10 Superior (Exceeds Spec)

Item

Imp

ort

an

ce In

de

x

Gra

de

To

tal

= G

rad

e X

In

de

x

Po

ssib

le M

axim

um

Statement of Work

Chassis

Make, Model & Year 3 0 30

Axle Weight Capacities 3 0 30

Cab Style 2 0 20

Seats 3 0 30

Chassis Compartments 1 0 10

Multiplex System 3 0 30

Engine 3 0 30

Transmission 3 0 30

PTO 3 0 30

Pump Provisions 3 0 30

Brake System 3 0 30

Wheelbase 2 0 20

Warning Devices 3 0 30

Glass 2 0 20

Climate Control 3 0 30

Interior Trim 1 0 10

Electrical 3 0 30

Scene Lights 3 0 30

Statement of Chassis score 0 470

Twin-City Fire Department Pumper Tender - 2013 Page 18

Body

Total Vehicle Size (Length/Height) 3 0 30

Body Frame 3 0 30

Compartments 3 0 30

Doors 3 0 30

SCBA Bottle Storage 2 0 20

Hose beds, speed lays, crosslays 2 0 20

Electrical 3 0 30

Lighting 3 0 30

Emergency Lighting 3 0 30

Generator 3 0 30

Light Tower 3 0 30

Painting & Finishing 2 0 20

Ladders 2 0 20

Tools and Equipment 2 0 20

Water Tank 3 0 30

Statement of Body score 0 400

Pump House

Construction 3 0 30

Heating/Cooling systems 2 0 20

Pump 3 0 30

Control Panel 3 0 30

Pressure Governor 3 0 30

Plumbing 3 0 30

Foam System 3 0 30

Statement of Pump House score 0 200

Warranty

Body Frame 3 0 30

Painting & Finishing 3 0 30

Engine 3 0 30

Transmission 3 0 30

Pump 3 0 30

Booster Tank 3 0 30

Chassis 3 0 30

Statement of Warranty score 0 210

Twin-City Fire Department Pumper Tender - 2013 Page 19

Vendor Qualifications

Insurance - $10,000,000 minimum 3 0 30

CWB or AWS Welding 3 0 30

Third Party Inspections 3 0 30

Engineering 3 0 30

National Safety Mark 3 0 30

Quality Management System 3 0 30

ULC Compliance 3 0 30

Years in Business - 10yr Minimum 3 0 30

Laser Cutting 2 0 20

Personnel 3 0 30

Drive Line Analysis 3 0 30

Audited Financial Statements 2 0 20

24/7 Parts and Service 3 0 30

Statement of Vendor Qual. score 0 370

Schedule

Pre-Construction Meeting 3 0 30

Chassis Inspection Meeting 3 0 30

Pre-Paint Inspection 3 0 30

Pre-Delivery Inspection 3 0 30

Delivery Dates 3 0 30

Statement of Schedule score 0 150

Cost

Price 0 0

0 0

0 0

Statement of Cost 0 0

RFT Rating

Total Score 0 1800

Total Price 0

DESCRIPTIONException

Yes No

11.1 CARRYING CAPACITY PLATE

11.1.1 A warning label shall be provided in the cab within sight

of the driver stating the seating capacity of the cab/crew

cab.

11.1.2 Another warning label shall be provided in the cab within

sight of the driver that the occupants must be seated

and belted.

11.2 VEHICLE DIMENSION PLATE

11.2.1 A warning label shall be provided in the cab within sight

of the driver stating the following apparatus dimensions

11.2.2 Height and length in standard and metric

measurements.

11.2.3 Gross vehicle weight rating in pounds and kilograms.

11.3 PRIMING SYSTEM LABEL

11.3.1 The priming system shall be marked with a label to

indicate proper operation.

11.4 PUMP OPERATION WARNING LABEL

11.4.1 There shall be a warning label mounted on the pump

operator‟s panel that states the following:

"Warning: Death or serious injury might occur if proper

operating procedures are not followed. The pump

operator as well as individuals connecting supply or

discharge hoses to the apparatus must be familiar with

water hydraulics hazards and component limitations."

11.5 DIELECTRIC VOLTAGE TESTING

11.5.1 The wiring and permanently connected devices and

equipment shall be subject to a dielectric voltage

withstand test of 900 volts for one minute. The testing

shall be performed after all body work has been

completed. The electric polarity of all permanently wired

equipment, cord reels, and receptacles shall be tested

to verify that wiring connections have been properly

made.

11.6 FLUID CAPACITY AND TYPE LABEL

A permanent label shall be provided and shall state the

type and quantity of all fluids used in the vehicle

(minimum):Engine Oil

Engine Coolant

Chassis Transmission

Drive Axle Fluid

Pump Gear Case

Primer Lubricant (If Applicable)

11.7REQUIREMENTS OF THE APPARATUS

MANUFACTURER

11.7.1 The manufacturer of the apparatus must be fully owned

and managed by a Parent Company, Corporation,

Partnership, or is a company 100% held in North

America.

MEETS

SPECS

SECTION 11 - MANUFACTURERS SPECIFICATIONS

11.6.1

Twin-City Fire Department Pumper Tender - 2013 Page 20

DESCRIPTIONException

Yes No

MEETS

SPECS

All chassis, pumps and major components must be

manufactured in North America and must be able to

supply parts for an emergency vehicle within 48 hours.

Proposals from any manufacturer that is fully or

partially owned and/or operated by a Foreign

Company, Corporation, Partnership, or that is a

company under any type of ownership partnership,

or any similar type of agreement will be rejected

immediately and their bid disqualified.

11.8 ENGINEERING DRAWINGS

11.8.1 Engineering drawings shall be submitted to the

purchaser prior to commencement of the manufacturing

process.

11.8.2 These drawings shall show at a minimum the front, left,

right, rear and top views of the vehicle, as it will look at

the time of completion.

11.8.3 A copy of these drawings shall be signed and returned

to the apparatus manufacturer and become part of the

vehicle contract.

11.8.4 An additional engineering drawing shall be submitted to

the purchaser of the pump operator's panel prior to

commencement of the manufacturing process.

11.8.5 There shall be additional "As Built” electrical layout

drawings of the body supplied upon delivery of the

completed unit. These drawings only apply to the wiring

layout of the manufacturer's body.

11.7.2

Twin-City Fire Department Pumper Tender - 2013 Page 21

DESCRIPTIONException

Yes No

MEETS

SPECS

12.1 MODEL

12.1.1 The chassis shall be a Spartan Gladiator model. The

cab and chassis shall include design considerations for

multiple emergency vehicle applications, rapid transit

and maneuverability. The chassis shall be manufactured

for heavy duty service with the strength and capacity to

support a fully laden apparatus, one hundred (100)

percent of the time. (OR EQUIVALENT)

12.2 MODEL YEAR

12.2.1 The chassis shall have a vehicle identification number

that reflects a 2013 (or later) model year.

12.3 COUNTRY OF SERVICE

12.3.1 The chassis shall be put in service in the country of

Canada (CAN).

12.3.2 The chassis will meet applicable Canadian Technical

Standards Document per Canadian Motor Vehicle

Safety Regulations as clarified in the incomplete vehicle

document which accompanies each chassis.  Spartan

Chassis is not responsible for compliance to provincial,

regional, or local regulations.  Dealers should identify

those regulations and order any necessary optional

equipment from Spartan Chassis or their OEM needed

to be in compliance with those regulations.

12.4 APPARATUS TYPE

12.4.1 The apparatus shall be a pumper vehicle designed for

emergency service use which shall be equipped with a

permanently mounted fire pump which has a minimum

rated capacity of 1250 imperial gallons per minute (5683

L/min). The apparatus shall include a water tank and

hose body whose primary purpose is to combat

structural and associated fires.

12.5 VEHICLE TYPE

12.5.1 The chassis shall be manufactured for use as a straight

truck type vehicle and designed for the installation of a

permanently mounted apparatus behind the cab. The

apparatus of the vehicle shall be supplied and installed

by the apparatus manufacturer.

12.6 AXLE CONFIGURATION

12.6.1 The chassis shall feature a 4 x 2 axle configuration

consisting of a single rear drive axle with a single front

steer axle.

12.7 GROSS AXLE WEIGHT RATINGS FRONT

12.7.1 The front gross axle weight rating (GAWR) of the

chassis shall be no less than 20,000 pounds.

12.7.2 This front gross axle weight rating shall be adequate to

carry the weight of the completed apparatus including all

equipment and personnel.

12.8 GROSS AXLE WEIGHT RATINGS REAR

12.8.1 The rear gross axle weight rating (GAWR) of the

chassis shall be no less than 27,000 pounds.

SECTION 12 - CHASSIS SPECIFICATIONS

Twin-City Fire Department Pumper Tender - 2013 Page 22

DESCRIPTIONException

Yes No

MEETS

SPECS

12.8.2 This rear gross axle weight rating shall be adequate to

carry the weight of the completed apparatus including all

equipment and personnel.

12.9 PUMP PROVISION

12.9.1 The chassis shall include provisions to mount a drive

line pump in the middle of the chassis, behind the cab,

more commonly known as the midship location.

12.10 CAB STYLE

12.10.1 The cab shall be a custom, fully enclosed, LFD model

with a 24.00 inch raised roof over the driver, officer, and

crew area, designed and built specifically for use as an

emergency response vehicle by a company specializing

in cab and chassis design for all emergency response

applications. The cab shall be designed for heavy-duty

service utilizing superior strength and capacity for the

application of protecting the occupants of the vehicle.

12.10.2 The cab shall incorporate a fully enclosed design with

side wall roof supports, allowing for a spacious cab area

with no partition between the front and rear sections of

the cab. To provide a superior finish by reducing welds

that fatigue cab metal; the roof, the rear wall and side

wall panels shall be assembled using a combination of

welds and proven industrial adhesives designed

specifically for aluminum fabrication for construction.

12.10.3 The cab shall be constructed using multiple aluminum

extrusions in conjunction with aluminum plate, which

shall provide proven strength and the truest, flattest

body surfaces ensuring less expensive paint repairs if

needed. All aluminum welding shall be completed to the

American Welding Society and ANSI D1.2-96

requirements for structural welding of aluminum.

12.10.4 All interior and exterior seams shall be sealed for

optimum noise reduction and to provide the most

favorable efficiency for heating and cooling retention.

12.10.5 The cab shall be constructed of 5052-H32 corrosion

resistant aluminum plate. The cab shall incorporate

tongue and groove fitted 6061-T6 0.13 & 0.19 inch thick

aluminum extrusions for extreme duty situations. A

single formed, one (1) piece extrusion shall be used for

the “A” pillar, adding strength and rigidity to the cab as

well as additional roll-over protection. The cab side walls

and lower roof skin shall be 0.13 inch thick; the rear wall

and raised roof skins shall be 0.09 inch thick; the front

cab structure shall be 0.19 inch thick.

12.10.6 The exterior width of the cab shall be 99.40 inches wide

with a minimum interior width of 91.00 inches. The

overall cab length shall be 144.60 inches with 67.50

inches from the centerline of the front of the axle to the

back of the cab.

Twin-City Fire Department Pumper Tender - 2013 Page 23

DESCRIPTIONException

Yes No

MEETS

SPECS

12.10.7 The cab interior shall be designed to afford the

maximum usable interior space and attention to

ergonomics with hip and legroom while seated which

exceeds industry standards. The crew cab floor shall be

flat across the entire walking area for ease of movement

inside the cab.

12.10.8 The cab shall offer an interior height of 57.50 inches

from the front floor to the headliner and a rear floor to

headliner height of 79.00 inches in the raised roof area,

at a minimum. The cab shall offer an interior

measurement at the floor level from the rear of the

engine tunnel to the rear wall of the cab of 63.38 inches.

All interior measurements shall include the area within

the interior trimmed surfaces and not to any unfinished

surface.

12.10.9 The cab shall include a driver and officer area with two

(2) cab doors large enough for personnel in full

firefighting gear. The front doors shall offer a clear

opening of 40.25 inches wide X 53.50 inches high, from

the cab floor to the top of the door opening. The cab

shall also include a crew area with up to two (2) cab

doors, also large enough for personnel in full firefighting

gear. The rear doors shall offer a clear opening of 32.25

inches wide X 71.00 inches high, from the cab floor to

the top of the door opening.

12.10.10 The cab shall incorporate a progressive two (2) step

configuration from the ground to the cab floor at each

door opening. The progressive steps are vertically

staggered and extend the full width of each step well

allowing personnel in full firefighting gear to enter and

exit the cab easily and safely.

12.10.11 The first step for the driver and officer area shall

measure approximately 10.25 inches deep X 31.13

inches wide. The intermediate step shall measure

approximately 8.38 inches deep X 32.13 inches wide.

The height from the first step to the intermediate step

and the intermediate step to the cab floor shall not

exceed 11.00 inches.

12.10.12 The first step for the crew area shall measure

approximately 10.38 inches deep X 20.44 inches wide.

The intermediate step shall measure approximately

10.20 inches deep X 21.00 inches wide. The height

from the first step to the intermediate step and the

intermediate step to the cab floor shall not exceed 12.80

inches.

Twin-City Fire Department Pumper Tender - 2013 Page 24

DESCRIPTIONException

Yes No

MEETS

SPECS

12.11 CAB FRONT FASCIA

12.11.1 The front cab fascia shall be the Evolution style,

constructed of lightweight, impact resistant fiberglass

reinforced plastic which shall be attached to the front

cab skin to offer an appealing exterior. The cab fascia

will encompass the front of the aluminum cab structure

from the bottom of the windshield to the lower section of

the cab.

12.11.2 The fascia shall include modules for two (2) single

Hi/Low beam headlamps, the modules shall also provide

a turn signal position integrated with the headlight bezel.

The headlight bezel shall be removable, when removed

there shall be easy access for maintenance of the light

assemblies as well as access to the engine air intake

ember separator, the electrical bulkhead connections,

and the transmission electronic communications

module. Stylized louvers are incorporated into the

design of the fascia to enhance air flow to the cooling

system.

12.11.3 A provision for access to check engine oil and topping

up of windshield washer fluid without having to lift the

cab shall be provided.

12.11.4 The Evolution fascia shall also provide two (2) warning

light positions below each of the headlamp modules for

the installation of up to four (4) warning lights on the

front cab fascia.

12.12 FRONT GRILLE

12.12.1 The fascia shall include a fixed stainless steel raised

front grille. The grille shall be installed on the front of

the cab fascia.

12.13 CAB UNDERCOAT

12.13.1 There shall be a rubberized undercoating applied to the

underside of the cab that provides abrasion protection,

sound deadening and corrosion protection.

12.14 CAB SIDE DRIP RAIL

12.14.1 There shall be a drip rail along the top radius of each

cab side. The drip rails shall help prevent water from

the cab roof running down the cab side.

12.15 CAB PAINT MANUFACTURER

12.15.1 The cab shall be painted with PPG Industries paint.

12.16 CAB PAINT EXTERIOR

12.16.1 The cab shall be painted prior to the installation of glass

accessories and all other cab trim to ensure complete

paint coverage and the maximum in corrosion protection

of all metal surfaces.

12.16.2 All metal surfaces on the entire cab shall be ground by

disc to remove any surface oxidation or surface debris

which may hinder the paint adhesion. Once the surface

is machine ground a high quality acid etching of base

primer shall be applied. Upon the application of body

fillers and their preparation, the cab shall be primed with

a coating designed for corrosion resistance and surface

paint adhesion. The maximum thickness of the primer

coat shall be 2.00 mils.

Twin-City Fire Department Pumper Tender - 2013 Page 25

DESCRIPTIONException

Yes No

MEETS

SPECS

12.16.3 The entire cab shall then be coated with an intermediate

solid or epoxy surfacing agent that is designed to fill any

minor surface defects, provide an adhesive bond

between the primer and the paint and improve the color

and gloss retention of the color. The finish to this

procedure shall be a sanding of the cab with 360 grit

paper, the seams shall be sealed with SEM brand seam

sealer and painted with two (2) to four (4) coats of an

acrylic urethane type system designed to retain color

and resist acid rain and most atmospheric chemicals

found on the fire ground or emergency scene.

12.16.4 The cab shall then be painted with the upper and lower

colors specifically designated by the customer with a

minimum thickness of two 2.00 mils of paint, followed by

a clear top coat not to exceed 2.00 mils. The entire cab

shall then be baked at 180 degrees for one (1) hour to

speed the curing process of the coatings.

12.17 CAB EXTERIOR PAINT COLOR

12.17.1 The cab paint color shall be PPG FBCH 71663 Red.

12.18 (intentionally left blank - not applicable)

12.19 (intentionally left blank - not applicable)

12.20 (intentionally left blank - not applicable)

12.21 CAB PAINT WARRANTY

12.21.1 The cab and chassis shall be covered by a limited

manufacturer paint warranty which shall be in effect for

ten (10) years from the first owner‟s date of purchase or

in service or the first 100,000 actual miles, whichever

occurs first.

12.22 CAB PAINT INTERIOR

12.22.1 The visible interior cab structure surfaces shall be

painted with a Zolatone #20-72 silver gray texture finish.

12.23 CAB ENTRY DOORS

12.23.1 The cab shall include four (4) entry doors, two (2) front

doors and two (2) crew doors designed for ease of

entering and egress when outfitted with an SCBA. The

doors shall be constructed of extruded aluminum with a

nominal thickness of 0.13 inch. The exterior skins shall

be constructed of 0.13 inch aluminum plate.

12.23.2 The doors shall include a double rolled style automotive

rubber seal around the perimeter of each door frame

and door edge which ensures a weather tight fit.

12.23.3 All door hinges shall be hidden within flush mounted cab

doors for a pleasing smooth appearance and perfect fit

along each side of the cab. Each door hinge shall be

piano style with a 0.38 inch pin and shall be constructed

of stainless steel.

12.24 CAB ENTRY DOOR TYPE

12.24.1 All cab entry doors shall be full length in design to fully

enclose the lower cab steps.

Twin-City Fire Department Pumper Tender - 2013 Page 26

DESCRIPTIONException

Yes No

MEETS

SPECS

12.25 LH EXTERIOR REAR COMPARTMENT

12.25.1 The cab shall offer an exterior compartment on the left

side of the cab behind the rear door. The compartment

opening shall be 10.00 inches wide X 21.19 inches high.

The compartment size shall be 11.34 inches wide X

21.19 inches high X 21.19 inches deep. The

compartment shall have a 10.63 inch wide, 32.00 inch

high and 1.50 inch thick hinged box pan style flush

mount door with a bright aluminum tread plate inner

panel and a bent D-ring slam latch. There shall be a

switch to activate a light inside the compartment and the

open compartment warning light in the cab in the event

the door is left ajar.

12.26LEFT HAND EXTERIOR REAR COMPARTMENT

LIGHTING

12.26.1 There shall be one (1) SoundOff Signal brand LED strip

light installed to illuminate the exterior rear compartment

on the left side of the cab. The strip light shall be 10.00

inches long and shall include three (3) bright white Gen3

LEDs.

12.27 LH EXTERIOR COMPARTMENT INTERIOR FINISH

12.27.1 The interior of the left hand exterior compartment shall

have a DA sanded finish.

12.28 RH EXTERIOR REAR COMPARTMENT

12.28.1 The cab shall offer an exterior compartment on the right

side of the cab behind the rear door. The compartment

opening shall be 10.00 inches wide X 21.19 inches high.

The compartment size shall be 11.34 inches wide X

21.19 inches high X 21.19 inches deep. The

compartment shall have a 10.63 inch wide, 32.00 inch

high and 1.50 inch thick hinged box pan style flush

mount door with a bright aluminum tread plate inner

panel and a bent D-ring slam latch. There shall be a

switch to activate a light inside the compartment and the

open compartment warning light in the cab in the event

the door is left ajar.

12.29RIGHT HAND EXTERIOR REAR COMPARTMENT

LIGHTING

12.29.1 There shall be one (1) SoundOff Signal brand LED strip

light installed to illuminate the exterior rear compartment

on the right side of the cab. The strip light shall be 10.00

inches long and shall include three (3) bright white Gen3

LEDs.

12.30 RH EXTERIOR COMPARTMENT INTERIOR FINISH

12.30.1 The interior of the right hand exterior compartment shall

have a DA sanded finish.

12.31 REAR CAB ROOF MODIFICATION

12.31.1 The standard cab roof and rear wall shall be modified.

The upper rear portion of the cab shall include a full

width X 23.00 inch deep X 31.25 inch high canopy

extension which extends from the 24.00 inch raised roof

out away from the cab to house the top mount pump

panel. The extension shall be constructed of Marine

Grade 5052-H32, 0.09 inch thick aluminum.

Twin-City Fire Department Pumper Tender - 2013 Page 27

DESCRIPTIONException

Yes No

MEETS

SPECS

12.32 PUMP PANEL CUTOUT

12.32.1 The rear wall of the cab shall include a cut out which

allows for the pump panel of the apparatus body to

protrude into the cab providing an enclosed operation

area within the cab. The cutout shall be 70.00 inches

wide and 25.50 inches tall from the bottom of the pump

panel hood extension.

12.32.2 The rear cab wall weld area shall have an additional trim

strip installed.

12.33 CAB STRUCTURAL WARRANTY

12.33.1 The cab structure shall be warranted for a period of ten

(10) years or one hundred thousand (100,000) miles

which ever may occur first. Warranty conditions may

apply and shall be listed in the detailed warranty

document that shall be provided upon request.

12.34 CAB TEST INFORMATION

12.34.1 The cab shall have successfully completed the preload

side impact, static roof load application and frontal

impact without encroachment to the occupant survival

space when tested in accordance with Section 4 of SAE

J2420 COE Frontal Strength Evaluation Dynamic

Loading Heavy Trucks, Section 5 of SAE J2422 Cab

Roof Strength Evaluation Quasi –Static Loading Heavy

Trucks and ECE R29 Uniform Provisions Concerning

the Approval of Vehicles with regard to the Protection of

the Occupants of the Cab of a Commercial Vehicles

Annex 3 Paragraph 5.

12.34.2 The above tests have been witnessed by and attested to

by an independent third party. The test results were

recorded using cameras, high speed imagers,

accelerometers and strain gauges. Documentation of

the testing shall be provided at the time of delivery.

12.35 ELECTRICAL SYSTEM

12.35.1 The chassis shall include a single starting electrical

system which shall include a 12 volt direct current

Weldon brand of multiplexing system, suppressed per

SAE J551. The wiring shall be appropriate gauge cross

link with 311 degree Fahrenheit insulation. All SAE

wires in the chassis shall be color coded and shall

include the circuit number and function where possible.

The wiring shall be protected by 275 degree Fahrenheit

minimum high temperature flame retardant loom. All

nodes and sealed Deutsch connectors shall be

waterproof.

12.36 APPARATUS WIRING PROVISION

12.36.1 An apparatus wiring panel shall be installed in the center

dash area behind the rocker switch panel which shall

include eight (8) open circuits consisting of three (3) 20

amp, one (1) 30 amp, three (3) 10 amp, and one (1) 15

amp circuit, with relays and breakers with trigger wires

which shall be routed to the rocker switch panel.

Twin-City Fire Department Pumper Tender - 2013 Page 28

DESCRIPTIONException

Yes No

MEETS

SPECS

12.37 MULTIPLEX DISPLAY

12.37.1 The multiplex electrical system shall include (2) Weldon

Vista IV displays with interactive touchscreens. The

displays shall be located one (1) on the right side of the

dash in the switch panel and one (1) on the left side of

the dash in the switch panel. The Vista IV displays shall

feature full color LCD touchscreens. The display shall

include a message bar displaying the time of day and

important messages requiring acknowledgement by the

user on the top of the screen in the order they are

received. There shall be eight (8) push button virtual

controls, four (4) on each side of the display in addition

to the touchscreen virtual controls, for the on-board

diagnostics. The display screens shall be video ready

for back-up cameras, thermal cameras, and DVD.

12.37.2 The Vista IV displays shall offer varying fonts and

background colors. The displays shall be fully

programmable to the needs of the customer and shall

offer virtually infinite flexibility for screen configuration

options.

12.38 DATA RECORDING SYSTEM

The chassis shall have a Weldon Vehicle Data

Recorder (VDR) system installed. The system shall be

designed to meet NFPA 1901 and shall be integrated

with the Weldon Multiplex electrical system. The

following information shall be recorded:Vehicle Speed & Engine Speed

Acceleration & Deceleration

Engine Thorttle Position

ABS Event

Seat Occupied Status & Seat Belt Status

Master Optical Warning Device Switch Position

Time & Date

12.38.2 Each portion of the data shall be recorded at the

specified intervals and stored for the specified length of

time to meet NFPA 1901 guidelines and shall be

retrievable by connecting a laptop computer to the VDR

system.

12.39 ACCESSORY POWER

12.39.1 The electrical distribution panel shall include two (2)

power studs. The studs shall be size #10 and each of

the power studs shall be circuit protected with a fuse of

the specified amperage. One (1) power stud shall be

capable of carrying up to a 40 amp battery direct load.

One (1) power stud shall be capable of carrying up to a

15 amp ignition switched load. The two (2) power studs

shall share one (1) #10 ground stud.

12.40 AUXILIARY ACCESSORY POWER

12.40.1 An auxiliary ten (10) position blade type fuse panel shall

be installed behind the officer‟s seat. The fuse panel

shall be protected by a 40 amp fuse located behind the

switch panel in the cab. The panel shall be capable of

carrying up to a maximum 40 amp master switched load.

12.38.1

Twin-City Fire Department Pumper Tender - 2013 Page 29

DESCRIPTIONException

Yes No

MEETS

SPECS

12.41 EXTERIOR ELECTRICAL TERMINAL COATING

12.41.1 All terminals exposed to the elements will be sprayed

with a high visibility protective rubberized coating to

prevent corrosion.

12.42 CAB ENGINE TUNNEL

12.42.1 The cab interior shall include an integrated engine

tunnel constructed of 5052-H32 Marine Grade 0.19 of

an inch thick aluminum alloy plate. The tunnel shall be a

maximum of 46.50 inches wide X 29.00 inches high.

12.43 ENGINE

12.43.1 The chassis engine shall be a Cummins ISL9 engine.

The ISL9 engine shall be an in-line six (6) cylinder, four

cycle diesel powered engine. The engine shall offer a

rating of 450 horse power at 2100 RPM and shall be

governed at 2200 RPM. The torque rating shall feature

1250 foot pounds of torque at 1400 RPM with 543 cubic

inches (8.9 liter) of displacement.

12.43.2 The ISL9 engine shall feature a VGT™ Turbocharger, a

high pressure common rail fuel system, fully integrated

electronic controls with an electronic governor, and shall

be EPA certified to meet the 2010 emissions standards

using cooled exhaust gas recirculation and selective

catalytic reduction technology.

12.43.3 The engine shall include an engine mounted

combination full flow/by-pass oil filter with replaceable

spin on cartridge for use with the engine lubrication

system. The engine shall include Citgo brand Citgard

500, or equivalent SAE 15W40 CJ4 low ash engine oil

which shall be utilized for proper engine lubrication.

12.43.4 A wiring harness shall be supplied ending at the back of

the cab. The harness shall include a connector which

shall allow an optional harness for the pump panel. The

included circuits shall be provided for a tachometer, oil

pressure, engine temperature, hand throttle, high idle

and a PSG system. A circuit for J1939 data link shall

also be provided at the back of the cab.

12.44 DIESEL PARTICULATE FILTER CONTROLS

12.44.1 There shall be two (2) controls for the diesel particulate

filter. One (1) control shall be for regeneration and one

(1) control shall be for regeneration inhibit. The

regeneration inhibit switch shall include a guard.

12.45 ENGINE PROGRAMMING HIGH IDLE SPEED

12.45.1 The engine high idle control shall maintain the engine

idle at approximately 1250 RPM when engaged.

Twin-City Fire Department Pumper Tender - 2013 Page 30

DESCRIPTIONException

Yes No

MEETS

SPECS

12.46 ENGINE HIGH IDLE CONTROL

12.46.1 The vehicle shall be equipped with an automatic high-

idle speed control. It shall be pre-set so when activated,

it will operate the engine at the appropriate RPM to

increase alternator output. This device shall operate

only when the master switch is activated and the

transmission is in neutral with the parking brake set. The

device shall disengage when the operator depresses the

brake pedal, or the transmission is placed in gear, and

shall be available to manually or automatically re-

engage when the brake is released, or when the

transmission is placed in neutral. There shall be an

indicator on the Vista display and control screen for the

high idle speed control.

12.47ENGINE PROGRAMMING ROAD SPEED

GOVERNOR

12.47.1 The engine shall include programming which will govern

the top speed of the vehicle. The speed governor shall

be programmed so that at the time of delivery the

maximum speed of the vehicle shall not exceed 112

km/h.

12.48 AUXILIARY ENGINE BRAKE

12.48.1 The engine shall utilize a variable geometry turbo

(VGT). The VGT auxiliary engine brake shall be an

integral part of the turbo and shall offer a variable rate of

exhaust flow, which when activated shall slow the

engine and in turn slow the vehicle.

12.48.2 The VGT shall actuate the vehicle‟s brake lights when

engaged as an auxiliary brake. A cutout relay shall be

installed to disable the VGT when in pump mode or

when an ABS event occurs. The VGT engine brake

shall activate at a 0% accelerator throttle position when

in operation mode.

12.49 AUXILIARY ENGINE BRAKE CONTROL

An engine variable geometry turbo brake control device

shall be included. The electronic control device shall

monitor various conditions and shall activate the engine

brake only if all of the following conditions are

simultaneously detected: - A valid gear ratio is detected.

- The driver has requested or enabled engine

compression brake operation.

- The throttle is at a minimum engine speed position.

- The electronic controller is not presently attempting to

execute an electronically controlled final drive gear shift.

12.49.2 The variable geometry turbo brake shall be controlled

via a virtual button on the Vista display and control

screen. The multiplex system shall remember and

default to the last engine brake control setting when the

vehicle is shut off and re-started.

12.49.1

Twin-City Fire Department Pumper Tender - 2013 Page 31

DESCRIPTIONException

Yes No

MEETS

SPECS

12.50 ELECTRONIC ENGINE OIL LEVEL INDICATOR

12.50.1 The engine oil shall be monitored electronically and shall

send a signal to activate a warning in the instrument

panel when levels fall below normal. The warning shall

activate in a low oil situation upon turning on the master

battery and ignition switches without the engine running.

12.51 FLUID FILLS

12.51.1 The engine oil, coolant, transmission, and power

steering fluid fills shall be located under the cab. The

windshield washer fill shall be accessible through the

front left side mid step.

12.52 ENGINE DRAIN PLUG

12.52.1 The engine shall include an original equipment

manufacturer installed oil drain plug.

12.53 ENGINE BLOCK HEATER

12.53.1 A Kim Hotstart 1000 watt, 120 volt engine coolant heater

with automatic thermostat shall be installed. The block

heater shall be connected to the electrical inlet.

12.54 ENGINE WARRANTY

12.54.1 The Cummins engine shall be warranted for a period of

five (5) years or 100,000 miles, whichever occurs first.

12.55 REMOTE THROTTLE HARNESS

12.55.1 An apparatus interface wiring harness for the engine

shall be supplied with the chassis. The harness shall

include a connector for connection to the chassis

harness which shall terminate in the left frame rail

behind the cab for reconnection by the apparatus

builder.  The harness shall contain connectors for a Fire

Research In Control 300/400 pressure governor and a

multiplexed gauge.  Separate circuits shall be included

for pump controls, “Pump Engaged” and “OK to Pump”

indicator lights, open compartment ground, start signal,

park brake ground, ignition signal, master power,

customer ignition, air horn solenoid switch, high idle

switch and high idle indication light. The harness shall

be designed for a top mount pump panel.

12.55.2 An apparatus interface wiring harness shall also be

included which shall be wired to the cab harness

interface connectors and shall incorporate circuits with

relays to control pump functions.  This harness shall

control the inputs for the transmission lock up circuits,

governor/hand throttle controls and dash display which

shall incorporate “Pump Engaged” and “OK to Pump”

indicator lights.  The harness shall contain circuits for

the apparatus builder to wire in a pump switch.

12.56 ENGINE PROGRAMMING REMOTE THROTTLE

12.56.1 The engine ECM (Electronic Control Module) discreet

wire remote throttle circuit shall be turned off for use

with a J1939 based pump controller or when the

discreet wire remote throttle controls are not required.

12.57 ENGINE PROGRAMMING IDLE SPEED

The engine low idle speed will be programmed at 700

rpm.

Twin-City Fire Department Pumper Tender - 2013 Page 32

DESCRIPTIONException

Yes No

MEETS

SPECS

12.58 ENGINE FAN DRIVE

12.58.1 The engine cooling system fan shall incorporate a

thermostatically controlled, Horton clutched type fan

drive.

12.58.2 When the clutched fan is disengaged it shall facilitate

improved vehicle performance, cab heating in cold

climates, and fuel economy. The fan clutch design shall

be fail safe so that if the clutch drive fails the fan shall

engage to prevent engine overheating due to the fan

clutch failure.

12.59 ENGINE COOLING SYSTEM

12.59.1 There shall be a heavy-duty aluminum cooling system

designed to meet the demands of the emergency

response industry. The cooling system shall have the

capacity to keep the engine properly cooled under all

conditions of road and pumping operations. The cooling

system shall be designed and tested to meet or exceed

the requirements specified by the engine and

transmission manufacturer and all EPA requirements.

The complete cooling system shall be mounted to

isolate the entire system from vibration or stress. The

individual cores of the cooling system shall be mounted

in a manner to allow expansion and contraction at

various rates without inducing stress into the adjoining

cores.

12.59.2 The cooling system shall utilize a charge air cooler to

radiator serial flow package that provides the maximum

cooling capacity for the specified engine as well as

serviceability. The main components shall include a

surge tank, an air to air charge air cooler bolted to the

front of the radiator, recirculation shields, a shroud, a

fan, and required tubing.

12.59.3 The radiator shall be a down-flow design constructed

with aluminum cores, plastic end tanks, and a steel

frame. The radiator shall be equipped with a drain cock

to drain the coolant for serviceability.

12.59.4 The cooling system shall include a one piece injection

molded polymer eleven (11) blade fan with a fiberglass

fan shroud.

12.59.5 The cooling system shall be equipped with a surge tank

that is capable of removing entrained air from the

system. The surge tank shall be equipped with a low

coolant probe and sight glass to monitor the level of the

coolant. The surge tank shall have a dual seal cap that

meets the engine manufacturer's pressure

requirements, and allows for expansion and recovery of

coolant into a separate integral expansion chamber.

12.59.6 All radiator tubes shall be formed from aluminized steel

tubing. Recirculation shields shall be installed where

required to prevent heated air from reentering the

cooling package and affecting performance.

12.59.7 The charge air cooler shall be a cross-flow design

constructed completely of aluminum with cast tanks. All

charge air cooler tubes shall be formed from aluminized

steel tubing and installed with silicone hump hoses and

stainless steel “constant torque” style clamps meeting

the engine manufacturer‟s requirements.

Twin-City Fire Department Pumper Tender - 2013 Page 33

DESCRIPTIONException

Yes No

MEETS

SPECS

12.60 ENGINE COOLING SYSTEM PROTECTION

12.60.1 The engine cooling system shall include a recirculation

shield designed to act as a light duty skid plate below

the radiator to provide additional protection for the

engine cooling system from light impacts, stones, and

road debris.

12.61 ENGINE COOLANT

12.61.1 The cooling package shall include Extended Life

Coolant (ELC). The use of ELC provides longer

intervals between coolant changes over standard

coolants providing improved performance. The coolant

shall contain a 55/45 mix of ethylene glycol and de-

ionized water to keep the coolant from freezing to a

temperature of -40 degrees Fahrenheit.

12.61.2 Proposals offering supplemental coolant additives

(SCA) shall not be considered, as this is part of the

extended life coolant makeup.

12.62 ENGINE COOLANT FILTER

12.62.1 An engine coolant filter with a shut-off valve for the inlet

and outlet shall be installed on the chassis. The location

of the filter shall allow for easy maintenance.

12.62.2 Proposals offering engines equipped with coolant filters

shall be supplied with standard non-chemical type

particulate filters.

12.63 ELECTRONIC COOLANT LEVEL INDICATOR

12.63.1 The instrument panel shall feature a low engine coolant

indicator light which shall be located in the center of the

instrument panel. An audible tone alarm shall also be

provided to warn of a low coolant incident.

12.64 ENGINE PUMP HEAT EXCHANGER

12.64.1 A single bundle type coolant to water heat exchanger

shall be installed between the engine and the radiator.

The heat exchanger shall be designed to prohibit water

from the pump from coming in contact with the engine

coolant. This shall allow the use of water from the

discharge side of the pump to assist in cooling the

engine.

12.65 COOLANT HOSES

12.65.1 The cooling system hoses shall be silicone heater hose

with rubber hoses in the cab interior. The radiator hoses

shall be formed silicone coolant hoses with formed

aluminized steel tubing. All heater hose, silicone coolant

hose, and tubing shall be secured with stainless steel

constant torque band clamps.

12.66 ENGINE COOLANT OVERFLOW BOTTLE

12.66.1 A remote engine coolant overflow bottle shall be

provided in the case of over filling the coolant system.

The overflow bottle shall capture the expansion fluid or

overfill rather than allow the fluid to drain on the ground.

The overflow bottle provided on the cooling system shall

only be a catch bottle and shall not return excess

coolant back into the surge tank.

Twin-City Fire Department Pumper Tender - 2013 Page 34

DESCRIPTIONException

Yes No

MEETS

SPECS

12.67 ENGINE AIR INTAKE

12.67.1 The engine air intake system shall include an ember

separator air intake filter which shall be located in the

front of the cab behind the right hand side fascia. This

filter shall protect the downstream air filter from embers

using a combination of unique flat and crimped metal

screens constructed into a corrosion resistant steel

frame. This multilayered screen shall be designed to

trap embers or allow them to burn out before passing

through the pack, while creating only minimal air flow

restriction through the system. Periodic cleaning or

replacement of the screen shall be all that is required

after installation.

12.67.2 The engine shall also include an air intake filter which

shall be bolted to the frame and located under the front

of the cab on the right hand side. The dry type filter shall

ensure dust and debris safely contained inside the

disposable housing, eliminating the chance of

contaminating the air intake system during air filter

service via a leak-tight seal.

12.67.3 The air flow distribution and dust loading shall be

uniform throughout the high-performance filter cone

pack, which shall result in pressure differential for

improved horsepower and fuel economy. The air intake

shall be mounted within easy access via a hinged panel

behind the right hand side headlight module. The air

intake system shall include a restriction indicator light in

the warning light cluster on the instrument panel, which

shall activate when the air cleaner element requires

replacement.

12.68 ENGINE EXHAUST SYSTEM

12.68.1 The exhaust system shall include a diesel particulate

filter (DPF), a diesel oxidation catalyst, and a selective

catalytic reduction (SCR) catalyst to meet current EPA

standards. The selective catalytic reduction catalyst

utilizes a diesel exhaust fluid solution consisting of urea

and purified water to convert NOx into nitrogen, water,

and trace amounts of carbon dioxide. The solution shall

be injected into the system through the decomposition

tube between the DPF and SCR.

12.68.2 The system shall utilize 0.07 inch thick stainless steel

exhaust tubing between the engine turbo and the DPF.

Zero leak clamps seal all system joints between the

turbo and DPF.

12.68.3 The DPF, the decomposition tube, and the SCR canister

through the end of the tailpipe shall be connected with

zero leak clamps. The discharge shall terminate

horizontally on the right side of the vehicle ahead of the

rear tires.

12.68.4 The exhaust system shall be mounted below the frame

in the outboard position with the SCR canister in line

rearward of the DPF. The exhaust system canisters

shall be mounted using T-shaped drop down angle

brackets.

Twin-City Fire Department Pumper Tender - 2013 Page 35

DESCRIPTIONException

Yes No

MEETS

SPECS

12.69 DIESEL EXHAUST FLUID (DEF) TANK

12.69.1 The exhaust system shall include a molded cross linked

polyethylene tank for Diesel Exhaust Fluid (DEF). The

tank shall have a capacity of six (6) usable gallons and

shall be mounted on the left hand side of the chassis

frame behind the batteries below the frame.

12.69.2 The DEF tank shall be designed with capacity for

expansion in case of fluid freezing. Engine coolant,

which shall be thermostatically controlled, shall be run

through lines in the tank to help prevent the DEF from

freezing and to provide a means of thawing the fluid if it

should become frozen.

12.69.3 The tank fill tube shall be routed under the rear of the

cab with the fill neck and splash guard accessible in the

top rear step.

12.70 ENGINE EXHAUST ACCESSORIES

12.70.1 An exhaust temperature mitigation device shall be

shipped loose for installation by the body manufacturer

on the vehicle. The temperature mitigation device shall

lower the temperature of the exhaust by combining

ambient air with the exhaust gasses at the exhaust

outlet.

12.71 ENGINE EXHAUST WRAP

12.71.1 The exhaust tubing between the engine turbo and the

diesel particulate filter (DPF) shall be wrapped with a

thermal cover in order to retain the necessary heat for

DPF regeneration. The exhaust wrap shall also help

protect surrounding components from radiant heat which

can be transferred from the exhaust.

12.72 TRANSMISSION

12.72.1 The drive train shall include an Allison Gen IV-E model

EVS 3000 torque converting, automatic transmission

which shall include electronic controls. The

transmission shall feature two (2) 10-bolt PTO pads

located on the converter housing.

12.72.2 The transmission shall include two (2) internal oil filters

and Castrol TranSynd™ synthetic TES 295

transmission fluid which shall be utilized in the

lubrication of the EVS transmission. An electronic oil

level sensor shall be included with the readout located in

the shift selector.

12.72.3 The Gen IV-E transmission shall include prognostic

diagnostic capabilities. These capabilities shall include

the monitoring of the fluid life, filter change indication,

and transmission clutch maintenance.

The transmission gear ratios shall be:

1st 3.49:1

2nd 1.86:1

3rd 1.41:1

4th 1.00:1

5th 0.75:1

6th 0.65:1 (if applicable)

Rev 5.03:1

12.72.4

Twin-City Fire Department Pumper Tender - 2013 Page 36

DESCRIPTIONException

Yes No

MEETS

SPECS

12.73 TRANSMISSION MODE PROGRAMMING

12.73.1 The transmission, upon start-up, will automatically select

a four (4) speed operation. The fifth speed over drive

shall be available with the activation of the mode button

on the shifting pad.

12.74 TRANSMISSION FEATURE PROGRAMMING

12.74.1 The EVS group package number 127 shall contain the

198 vocational package in consideration of the duty of

this apparatus as a pumper. This package shall

incorporate an automatic neutral with selector override.

This feature commands the transmission to neutral

when the park brake is applied, regardless of drive

range requested on the shift selector. This requires re-

selecting drive range to shift out of neutral for the

override.

12.74.2 This package shall be coupled with the use of a split

shaft PTO and incorporate pumping circuits. These

circuits shall be used allowing the vehicle to operate in

the fourth range lockup while operating the pump mode

due to the 1 to 1 ratio through the transmission,

therefore the output speed of the engine is the input

speed to the pump. The pump output can be easily

calculated by using this input speed and the drive ratio

of the pump itself to rate the gallons of water the pump

can provide.

An eight (8) pin Delphi connector will be provided next to

the steering column connector. This will contain the

following input/output circuits to the transmission control

module.Func. ID Description Wire Assign.

C PTO Request 142

J Fire Truck Pump Mode (4th) 122 / 123

C Range Indicator 145 (4th)

G PTO Enable Output 130

Signal Return 103

12.75 TRANSMISSION SHIFT SELECTOR

12.75.1 An Allison pressure sensitive range selector touch pad

shall be provided and located to the right of the driver

within clear view and easy reach. The shift selector shall

provide a prognostic indicator (wrench symbol) on the

digital display between the selected and attained

indicators. The prognostics monitor various operating

parameters to determine and shall alert you when a

specific maintenance function is required.

12.76ELECTRONIC TRANSMISSION OIL LEVEL

INDICATOR

12.76.1 The transmission fluid shall be monitored electronically

and shall send a signal to activate a warning in the

instrument panel when levels fall below normal.

12.77TRANSMISSION PRE-SELECT WITH AUXILIARY

BRAKE

12.77.1 When the auxiliary brake is engaged, the transmission

shall automatically shift to second gear to decrease the

rate of speed assisting the secondary braking system

and slowing the vehicle.

12.74.3

Twin-City Fire Department Pumper Tender - 2013 Page 37

DESCRIPTIONException

Yes No

MEETS

SPECS

12.78 TRANSMISSION COOLING SYSTEM

12.78.1 The transmission shall include a water to oil cooler

system located in the cooling loop between the radiator

and the engine. The transmission cooling system shall

meet all transmission manufacturer requirements. The

transmission cooling system shall feature continuous

flow of engine bypass water to maintain uninterrupted

transmission cooling.

12.79 TRANSMISSION DRAIN PLUG

12.79.1 The transmission shall include an original equipment

manufacturer installed oil drain plug.

12.80 TRANSMISSION WARRANTY

12.80.1 The Allison EVS series transmission shall be warranted

for a period of five (5) years with unlimited mileage.

Parts and labor shall be included in the warranty.

12.81 LH PTO

12.81.1 A PTO shall be installed on the transmission by the

OEM.

12.82 LH PTO MODEL

12.82.1 A ten (10) bolt Muncie model CS41 or equivalent, heavy

duty transmission driven PTO shall be installed. The

clutched drive PTO is designed specifically for the

Allison world transmission and features a maximum

torque rating of 545 lb. ft.

12.83 PTO LOCATION

12.83.1 The transmission driven power take off (PTO) shall be

mounted in the 8:00 o‟clock position.

12.84 PTO CONTROL

12.84.1 The left hand power take off shall be controlled by the

transmission. It will use a virtual button on the Vista

display and control screen with text messages. Disable

is displayed when switch is off. Enable is displayed

when the switch is turned on. Active is displayed when

the switch is on with positive engagement of the power

take off. The PTO control shall also be linked with the

pump engaged circuit.

12.85 DRIVELINE

12.85.1 All drivelines shall be heavy duty metal tube and

equipped with Spicer 1710 series universal joints. The

shafts shall be dynamically balanced prior to installation

to alleviate future vibration. In areas of the driveline

where a slip shaft is required, the splined slip joint shall

be coated with Glide Coat®.

12.86 MIDSHIP PUMP / GEARBOX

12.86.1 A pump as specified shall be supplied by the apparatus

manufacturer and installed by the cab and chassis

manufacturer.

12.87 MIDSHIP PUMP / GEARBOX MODEL

12.87.1 The midship pump/gearbox provisions shall be for a

Hale QFLO Plus pump.

Twin-City Fire Department Pumper Tender - 2013 Page 38

DESCRIPTIONException

Yes No

MEETS

SPECS

12.88MIDSHIP PUMP LOCATION C/L SUCTION TO C/L

REAR AXLE

12.88.1 The midship pump shall be located so the dimension

from the centerline of the suction to the centerline of the

rear axle is as required by the OEM.

12.89 PUMP YOKES PROVIDER

12.89.1 The Hale pump yokes shall be provided by Spartan

Chassis. The yokes shall be 1710 companion type to

match the pump and the driveline series.

12.90 FUEL FILTER/WATER SEPARATOR

12.90.1 The fuel system shall have a Fleetguard FS1003 fuel

filter/water separator with a thermostatically controlled

integral heater as a primary filter. The fuel filter shall

have a drain valve.

12.90.2 An instrument panel lamp and audible alarm which

indicates when water is present in the fuel-water

separator shall also be included.

12.90.3 A secondary fuel filter shall be included as approved by

the engine manufacturer.

12.91 FUEL LINES

12.91.1 The fuel system supply and return lines installed from

the fuel tank to the engine shall be black textile braided

lines which are reinforced with braided high tensile steel

wire. The fuel lines shall connected with reusable steel

fittings.

12.92 FUEL SHUTOFF VALVE

12.92.1 A fuel shutoff valve shall be installed in the fuel draw line

at the primary fuel filter to allow the fuel filter to be

changed without loss of fuel to the fuel pump.

12.93 ELECTRIC FUEL PRIMER

12.93.1 Integral to the engine assembly is an electric lift pump

that serves the purpose of pre-filter fuel priming.

12.94 FUEL TANK

12.94.1 The fuel tank shall have a capacity of sixty-eight (68)

gallons and shall measure 35.00 inches in width X 17.00

inches in height X 29.00 inches in length. The baffled

tank shall be made of 14 gauge aluminized steel. The

exterior of the tank shall be painted with a PRP Corsol™

black anti-corrosive exterior metal treatment finish. This

results in a tank which offers the internal and external

corrosion resistance.

12.94.2 The tank shall have a vent port to facilitate venting to the

top of the fill neck for rapid filling without "blow-back"

and a roll over ball check vent for temperature related

fuel expansion and draw.

12.94.3 The tank is designed with dual draw tubes and sender

flanges. The tank shall have 2.00 inch NPT fill ports for

right or left hand fill. A 0.50 inch NPT drain plug shall be

centered in the bottom of the tank.

Twin-City Fire Department Pumper Tender - 2013 Page 39

DESCRIPTIONException

Yes No

MEETS

SPECS

12.94.4 The fuel tank shall be mounted below the frame, behind

the rear axle raised between 0.75 of an inch and 1.25

inches for an improved angle of departure. Two (2)

three-piece strap hanger assemblies with “U” straps

bolted midway on the fuel tank front and rear shall be

utilized to allow the tank to be easily lowered and

removed for service purposes. Rubber isolating pads

shall be provided between the tank and the upper tank

mounting brackets. Strap mounting studs through the

rail, hidden behind the body shall not be acceptable.

12.95 FUEL TANK FILL PORT

12.95.1 The fuel tank fill ports shall be provided with two (2) left

fill ports located one (1) in the forward position and one

(1) in the middle position and the right fill port located in

the middle position of the fuel tank.

12.96 FUEL TANK SERVICEABILTY PROVISIONS

12.96.1 The chassis fuel lines shall have additional length

provided so the tank can be easily lowered and removed

for service purposes. The additional 8.00 feet of length

shall be located above the fuel tank and shall be coiled

and secured. The fuel line fittings shall be pointed

towards the right side (curbside) of the chassis.

12.97 FRONT AXLE

12.97.1 The front axle shall be a Meritor Easy Steer Non drive

front axle, model number MFS-20. The axle shall

include a 3.74 inch drop and a 71.00 inch king pin

intersection (KPI). The axle shall include a conventional

style hub with a standard knuckle.

12.98 FRONT AXLE WARRANTY

12.98.1 The front axle shall be warranted by Meritor for two (2)

years with unlimited miles under the general service

application. Details of the Meritor warranty are provided

on the PDF document attached to this option.

12.99 FRONT WHEEL BEARING LUBRICATION

12.99.1 The front axle wheel bearings shall be lubricated with oil.

The oil level can be visually checked via clear inspection

windows in the front axle hubs.

12.100 FRONT SHOCK ABSORBERS

12.100.1 Two (2) Bilstein inert, nitrogen gas filled shock

absorbers shall be provided and installed as part of the

front suspension system. The shocks shall be a

monotubular design and fabricated using a special

extrusion method, utilizing a single blank of steel without

a welded seam, achieving an extremely tight peak-to-

valley tolerance and maintains consistent wall thickness.

The monotubular design shall provide superior strength

while maximizing heat dissipation and shock life.

12.100.2 The ride afforded through the use of a gas shock is

more consistent and shall not deteriorate with heat, the

same way a conventional oil filled hydraulic shock

would.

Twin-City Fire Department Pumper Tender - 2013 Page 40

DESCRIPTIONException

Yes No

MEETS

SPECS

12.100.3 The Bilstein front shocks shall include a digressive

working piston assembly allowing independent tuning of

the compression and rebound damping forces to provide

optimum ride and comfort without compromise. The

working piston design shall feature fewer parts than

most conventional twin tube and “road sensing” shock

designs and shall contribute to the durability and long

life of the Bilstein shock absorbers.

12.100.4 Proposals offering the use of conventional twin tube or

“road sensing” designed shocks shall not be considered.

12.101 FRONT SUSPENSION

12.101.1 The front suspension shall include a nine (9) leaf spring

pack in which the longest leaf measures 54.00 inch long

and 4.00 inches wide and shall include a military double

wrapped front eye. Both spring eyes shall have a case

hardened threaded bushing installed with lubrication

counter bore and lubrication land off cross bore with

grease fitting. The spring capacity shall be rated at not

less than 20,000 pounds.

12.102 STEERING COLUMN/ WHEEL

12.102.1 The cab shall include a Douglas Autotech steering

column which shall include a seven (7) position tilt, a

2.25 inch telescopic adjustment, and an 18.00 inch, four

(4) spoke steering wheel located at the driver‟s position.

The steering wheel shall be covered with black

polyurethane foam padding.

12.102.2 The steering column shall contain a horn button, self-

canceling turn signal switch, four-way hazard switch and

headlamp dimmer switch.

12.103 POWER STEERING PUMP

12.103.1 The hydraulic power steering pump shall be a TRW PS

and shall be gear driven from the engine. The pump

shall be a balanced, positive displacement, sliding vane

type.

12.104ELECTRONIC POWER STEERING FLUID LEVEL

INDICATOR

12.104.1 The power steering fluid shall be monitored

electronically and shall send a signal to activate an

audible alarm and visual warning in the instrument panel

when fluid level falls below normal.

12.105 FRONT AXLE CRAMP ANGLE

12.105.1 The chassis shall have a front axle cramp angle of 48-

degrees to the left and 44-degrees to the right.

12.106 POWER STEERING GEAR

12.106.1 The power steering gear shall be a TRW model TAS 85

with an assist cylinder.

12.107 CHASSIS ALIGNMENT

12.107.1 The chassis frame rails shall be measured to insure the

length is correct and cross checked to make sure they

run parallel and are square to each other. The front and

rear axles shall be laser aligned. The front tires and

wheels shall be aligned and toe-in set on the front tires

by the chassis manufacturer. The OEM shall be

responsible for a full alignment completed post build.

Twin-City Fire Department Pumper Tender - 2013 Page 41

DESCRIPTIONException

Yes No

MEETS

SPECS

12.108 REAR AXLE

12.108.1 The rear axle shall be a Meritor model RS-25-160 single

drive axle. The axle shall include precision forged, single

reduction differential gearing, and shall have a fire

service rated capacity of not less than 27,000 pounds.

12.108.2 The axle shall be built of superior construction and

quality components to provide the rugged dependability

needed to stand up to the fire industry‟s demands. The

axle shall include rectangular shaped, hot-formed

housing with a standard wall thickness of 0.63 of an inch

for extra strength and rigidity and a rigid differential case

for high axle strength and reduced maintenance.

12.108.3 The axle shall have heavy-duty Hypoid gearing for

longer life, greater strength and quieter operation.

Industry-standard wheel ends for compatibility with both

disc and drum brakes, and unitized oil seal technology

to keep lubricant in and help prevent contaminant

damage will be used.

12.109 REAR AXLE WARRANTY

12.109.1 The rear axle shall be warranted by Meritor for two (2)

years with unlimited miles under the general service

application. Details of the Meritor warranty are provided

on the PDF document attached to this option.

12.110 REAR AXLE DIFFERENTIAL LUBRICATION

12.110.1 The rear axle differential shall be lubricated with oil.

12.111 REAR WHEEL BEARING LUBRICATION

12.111.1 The rear axle wheel bearings shall be lubricated with oil.

12.112 VEHICLE TOP SPEED

12.112.1 The top speed of the vehicle shall be approximately 112

km/h +/-3 km/h at governed engine RPM.

12.113 REAR SUSPENSION

12.113.1 The single rear axle shall feature a Reyco 102AR air

suspension with a single air bag on each side attached

to a tapered forged drop leaf spring with one adjustable

and one fixed torque rod.

12.113.2 The suspension shall feature dual air height control

valves which shall be installed to ensure equal frame

height on both sides of the vehicle regardless of the

load. The suspension shall also include two premium

shock absorbers, one each side.

12.113.3 The rear suspension capacity shall be rated at not less

than 27,000 pounds to meet the rear axle rating

selected.

12.114 REAR SHOCK ABSORBERS

12.114.1 Shock absorbers shall be supplied by the suspension

manufacturer and installed on the rear axle suspension.

Twin-City Fire Department Pumper Tender - 2013 Page 42

DESCRIPTIONException

Yes No

MEETS

SPECS

12.115 FRONT TIRE

12.115.1 The front tires shall be Michelin 385/65R22.5 “L”

tubeless radial XFE regional tread.

12.115.2 The front tire stamped load capacity shall be 19,840

pounds per axle with a speed rating of 65 miles per hour

when properly inflated to 130 pounds per square inch.

12.115.3 The Michelin Tire Intermittent Service Rating load

capacity shall be 20,000 pounds per axle with a speed

rating of 75 miles per hour when properly inflated to 120

pounds per square inch. The Michelin Intermittent

Service Rating limits the operation of the emergency

vehicle to one (1) hour of loaded travel with a one (1)

hour cool down prior to another loaded run.

12.116 REAR TIRE

12.116.1 The rear tires shall be Michelin 12R-22.5 16PR "H"

tubeless radial XDN2 all-weather tread.

12.116.2 The rear tire stamped load capacity shall be 27,120

pounds per axle with a speed rating of 75 miles per hour

when properly inflated to 120 pounds per square inch.

12.116.3 The Michelin Tire Intermittent Service Rating load

capacity shall be 28,880 pounds per axle with a speed

rating of 75 miles per hour when properly inflated to 120

pounds per square inch. The Michelin Intermittent

Service Rating limits the operation of the emergency

vehicle to one (1) hour of loaded travel with a one (1)

hour cool down prior to another loaded run.

12.117 REAR AXLE RATIO

12.117.1 The rear axle ratio shall be 5.13:1.

12.118 TIRE PRESSURE INDICATOR

12.118.1 There shall be a voucher provided with the chassis for a

pop up style tire pressure indicator at each tire valve

stem. The indicator shall provide visual indication of

pressure in the specific tire.

12.118.2 The tire pressure indicators shall be redeemed upon the

vehicle manufacturer‟s receipt of the voucher for

installation by the customer.

12.119 FRONT WHEEL

12.119.1 The front wheels shall be Alcoa hub piloted, 22.50 inch

X 12.25 inch LvL One™ polished aluminum wheels.

The hub piloted mounting system shall provide easy

installation and shall include two-piece flange nuts. The

wheels shall feature one-piece forged strength and shall

include Alcoa‟s Dura-Bright®

finish with XBR technology

as an integral part of the wheel surface. Alcoa Dura-

Bright®

wheels keep their shine without polishing. Brake

dust, grime and road debris are easily removed by

simply cleaning the wheels with soap and water.

Twin-City Fire Department Pumper Tender - 2013 Page 43

DESCRIPTIONException

Yes No

MEETS

SPECS

12.120 REAR WHEEL

12.120.1 The rear wheels shall be Alcoa hub piloted, 22.50 inch X

8.25 inch LvL One™ aluminum wheels with a polished

outer surface and Alcoa Dura-Bright® wheel treatment

with XBR® technology as an integral part of the wheel.

The hub piloted mounting system shall provide easy

installation and shall include two-piece flange nuts.

12.121 WHEEL TRIM

12.121.1 The front wheels shall include stainless steel lug nut

covers and stainless steel baby moons. The baby

moons shall have cutouts for oil seal viewing when

applicable.

12.121.2 The rear wheels shall include stainless steel lug nut

covers and band mounted spring clip stainless steel

high hats.

12.121.3 The lug nut covers, baby moons, and high hats shall be

RealWheels®

brand constructed of 304L grade, non-

corrosive stainless steel with a mirror finish. Each wheel

trim component shall meet D.O.T. certification.

12.122 BRAKE SYSTEM

12.122.1 A rapid build-up air brake system shall be provided. The

air brakes shall include a two (2) air tank, three (3)

reservoir system with a total of 4152 cubic inch of air

capacity. A floor mounted treadle valve shall be

mounted inside the cab for graduated control of applying

and releasing the brakes. An inversion valve shall be

installed to provide a service brake application in the

unlikely event of primary air supply loss. All air

reservoirs provided on the chassis shall be labeled for

identification.

12.122.2 The rear axle spring brakes shall automatically apply in

any situation when the air pressure falls below 25 PSI

and shall include a mechanical means for releasing the

spring brakes when necessary. An audible alarm shall

designate when the system air pressure is below 60

PSI.

12.122.3 A four (4) sensor, four (4) modulator anti-lock braking

system (ABS) shall be installed on the front and rear

axles in order to prevent the brakes from locking or

skidding while braking during hard stops or on icy or wet

surfaces. This in turn shall allow the driver to maintain

steering control under heavy braking and in most

instances, shorten the braking distance. The electronic

monitoring system shall incorporate diagonal circuitry

which shall monitor wheel speed during braking through

a sensor and tone ring on each wheel. A dash mounted

ABS lamp shall be provided to notify the driver of a

system malfunction. The ABS system shall automatically

disengage the auxiliary braking system device when

required. The speedometer screen shall be capable of

reporting all active defaults using PID/SID and FMI

standards.

Twin-City Fire Department Pumper Tender - 2013 Page 44

DESCRIPTIONException

Yes No

MEETS

SPECS

12.122.4 Additional safety shall be accommodated through

Automatic Traction Control (ATC) which shall be

installed on the single rear axle. The ATC system shall

apply the ABS when the drive wheels loose traction.

The system shall scale the electronic engine throttle

back to prevent wheel spin while accelerating on ice or

wet surfaces.

12.122.5 A momentary rocker style switch shall be provided and

properly labeled “mud/snow”. When the switch is

pressed once, the system shall allow a momentary

wheel slip to obtain traction under extreme mud and

snow conditions. During this condition the ATC light and

the light on the rocker switch shall blink continuously

notifying the driver of activation. Pressing the switch

again shall deactivate the mud/snow feature.

12.122.6 The Electronic Stability Control (ESC) unit is a functional

extension of the electronic braking system. It is able to

detect any skidding of the vehicle about its vertical axis

as well as any rollover tendency. The control unit

comprises an angular-speed sensor that measures the

vehicle‟s motion about the vertical axis, caused, for

instance, by cornering or by skidding on a slippery road

surface. An acceleration sensor measures the vehicle‟s

lateral acceleration. The Controller Area Network (CAN)

bus provides information on the steering angle. On the

basis of lateral acceleration and steering angle, an

integrated microcontroller calculates a theoretical

angular speed for the stable vehicle condition.

12.123 FRONT BRAKES

12.123.1 The front brakes shall be Meritor EX225 Disc Plus disc

brakes with 17.00 inch vented rotors.

12.124 REAR BRAKES

12.124.1 The rear brakes shall be Meritor 16.50 inch X 7.00 inch

S-cam drum type. The brakes shall feature a cast iron

shoe.

12.125 PARK BRAKE

12.125.1 Upon application of the push-pull valve in the cab, the

rear brakes will engage via mechanical spring force.

This is accomplished by dual chamber rear brakes,

satisfying the FMVSS parking brake requirements.

12.126 PARK BRAKE CONTROL

12.126.1 A Meritor-Wabco manual hand control push-pull style

valve shall operate the parking brake system. The

control shall be yellow in color.

12.126.2 The parking brake actuation valve shall be mounted on

the center of the tunnel within easy access of both the

driver and officer positions.

12.127 REAR BRAKE SLACK ADJUSTERS

12.127.1 The rear brakes shall include Meritor automatic slack

adjusters installed on the axle which features a simple,

durable design offering reduced weight. The automatic

slack adjusters shall feature a manual adjusting nut

which cannot inadvertently be backed off and threaded

grease fittings for easy serviceability.

Twin-City Fire Department Pumper Tender - 2013 Page 45

DESCRIPTIONException

Yes No

MEETS

SPECS

12.128 REAR BRAKE DUST SHIELDS

12.128.1 The rear brakes shall be equipped with brake dust

shields.

12.129 AIR DRYER

12.129.1 The brake system shall include a Wabco System Saver

1200 air dryer with an integral 100 watt heater with a

Metri-Pack sealed connector. The air dryer incorporates

an internal turbo cutoff valve that closes the path

between the air compressor and air dryer purge valve

during the compressor "unload" cycle. The turbo cutoff

valve allows purging of moisture and contaminants

without the loss of turbo boost pressure. The air dryer

shall be located on the right hand frame rail forward of

the front wheel behind the right hand cab step.

12.130 FRONT BRAKE CHAMBERS

12.130.1 The front brakes shall be provided with MGM type 24

long stroke brake chambers.

12.131 REAR BRAKE CHAMBERS

12.131.1 The rear axle shall include TSE 30/36 brake chambers

which shall convert the energy of compressed air into

mechanical force and motion. This shall actuate the

brake camshaft, which in turn shall operate the

foundational brake mechanism forcing the brake shoes

against the brake drum. The TSE Type 36 brake

chamber has a 36.00 square inch effective area.

12.132 AIR COMPRESSOR

12.132.1 The air compressor provided for the engine shall be a

Wabco®

SS318 single cylinder pass-through drive type

compressor which shall be capable of producing 18.7

CFM at 1200 engine RPMs. The air compressor shall

feature a higher delivery efficiency translating to more

air delivery per horsepower absorbed. The compressor

shall include an aluminum cylinder head which shall

improve cooling, reduce weight and decrease carbon

formation. Superior piston and bore finishing technology

shall reduce oil consumption and significantly increasing

the system component life.

12.133 AIR GOVERNOR

12.133.1 An air governor shall be provided to control the cut-in

and cut-out pressures of the engine mounted air

compressor. The governor shall be calibrated to meet

FMVSS requirements. The air governor shall be

mounted to the right frame rail.

12.134 MOISTURE EJECTORS

12.134.1 Heated, automatic moisture ejectors with a manual drain

provision shall be installed on all reservoirs of the air

supply system. The manual drain provision shall include

an actuation pull cable coiled and tied at each drain

valve. The supplied cables when extended shall be

sufficient in length to allow each drain to be activated

from the side of the apparatus.

Twin-City Fire Department Pumper Tender - 2013 Page 46

DESCRIPTIONException

Yes No

MEETS

SPECS

12.135 AIR SUPPLY LINES

12.135.1 The air system on the chassis shall be plumbed with

color coded reinforced nylon tubing air lines. The

primary (rear) brake line shall be green, the secondary

(front) brake line red, the parking brake line orange and

the auxiliary (outlet) will be blue.

12.135.2 Brass compression type fittings shall be used on the

nylon tubing. All drop hoses shall include fiber

reinforced neoprene covered hoses.

12.136 AIR OUTLET CONNECTION

12.136.1 A quick release air outlet female connector shall be

provided for the use of auxiliary air tools and shipped

loose with air fittings for installation. The air outlet

connector shall be compatible with a Milton 787, Parker

Hannifin B13 or Meyers 54-410 connector.

12.137 PLUMBING AIR OUTLET CONNECTION

12.137.1 An air line for the shipped loose air outlet connection

shall be plumbed to the chassis auxiliary air system

reservoir. A 15.00 foot coil of air line shall be provided

and fastened to the frame rear of the cab. The air line

shall be capped off to prevent depletion of air during

chassis transport to the body manufacturer.

12.138 AIR INLET/ OUTLET FITTING TYPE

12.138.1 The air connector supplied shall be a 0.25 inch size Tru-

Flate Interchange style manual connection which is

compatible with Milton „T‟ style, Myers 0.25 inch

Automotive style and Parker 0.25 inch 10 Series

connectors.

12.139 AIR TANK SPACERS

12.139.1 There shall be spacers included with the air tank

mounting. The spacers shall move the air tanks 1.50

inches inward towards the center of the chassis. This

shall provide clearance between the air tanks and the

frame for body U-bolt clearance.

12.140 WHEELBASE

12.140.1 The chassis wheelbase shall be as required by the

OEM.

12.141 REAR OVERHANG

12.141.1 The chassis rear overhang shall be as required by the

OEM.

12.142 FRAME

12.142.1 The frame shall consist of double rails running parallel to

each other with cross members forming a ladder style

frame. The frame rails shall be formed in the shape of a

"C" channel, with the outer rail measuring 10.25 inches

high X 3.50 inches deep upper and lower flanges X 0.38

inches thick with an inner channel of 9.44 inches high X

3.13 inches deep and 0.38 inches thick. Each rail shall

be constructed of 110,000 psi minimum yield high

strength low alloy steel. Each double rail section shall

be rated by a Resistance Bending Moment (RBM)

minimum of 3,213,100 inch pounds and have a

minimum section modulus of 29.21 cubic inches. The

frame shall measure 35.00 inches in width.

Twin-City Fire Department Pumper Tender - 2013 Page 47

DESCRIPTIONException

Yes No

MEETS

SPECS

12.142.2 Proposals calculating the frame strength using the “box

method” shall not be considered.

12.142.3 Proposals including heat treated rails shall not be

considered. Heat treating frame rails produces rails that

are not uniform in their mechanical properties

throughout the length of the rail. Rails made of high

strength, low alloy steel are already at the required yield

strength prior to forming the rail.

12.142.4 A minimum of seven (7) fully gusseted 0.25 inch thick

cross members shall be installed. The inclusion of the

body mounting, or bumper mounting shall not be

considered as a cross member. The cross members

shall be attached using zinc coated grade 8 fasteners.

The bolt heads shall be flanged type, held in place by

distorted thread flanged lock nuts. Each cross member

shall be mounted to the frame rails utilizing a minimum

of 0.25 inch thick gusset reinforcement plates at all

corners balancing the area of force throughout the entire

frame.

12.142.5 Any proposals not including additional reinforcement for

each cross member shall not be considered.

12.142.6 All relief areas shall be cut in with a minimum 2.00 inch

radius at intersection points with the edges ground to a

smooth finish to prevent a stress concentration point.

12.142.7 The frame and cross members shall carry a lifetime

warranty to the original purchaser. A copy of the frame

warranty shall be made available upon request. NO

EXCEPTION

12.142.8 Proposals offering warranties for frames not including

cross members shall not be considered.

12.143 FRAME WARRANTY

12.143.1 The frame and cross members shall carry a limited

lifetime warranty to the original purchaser. The warranty

shall include conditional items listed in the detailed

warranty document which shall be included in the bid

submission.

12.144 REAR TOW DEVICE

12.144.1 Two (2) OEM supplied heavy duty painted tow eyes

shall be installed extending down from the frame at the

rear of the chassis. The portion of the tow eyes that

extends down below the frame rail extensions shall be

bent away from the frame rails. The tow eyes shall be

mounted to a Spartan supplied vertical mounted

extension made from Domex 110xf frame rail material.

The tow eyes shall be bolted one (1) on each side to the

outside of the frame extension with grade 8 bolts. The

tow eyes shall be painted to match the chassis frame.

12.145 FRAME CLEAR AREA

12.145.1 The chassis frame shall be left clear of chassis mounted

components inside or outside the frame rails within the

first 30.00 inches behind the cab to allow space for

OEM installed components. Cross members may be

installed in the clear area if required for proper frame or

driveline configuration.

Twin-City Fire Department Pumper Tender - 2013 Page 48

DESCRIPTIONException

Yes No

MEETS

SPECS

12.146 FRAME PAINT

12.146.1 The frame shall be powder coated black prior to any

attachment of components.

12.146.2 All powder coatings, primers and paint shall be

compatible with all metals, pretreatments and primers

used. The cross hatch adhesion test per ASTM D3359

shall not have a fail of more than ten (10) squares. The

pencil hardness test per ASTM D3363 shall have a final

post-curved pencil hardness of H-2H. The direct impact

resistance test per ASTM D2794 shall have an impact

resistance of 120.00 inches per pound at 2 mils.

12.146.3 Any proposals offering painted frame with variations

from the above process shall not be accepted. The film

thickness of vendor supplied parts shall also be

sufficient to meet the performance standards as stated

above.

12.147 FRONT BUMPER

12.147.1 A one piece, two (2) rib wrap-around style, polished

stainless steel front bumper shall be provided. The

material shall be 10 gauge 304 stainless steel, 12" high

and 104.50 inches wide.

12.148 FRONT BUMPER EXTENSION LENGTH

12.148.1 The front bumper shall be extended approximately 18.00

inches ahead of the cab.

12.149 FRONT BUMPER EXTENSION FRAME WIDTH

12.149.1 The front bumper extension frame shall feature an

overall width of 48.25 inches.

12.150 FRONT BUMPER APRON

12.150.1 The 18.00 inch extended front bumper shall include an

apron constructed of 0.19 inch thick embossed

aluminum tread plate.

12.150.2 The apron shall be installed between the bumper and

the front face of the cab affixed using stainless steel

bolts attaching the apron to the top bumper flange.

12.151 FRONT BUMPER COMPARTMENT CENTER

12.151.1 The front bumper shall include a compartment in the

bumper apron located in the center between the frame

rails which may be used as a hose well. The

compartment shall be constructed of 0.13 inch 5052-

H32 grade aluminum and shall include drain holes in the

bottom corners to allow excess moisture to escape. The

compartment shall include a cover constructed of 0.19

inch thick bright embossed aluminum tread plate.

12.152FRONT BUMPER COMPARTMENT COVER

HARDWARE

12.152.1 The front bumper compartment cover shall include gas

cylinder stays which shall hold the cover open. The

cover shall held in the closed position via a D-ring style

latch.

12.153 AIR HORN

12.153.1 The chassis shall include two (2) Grover brand Stutter

Tone air horns which shall measure 24.50 inches long

with a 6.00 inch round flare. The air horns shall be

trumpet style with a chrome finish.

Twin-City Fire Department Pumper Tender - 2013 Page 49

DESCRIPTIONException

Yes No

MEETS

SPECS

12.154 AIR HORN LOCATION

12.154.1 The two (2) air horns shall be located on the front

bumper face outboard of the frame rails with one (1) on

the right side and one (1) on the left side in the inboard

positions.

12.155 AIR HORN RESEVOIR

12.155.1 One (1) air reservoir, with a 1200 cubic inch capacity,

shall be installed on the chassis to act as a supply tank

for operating air horns. The reservoir shall be isolated

with a 90 PSI pressure protection valve on the reservoir

supply side to prevent depletion of the air to the air

brake system.

12.156 ELECTRONIC SIREN SPEAKER

12.156.1 The bumper shall include two (2) Cast Products Inc.

model SA2401, 100 watt speakers which shall be recess

mounted within the bumper fascia. Each speaker shall

measure 7.50 inches tall X 7.50 inches wide X 4.20

inches deep. Each speaker shall include a flat mounting

flange which shall be polished aluminum.

12.157 ELECTRONIC SIREN SPEAKER LOCATION

12.157.1 The two (2) electronic siren speakers shall be located

on the front bumper face outboard of the frame rails with

one (1) on the right side and one (1) on the left side in

the outboard positions.

12.158 FRONT BUMPER TOE EYES

12.158.1 The bumper shall include two (2) chrome plated tow

eyes shall be installed through the front bumper. The

eyes shall be fabricated from 0.75 inch thick #1020

ASTM-A36 hot rolled steel. The inside diameter of the

eye shall be 2.00 inches and include a chamfered edge.

12.159 FRONT LICENSE PROVISION

12.159.1 The bumper shall include mounting holes to allow for a

license plate to be installed by the OEM or end user.

12.160 CAB TILT SYSTEM

12.160.1 The entire cab shall be capable of tilting approximately

45-degrees to allow for easy maintenance of the engine

and transmission.   The cab tilt pump assembly shall be

located on the right side of the chassis above the battery

box.

12.160.2 The electric-over-hydraulic lift system shall include an

ignition interlock and red cab lock down indicator lamp

on the tilt control which shall illuminate when holding the

“Down” button to indicate safe road operation.

12.160.3 It shall be necessary to activate the master battery

switch and set the parking brake in order to tilt the

cab. As a third precaution the ignition switch must be

turned off to complete the cab tilt interlock safety circuit.

12.160.4 Two (2) spring-loaded hydraulic hold down hooks

located outboard of the frame shall be installed to hold

the cab securely to the frame.  Once the hold-down

hooks are set in place, it shall take the application of

pressure from the hydraulic cab tilt lift pump to release

the hooks. 

Twin-City Fire Department Pumper Tender - 2013 Page 50

DESCRIPTIONException

Yes No

MEETS

SPECS

12.160.5 Two (2) cab tilt cylinders shall be provided with velocity

fuses in each cylinder port.  The cab tilt pivots shall be

1.90 inch ball and be anchored to frame brackets with

1.25 inch diameter studs. 

12.160.6 A steel safety channel assembly shall be installed on the

right side cab lift cylinder to prevent accidental cab

lowering.  The safety channel assembly shall fall over

the lift cylinder when the cab is in the fully tilted position. 

A cable release system shall also be provided to retract

the safety channel assembly from the lift cylinder to

allow the lowering of the cab.

12.161 CAB TILT AUXILIARY PUMP

12.161.1 A manual cab tilt pump module shall be attached to the

cab tilt pump housing.

12.162 CAB TILT LIMIT SWITCH

12.162.1 A cab tilt limit switch shall be installed. The switch will

effectively limit the travel of the cab when being tilted.

The final adjustment of the switch shall be performed by

the apparatus manufacturer to prevent damage to the

cab or any bumper mounted option mounted in the cab

tilt arc.

12.163 CAB TILT CONTROL RECEPTACLE

12.163.1 The cab tilt control cable shall include a receptacle

which shall be temporarily located on the right hand

chassis rail rear of the cab to provide a place to plug in

the cab tilt remote control pendant. The tilt pump shall

include 8.00 feet of cable with a six (6) pin Deutsch

receptacle with a cap.12.163.2 The remote control pendant shall include 20.00 feet of

cable with a mating Deutsch connector. The remote

control pendant shall be shipped loose with the chassis.

12.164 CAB TILT LOCK DOWN INDICATOR

12.164.1 The cab dash shall include a message located within the

dual air pressure gauge which shall alert the driver when

the cab is unlocked and ajar. The alert message shall

cease to be displayed when the cab is in the fully

lowered position and the hold down hooks are secured

and locked to the cab mounts.

12.164.2 In addition to the alert message an audible alarm shall

sound when the cab is unlocked and ajar and the

parking brake is released.

12.165 CAB WINDSHIELD

12.165.1 The cab windshield shall have a surface area of

2969.88 square inches and be of a two (2) piece

wraparound design for maximum visibility.

12.165.2 The glass utilized for the windshield shall include

standard automotive tint. The left and right windshield

shall be fully interchangeable thereby minimizing

stocking and replacement costs.

12.165.3 Each windshield shall be installed using black self

locking window rubber.

Twin-City Fire Department Pumper Tender - 2013 Page 51

DESCRIPTIONException

Yes No

MEETS

SPECS

12.166 GLASS FRONT DOOR

12.166.1 The front cab doors shall include a window which is

27.00 inches in width X 26.00 inches in height. These

windows shall have the capability to roll down

completely into the door housing. This shall be

accomplished manually utilizing a crank style handle on

the inside of the door. A reinforced window regulator

assembly shall be provided for severe duty use.

12.166.2 There shall be an irregular shaped fixed window which

shall measure 2.50 inches wide at the top, 8.00 inches

wide at the bottom X 26.00 inches in height, more

commonly known as “cozy glass” ahead of the front

door roll down windows.

12.166.3 The windows shall be mounted within the frame of the

front doors trimmed with a black anodized ring on the

exterior.

12.167 GLASS TINT FRONT DOOR

12.167.1 The windows located in the left and right front doors

shall have a standard green automotive tint which shall

allow seventy-five percent (75%) light transmittance.

12.168 GLASS REAR DOOR RH

12.168.1 The rear right hand side door shall include a window

which is 27.00 inches in width X 26.00 inches in height.

This window shall roll up and down manually utilizing a

crank style handle on the inside of the door. A reinforced

window regulator assembly shall be provided for severe

duty use.

12.169 GLASS TINT REAR DOOR RH

12.169.1 The window located in the right hand side rear door shall

include a standard green automotive tint which shall

allow seventy-five percent (75%) light transmittance.

12.170 GLASS REAR DOOR LH

12.170.1 The rear left hand side door shall include a window

which is 27.00 inches in width X 26.00 inches in height.

This window shall roll up and down manually utilizing a

crank style handle on the inside of the door. A reinforced

window regulator assembly shall be provided for severe

duty use.

12.171 GLASS TINT REAR DOOR LH

12.171.1 The window located in the left hand side rear door shall

include a standard green automotive tint which shall

allow seventy-five percent (75%) light transmittance.

12.172 GLASS SIDE MID RH

12.172.1 The cab shall include a window on the right side behind

the front and ahead of the crew door which shall

measure 16.00 inches wide X 26.00 inches high. This

window shall be fixed within this space and shall be

rectangular in shape. The window shall be mounted

using self locking window rubber. The glass utilized for

this window shall include a green automotive tint unless

otherwise noted.

Twin-City Fire Department Pumper Tender - 2013 Page 52

DESCRIPTIONException

Yes No

MEETS

SPECS

12.173 GLASS TINT SIDE MID RH

12.173.1 The window located on the right hand side of the cab

between the front and rear doors shall include a

standard green automotive tint which shall allow seventy-

five percent (75%) light transmittance.

12.174 GLASS SIDE MID LH

12.174.1 The cab shall include a window on the left side behind

the front door and ahead of the crew door and above the

wheel well which shall measure 16.00 inches wide X

26.00 inches high. This window shall be fixed within this

space and shall be rectangular in shape. The window

shall be mounted using self locking window rubber. The

glass utilized for this window shall include a green

automotive tint unless otherwise noted.

12.175 GLASS TINT SIDE MID LH

12.175.1 The window located on the left hand side of the cab

between the front and rear doors shall include a

standard green automotive tint which shall allow seventy-

five percent (75%) light transmittance.

12.176 GLASS REAR WALL OUTER UPPER

12.176.1 The rear wall of the cab on the left and right sides shall

include a window which shall measure 16.00 inches in

width X 16.00 inches in height. These windows shall be

fixed within this space and shall be square in shape.

The windows shall be mounted using black self locking

window rubber.

12.177 GLASS TINT REAR WALL OUTER UPPER

12.177.1 The windows located in the rear wall of the cab on the

left and right outer upper corners shall include a

standard green automotive tint which shall allow seventy-

five percent (75%) light transmittance.

12.178 GLASS UPPER SIDE FRONT

12.178.1 The raised roof on the left and right sides of the cab

shall include a triangular shaped window which shall be

12.50 inches wide X 11.00 inches high. These windows

shall be fixed within this space. These windows shall be

mounted to the cab using black self-locking window

rubber.

12.179 GLASS TINT UPPER SIDE FRONT

12.179.1 The windows located in the upper section on the left and

right side towards the front of the cab shall include a

standard green automotive tint which shall allow seventy-

five percent (75%) light transmittance.

12.180 GLASS UPPER SIDE MID

12.180.1 The middle section of the raised roof on the left and right

sides of the cab shall include a window which shall

measure 16.00 inches wide X 14.00 inches high. These

windows shall be fixed within this space. These

windows shall be mounted using black self-locking

window rubber.

12.181 GLASS TINT UPPER SIDE MID

12.181.1 The windows located in the upper section on each side

in the middle of the cab shall include a standard green

automotive tint which shall allow seventy-five percent

(75%) light transmittance.

Twin-City Fire Department Pumper Tender - 2013 Page 53

DESCRIPTIONException

Yes No

MEETS

SPECS

12.182 GLASS UPPER SIDE REAR DOOR

12.182.1 Windows shall be provided in the upper portion of each

rear door of the raised roof cab. Each window shall

measure 27.00 inches wide X 14.00 inches high and be

installed above the lower door window. The windows

shall be rectangular in shape and fixed within this space.

The windows shall be mounted using black self-locking

window rubber.

12.183 GLASS TINT UPPER SIDE REAR DOOR

12.183.1 The window located in the upper section of the rear

crew doors shall include a standard green automotive

tint which shall allow seventy-five percent (75%) light

transmittance.

12.184 GLASS UPPER SIDE REAR PPHE

12.184.1 The left and right sides of the pump panel hood

extension shall include a 16.00 inch wide X 16.00 inch

tall window. These windows shall be fixed within this

space. The windows shall be square and be mounted

using black self-locking window rubber.

12.185GLASS TINT UPPER SIDE REAR PUMP PANEL

HOOD EXTENSION

12.185.1 The windows located on the left and right sides of the

pump panel hood extension shall include a standard

green automotive tint which shall allow seventy-five

percent (75%) light transmittance.

12.186 GLASS REAR WALL CENTER

12.186.1 The center rear wall of the cab shall include a window

which is 41.00 inches in width X 16.00 inches in height.

This window shall be fixed and be of a rectangular

shape. The window shall be mounted using black self

locking window rubber.

12.187 GLASS TINT REAR WALL CENTER

12.187.1 The window located in center of the rear wall shall

include a standard green automotive tint which shall

allow seventy-five percent (75%) light transmittance.

12.188 GLASS REAR WALL OUTER LOWER

12.188.1 The lower portion of the rear wall on the left and right

sides of the cab shall include a window which is 5.00

inches wide X 30.00 inches high. These windows shall

be fixed within this space. The windows shall be oblong

in shape and be mounted using black self locking

window rubber.

12.189 GLASS TINT REAR WALL OUTER LOWER

12.189.1 The windows located in the lower portion of the rear wall

on the left and right sides of the cab shall include a

standard green automotive tint which shall allow seventy-

five percent (75%) light transmittance.

Twin-City Fire Department Pumper Tender - 2013 Page 54

DESCRIPTIONException

Yes No

MEETS

SPECS

12.190 CLIMATE CONTROL

12.190.1 The cab shall be equipped with a ceiling mounted

combination defrost / heating and air-conditioning

system mounted above the engine tunnel in a central

location.

12.190.2 The system shall offer sixteen (16) adjustable louvers.

Six (6) of the louvers shall face forward towards the

windshield, offering 45,000 BTU of heat at 320 CFM for

defrosting. The system shall include six (6) rearward

facing louvers to direct air for the crew area and four (4)

for driver and officer comfort. The HVAC system shall

be designed to produce 60,000 BTU of heat and 32,000

BTU of cooling. The HVAC cover shall be made of

aluminum which shall be coated with a customer

specified interior paint, or protective coating.

12.190.3 All defrost/heating systems shall be plumbed with one

(1) seasonal shut-off valve at the front corner on the

right side of the cab.

12.190.4 The air conditioner lines shall be a mixture of custom

bent zinc coated steel fittings and Aero-quip GH 134

flexible hose with Aero-Quip EZ-Clip fittings.

12.191 CLIMATE CONTROL DRAIN

12.191.1 The climate control system shall include a gravity drain

for water management. The gravity drain shall remove

condensation from the air conditioning system without

additional mechanical assistance.

12.192 CLIMATE CONTROL ACTIVATION

12.192.1 The heating, defrosting and air conditioning controls

shall be located on the Vista display and control screen.

12.193 HVAC OVERHEAD COVER PAINT

12.193.1 The overhead HVAC cover shall be painted with a

Zolatone #20-72 silver gray texture finish.

12.194AUXILIARY CLIMATE CONTROL FRONT

UNDERSEAT

12.194.1 Two (2) 13,500 BTU heaters shall be provided and

installed in the face of the seat riser storage area for the

left and right front seats, one (1) each side. The fan

controls shall be located on the Vista display and control

screen(s).

12.194.2 The auxiliary heater system hoses shall be silicone with

stainless steel constant torque clamps approved for use

with silicone hose. The auxiliary heater system shall

include one (1) seasonal shut-off valve. The valve shall

be supplied at the front of the right hand corner of the

cab. The cab must be tilted to access the shut-off valve.

Twin-City Fire Department Pumper Tender - 2013 Page 55

DESCRIPTIONException

Yes No

MEETS

SPECS

12.195 AUXILIARY CLIMATE CONTROL REAR CREW

12.195.1 One (1) 53,500 BTU heater shall be provided and

installed in the rear section of the crew cab under the

center rear facing seat riser. The fan controls shall be

located on the heater unit.

12.195.2 The auxiliary heater system hoses shall be silicone with

stainless steel constant torque clamps approved for use

with silicone hose. The auxiliary heater system shall

include one (1) seasonal shut-off valve. The valve shall

be supplied at the front of the right hand corner of the

cab. The cab must be tilted to access the shut-off valve.

12.196 HEATER HOSE INSULATION

12.196.1 The heater hoses leading from the engine to the cab

shall include a foam insulation wrap which runs the

length of the hose improving heating in extreme cold

climates. The heater hoses which shall be routed inside

the cab shall not be insulated.

12.197 A/C CONDENSER LOCATION

12.197.1 A roof mounted A/C condenser shall be installed

centered on the cab forward of the raised roof against

the slope rise.

12.198 A/C COMPRESSOR

12.198.1 The air-conditioning compressor shall be a belt driven,

engine mounted, open type compressor that shall be

capable of producing a minimum of 32,000 BTU at 1500

engine RPMs. The compressor shall utilize R-134A

refrigerant and PAG oil.

12.199 CAB CIRCULATION FANS FRONT

12.199.1 The cab shall include two (2) all metal 6.00 inch air

circulation fans installed overhead in the center of the

cab rearward of the windshield. Each fan shall be

controlled by an individual toggle switch on each fan.

The fans can be used to help defog the windshield or to

increase air circulation for passenger comfort.

12.200 CAB CIRCULATION FANS MID

12.200.1 The cab shall be provided with two (2) individually

switched all metal construction 6.00 inch fans. The fans

shall be installed in the crew area just behind the front

doors. The multi purpose fans can be used for air

circulation or to help defog windows.

12.201 CAB CIRCULATION FANS REAR

12.201.1 The cab shall include two (2) individually switched all

metal construction 6.00 inch fans which shall be

installed in the upper rear cab corners as far outboard

as possible. The multi purpose fans can be used to

increase air circulation or help defog windows.

12.202 CAB INSULATION

12.202.1 The cab ceiling and walls shall include 1.00 inch thick

foam insulation. The insulation shall act as a barrier

absorbing noise as well as assisting in sustaining the

desired climate within the cab interior.

Twin-City Fire Department Pumper Tender - 2013 Page 56

DESCRIPTIONException

Yes No

MEETS

SPECS

12.203 UNDER CAB INSULATION

12.203.1 The underside of the cab tunnel surrounding the engine

and the underside of the entire cab floor shall be lined

with multi-layer insulation, engineered for application

inside diesel engine compartments.

12.203.2 The insulation shall act as a noise barrier, absorbing

noise thus keeping the decibel level in the cab well

within NFPA recommendations. As an additional benefit,

the insulation shall assist in sustaining the desired

temperature within the cab interior.

12.203.3 The engine tunnel insulation shall measure

approximately 0.75 inch thick including a vertically

lapped polyester fiber layer, a 1.0 lb/ft² PVC barrier

layer, an open cell foam layer, and a moisture and heat

reflective foil facing reinforced with a woven fiberglass

layer. The foil surface acts as protection against

moisture and other contaminants. The insulation shall

meet or exceed FMVSS 302 flammability test.

12.203.4 The cab floor insulation shall measure 0.56 inch thick

including a 1.0#/sf PVC barrier and a moisture and heat

reflective foil facing, reinforced with fiberglass strands.

The foil surface acts as protection against moisture and

other contaminants. The insulation shall meet or exceed

MVSS 302 flammability test.

12.203.5 The insulation shall be cut precisely to fit each section

and sealed for additional heat and sound deflection. The

insulation shall be held in place by 3 mils of acrylic

pressure sensitive adhesive and aluminum pins with

hard hat, hold in place fastening heads. In addition, the

insulation on the underside of the cab floor shall have an

expanded metal overlay to assist in retaining the

insulation tight against the cab.

12.204 INTERIOR TRIM FLOOR

12.204.1 The floor of the cab shall be covered with a multi-layer

mat consisting of 0.25 inch thick sound absorbing

closed cell foam with a 0.06 inch thick non-slip vinyl

surface with a pebble grain finish. The covering shall be

held in place by a pressure sensitive adhesive and

aluminum trim molding. All exposed seams shall be

sealed with silicone caulk matching the color of the floor

mat to reduce the chance of moisture and debris

retention.

12.205 INTERIOR TRIM VINYL

12.205.1 The cab interior shall include trim on the front ceiling,

rear crew ceiling, and the cab walls. It shall be easily

removable to assist in maintenance. The trim shall be

constructed of insulated vinyl over a hard board backing.

12.206 REAR WALL INTERIOR TRIM

12.206.1 The rear wall of the cab shall be trimmed with vinyl.

12.207 HEADER TRIM

12.207.1 The cab interior shall feature header trim over the driver

and officer dash constructed of 5052-H32 Marine

Grade, 0.13 inch thick aluminum.

Twin-City Fire Department Pumper Tender - 2013 Page 57

DESCRIPTIONException

Yes No

MEETS

SPECS

12.208 TRIM CENTER DASH

12.208.1 The main center dash area shall be the “severe/extreme

duty dash model”, constructed from aluminum.

12.209 TRIM LH DASH

12.209.1 The left hand dash shall be the “severe/extreme duty

dash model”, constructed from aluminum, housing which

shall be custom molded for a perfect fit around the

instrument panel. The left hand dash shall offer lower

vertical surface area to the left and right of the steering

column to accommodate control panels.

12.210 TRIM RH DASH

12.210.1 The right hand dash trim shall be the “severe/extreme

duty dash model”, constructed from aluminum, module,

which contains a glove compartment with a hinged

locking door and a Mobile Data Terminal (MDT)

provision. The glove compartment size shall be 13.50

inches wide X 6.25 inches high X 5.50 inches deep.

The MDT provision shall be provided above the glove

compartment.

12.211 ENGINE TUNNEL TRIM

12.211.1 The cab engine tunnel shall be covered with a multi-

layer mat consisting of 0.25 inch closed cell foam with a

0.06 inch thick non-slip vinyl surface with a pebble grain

finish. The mat shall be held in place by pressure

sensitive adhesive. The engine tunnel mat shall be

trimmed with anodized aluminum stair nosing trim for an

aesthetically pleasing appearance.

12.212 POWER POINT DASH MOUNT

12.212.1 The cab shall include four (4) 12 volt cigarette lighter

type receptacles in the cab dash to provide a power

source for 12 volt electrical equipment. The receptacles

shall be wired to be live with the battery master switch.

12.213 STEP TRIM

12.213.1 Each cab entry door shall include a three step entry.

The first step closest to the ground shall be constructed

of polished 5032 H32 aluminum Grip Strut® grating with

angled outer corners. The step shall feature a splash

guard to reduce water and debris from splashing in to

the step. The splash guard shall have an opening on the

outer edge to allow debris and water to flow through

rather than becoming trapped within the stepping

surface. The lower step shall be mounted to a frame

which is integral with the construction of the cab for

rigidity and strength. The middle step shall be integral

with the cab construction and shall be trimmed with a

Flex-Tred® adhesive grit surface material.

12.214 UNDER CAB ACCESS DOOR

12.214.1 The cab shall include an access door in the left crew

step riser constructed of DA finish aluminum with a push

and turn latch. The under cab access door shall provide

access to the diesel exhaust fluid fill.  

Twin-City Fire Department Pumper Tender - 2013 Page 58

DESCRIPTIONException

Yes No

MEETS

SPECS

12.215 INTERIOR DOOR TRIM

12.215.1 The interior trim on the doors of the cab shall consist of

an aluminum panel constructed of Marine Grade 5052-

H32 0.13 of an inch thick aluminum plate. The door

panels shall include a painted finish.

12.216 DOOR TRIM CUSTOMER NAMEPLATE

12.216.1 The interior door trim on the front doors shall include a

customer nameplate which states the vehicle was

custom built for their Department.

12.217 CAB DOOR TRIM REFLECTIVE

12.217.1 The interior of each door shall include high visibility

reflective tape. A white reflective tape 1.00 inch in width

shall be provided vertically along the rear outer edge of

the door. The lowest portion of each door skin shall

include a reflective tape chevron with red and white

stripes and a Spartan logo. The chevron tape shall

measure 6.00 inches in height.

12.218 INTERIOR GRAB HANDLE "A" PILLAR

12.218.1 There shall be two (2) rubber covered 11.00 inch grab

handles installed inside the cab, one on each “A” post at

the left and right door openings. The left handle shall be

located 7.88 inches above the bottom of the door

window opening and the right handle shall be located

2.88 inches above the bottom of the door window

opening. The handles shall assist personnel in entering

and exiting the cab.

12.219 INTERIOR GRAB HANDLE FRONT DOOR

12.219.1 Each front door shall include one (1) ergonomically

contoured 9.00 inch cast aluminum handle mounted

horizontally on the interior door panels. The handles

shall feature a textured black powder coat finish to

assist personnel entering and exiting the cab.

12.220 INTERIOR GRAB HANDLE REAR DOOR

12.220.1 A black powder coated cast aluminum assist handle

shall be provided on the inside of each rear crew door. A

30.00 inch long handle shall extend horizontally the

width of the window just above the window sill. The

handle shall assist personnel in exiting and entering the

cab.

12.221 INTERIOR TRIM VINYL COLOR

12.221.1 The cab interior vinyl trim surfaces shall be gray in color.

12.222 INTERIOR TRIM SUNVISOR

12.222.1 The header shall include two (2) sun visors, one each

side forward of the driver and officer seating positions

above the windshield. Each sun visor shall be

constructed of Masonite and covered with padded vinyl

trim.

12.223 INTERIOR ABS TRIM COLOUR

12.223.1 The cab interior vacuum formed ABS composite trim

surfaces shall be gray in color.

12.224 INTERIOR FLOOR MAT COLOUR

12.224.1 The cab interior floor mat shall be gray in color.

Twin-City Fire Department Pumper Tender - 2013 Page 59

DESCRIPTIONException

Yes No

MEETS

SPECS

12.225 CAB PAINT INTERIOR DOOR TRIM

12.225.1 The inner door panel surfaces shall be painted with

Zolatone #20-72 silver gray texture finish.

12.226 HEADER TRIM INTERIOR PAINT

12.226.1 The metal surfaces in the header area shall be coated

with Zolatone #20-72 silver gray texture finish.

12.227 DASH PANEL GROUP

12.227.1 The main center dash area shall include three (3)

removable panels located one (1) to the right of the

driver position, one (1) in the center of the dash and one

(1) to the left of the officer position. The center panel

shall be within comfortable reach of both the driver and

officer.

12.228 SWITCHES CENTER PANEL

12.228.1 The center dash panel shall include six (6) switch

positions in the upper left portion of the panel.

12.228.2 A rocker switch with a blank legend installed directly

above shall be provided for any position without a switch

and legend designated by a specific option. The non-

specified switches shall be two-position, black switches

with a green indicator light. Each blank switch legend

can be custom engraved by the body manufacturer. All

switch legends shall have backlighting provided.

12.229 SWITCHES LEFT PANEL

12.229.1 The left dash panel shall include one (1) windshield

wiper/washer control switch located in the left hand side

of the panel. The switch shall have backlighting

provided.

12.230 SWITCHES RIGHT PANEL

12.230.1 The right dash panel shall include no rocker switches or

legends.

12.231 SEAT BELT WARNING

12.231.1 A Weldon seat belt warning system, integrated with the

Vehicle Data Recorder system, shall be installed for

each seat within the cab. The system shall provide a

visual warning indicator in the Vista display and control

screen(s), an indicator light in the instrument panel, and

an audible alarm.

12.231.2 The warning system shall activate when any seat is

occupied with a minimum of 60 pounds, the

corresponding seat belt remains unfastened, and the

park brake is released. The warning system shall also

activate when any seat is occupied, the corresponding

seat belt was fastened in an incorrect sequence, and the

park brake is released. Once activated, the visual

indicators and audible alarm shall remain active until all

occupied seats have the seat belts fastened.

12.232 SEAT MATERIAL

12.232.1 The seats shall include a covering of high strength, wear

resistant fabric made of durable ballistic polyester. A

PVC coating shall be bonded to the back side of the

material to help protect the seats from UV rays and from

being saturated or contaminated by fluids. Common

trade names for this material are Imperial 1200 and

Durawear.

Twin-City Fire Department Pumper Tender - 2013 Page 60

DESCRIPTIONException

Yes No

MEETS

SPECS

12.233 SEAT COLOUR

12.233.1 All seats supplied with the chassis shall be gray in color.

All seats shall include orange seat belts.

12.234 SEAT BACK LOGO

12.234.1 The seat back shall include the default manufacturers

logo. The logo shall be centered on the standard

headrest of the seat back and on the left side of a split

headrest.

12.235 SEAT DRIVER

12.235.1 The driver's seat shall be an H.O. Bostrom Firefighter

Sierra model seat. The seat shall feature eight-way

electric positioning. The eight positions shall include up

and down, fore and aft with 8.00 inches of travel, back

angle adjustment and seat rake adjustment. The seat

shall feature integral springs to isolate shock.

12.235.2 The seat shall feature an all belts to seat (ABTS) style of

safety restraint. The ABTS feature shall include a three-

point shoulder harness with the lap belt, automatic

retractor and buckle as an integral part of the seat

assembly.

12.235.3 The minimum vertical dimension from the seat H-point

to the ceiling for this belted seating position shall be

35.00 inches measured with the seat height adjusted to

the lowest position of travel.

12.235.4 This model of seat shall have successfully completed

the static load tests set forth by FMVSS 207, 209, and

210 in effect at the time of manufacture. This testing

shall include a simultaneous forward load of 3000

pounds each on the lap and shoulder belts and twenty

(20) times the weight through the center of gravity.

12.235.5 The materials used in construction of the seat shall also

have successfully completed testing with regard to the

flammability of materials used in the occupant

compartments of motor vehicles as outlined in FMVSS

302, of which dictates the allowable burning rate of

materials in the occupant compartments of motor

vehicles.

12.236 SEAT BACK DRIVER

12.236.1 The driver‟s seat shall include a standard seat back

incorporating the all belts to seat feature (ABTS). The

seat back shall feature a contoured head rest.

12.237 SEAT MOUNTING DRIVER

12.237.1 The driver‟s seat shall be installed in an ergonomic

position in relation to the cab dash.

Twin-City Fire Department Pumper Tender - 2013 Page 61

DESCRIPTIONException

Yes No

MEETS

SPECS

12.238 SEAT OFFICER

12.238.1 The officer's seat shall be a H.O. Bostrom Firefighter

series. The seat shall feature a tapered and padded

seat, and cushion. The seat shall be a non-adjustable

type seat.

12.238.2 The seat shall feature an all belts to seat (ABTS) style of

safety restraint. The ABTS feature shall include a three-

point shoulder harness with the lap belt and automatic

retractor as an integral part of the seat assembly. The

buckle portion of the seat belt shall extend from the seat

base towards the driver position within easy reach of the

occupant.

12.238.3 The minimum vertical dimension from the seat H-point

to the ceiling for this belted seating position shall be

35.00 inches.

12.238.4 This model of seat shall have successfully completed

the static load tests by FMVSS 207/210. This testing

shall include a simultaneous forward load of 3000

pounds each on the lap and shoulder belts and twenty

(20) times the weight through the center of gravity. This

model of seat installed in the cab model, as specified,

shall have successfully completed the dynamic sled

testing using FMVSS 208 as a guide with the following

accommodations. In order to reflect the larger size

outfitted firefighters, the test dummy used shall be a

95th percentile hybrid III male weighing 225 pounds

rather than the 50th percentile male dummy weighing

165 pounds as referenced in FMVSS 208. The model

of seats shall also have successfully completed the

flammability of materials used in the occupant

compartments of motor vehicles as outlined in FMVSS

302, of which decides the burning rate of materials in

the occupant compartments of motor vehicles.

12.239 SEAT BACK OFFICER

12.239.1 The officer‟s seat shall feature a SecureAll™ SCBA

locking system which shall be one bracket model and

store most U.S. and International SCBA brands and

sizes while in transit or for storage within the seat back.

The bracket shall be easily adjustable for all SCBA

brands and cylinder diameters. All adjustment points

shall utilize similar hardware and adjustments shall be

made with one tool.

12.239.2 The bracket shall be adjustable to compensate for

different cylinder lengths without the use of tools. The

adjustment shall be made by raising a lever and moving

the top clamp vertically.

12.239.3 The bracket system shall be free of straps and clamps

that may interfere with auxiliary equipment on SCBA

units. The center guide fork shall keep the SCBA tank

in place for a safe and comfortable fit in the seat back

cavity. The SCBA unit simply needs to be pushed

against the pivot arm to engage the patented auto-

locking system. Once the lock is engaged, the top

clamp shall surround the top of the SCBA tank for a

secure fit in all directions.

Twin-City Fire Department Pumper Tender - 2013 Page 62

DESCRIPTIONException

Yes No

MEETS

SPECS

12.239.4 The SecureAll™ shall include a release handle which

shall be integrated into the seat cushion for quick and

easy release. This shall eliminate the need for straps or

pull cords to interfere with other SCBA equipment.

12.239.5 The seat back shall include a removable padded cover

which shall be provided over the SCBA cavity.

12.240 SEAT MOUNTING OFFICER

12.240.1 The officer‟s seat shall be installed in an ergonomic

position in relation to the cab dash.

12.241 POWER SEAT WIRING

12.241.1 The power seat or seats installed in the cab shall be

wired directly to battery power.

12.242 SEAT REAR FACING OUTER LOCATION

12.242.1 The crew area shall include two (2) rear facing crew

seats, which include one (1) located directly behind the

left side front seat and one (1) located directly behind

the right side front seat.

12.242.2 The rear facing outer seats shall be installed on a

tapered angle so as to slightly face the center location.

12.243 SEAT CREW REAR FACING OUTER

12.243.1 The crew area shall include a seat in the rear facing

outboard position which shall be a H.O. Bostrom

Firefighter series. The seat shall feature a tapered and

padded seat, and cushion.

12.243.2 The seat shall feature an all belts to seat (ABTS) style of

safety restraint. The ABTS feature shall include a three-

point shoulder harness with the lap belt and automatic

retractor as an integral part of the seat assembly. The

buckle portion of the seat belt shall extend from the seat

base towards the driver position within easy reach of the

occupant.

12.243.3 The minimum vertical dimension from the seat H-point

to the ceiling for each belted seating position shall be

35.00 inches.

12.243.4 This model of seat shall have successfully completed

the static load tests by FMVSS 207/210. This testing

shall include a simultaneous forward load of 3000

pounds each on the lap and shoulder belts and twenty

(20) times the weight through the center of gravity. This

model of seat installed in the cab model, as specified,

shall have successfully completed the dynamic sled

testing using FMVSS 208 as a guide with the following

accommodations. In order to reflect the larger size

outfitted firefighters, the test dummy used shall be a

95th percentile hybrid III male weighing 225 pounds

rather than the 50th percentile male dummy weighing

165 pounds as referenced in FMVSS 208. The model

of seats shall also have successfully completed the

flammability of materials used in the occupant

compartments of motor vehicles as outlined in FMVSS

302, of which decides the burning rate of materials in

the occupant compartments of motor vehicles.

Twin-City Fire Department Pumper Tender - 2013 Page 63

DESCRIPTIONException

Yes No

MEETS

SPECS

12.244 SEAT BACK REAR FACING OUTER

12.244.1 The rear facing outboard seat shall feature a Bostrom

SecureAll™ self contained breathing apparatus (SCBA)

locking system which shall store most U.S. and

International SCBA brands and bottle sizes while in

transit or for storage within the seat back. The bracket

shall be easily adjustable for all SCBA brands and

cylinder diameters. All adjustment points shall utilize

similar hardware and adjustments shall be made with

one tool.

12.244.2 The bracket shall be adjustable to compensate for

different cylinder lengths without the use of tools. The

adjustment shall be made by raising a lever and moving

the top clamp vertically.

12.244.3 The bracket system shall be free of straps that may

interfere with auxiliary equipment on SCBA units. The

center guide fork shall keep the SCBA tank in place for

a safe and comfortable fit in the seat back cavity. The

SCBA unit simply needs to be pushed against the pivot

arm to engage the patented auto-locking system. Once

the lock is engaged, the top clamp shall surround the

top of the SCBA tank for a secure fit in all directions .

12.244.4 The SecureAll™ shall include a release handle which

shall be integrated into the center of the bottom seat

cushion for easy access and to eliminate hooking the

release handle with clothing or other equipment.

12.244.5 The seat back shall include a removable padded cover

which shall be provided over the SCBA cavity.

12.245 SEAT MOUNTING REAR FACING OUTER

12.245.1 The rear facing outer seats shall offer special mounting

positions which shall be 2.00 inches towards the rear

wall offering additional space between the front seats

and the outer rear facing seats.

12.246 SEAT REAR FACING CENTER LOCATION

12.246.1 The crew area shall include one (1) rear facing crew

seat located directly behind the engine tunnel in the

center of the cab.

12.247 SEAT CREW REAR FACING CENTER

12.247.1 The crew area shall include a seat in the rear facing

center position which shall be a H.O. Bostrom Firefighter

series. The seat shall feature a tapered and padded

seat back and cushion. The bottom cushion shall be

spring load hinged and compact in design for additional

room and shall remain in the stored position until

occupied.

12.247.2 The seat shall feature an all belts to seat (ABTS) style of

safety restraint. The ABTS feature shall include a three-

point shoulder harness with the lap belt and automatic

retractor as an integral part of the seat assembly. The

buckle portion of the seat belt shall extend from the seat

base towards the driver position within easy reach of the

occupant.

12.247.3 The minimum vertical dimension from the seat H-point

to the ceiling for each belted seating position shall be

35.00 inches.

Twin-City Fire Department Pumper Tender - 2013 Page 64

DESCRIPTIONException

Yes No

MEETS

SPECS

12.247.4 This model of seat shall have successfully completed

the static load tests by FMVSS 207/210. This testing

shall include a simultaneous forward load of 3000

pounds each on the lap and shoulder belts and twenty

(20) times the weight through the center of gravity. This

model of seat installed in the cab model, as specified,

shall have successfully completed the dynamic sled

testing using FMVSS 208 as a guide with the following

accommodations.

12.247.5 In order to reflect the larger size outfitted firefighters, the

test dummy used shall be a 95th percentile hybrid III

male weighing 225 pounds rather than the 50th

percentile male dummy weighing 165 pounds as

referenced in FMVSS 208. The model of seats shall

also have successfully completed the flammability of

materials used in the occupant compartments of motor

vehicles as outlined in FMVSS 302, of which decides

the burning rate of materials in the occupant

compartments of motor vehicles.

12.248 SEAT BACK REAR FACING CENTER

12.248.1 The rear facing center seat shall feature a SecureAll™

self contained breathing apparatus (SCBA) locking

system which shall be one bracket model and store

most U.S. and International SCBA brands and sizes

while in transit or for storage within the seat back. The

bracket shall be easily adjustable for all SCBA brands

and cylinder diameters. All adjustment points shall utilize

similar hardware and adjustments shall be made with

one tool.

12.248.2 The bracket shall be adjustable to compensate for

different cylinder lengths without the use of tools. The

adjustment shall be made by raising a lever and moving

the top clamp vertically.

12.248.3 The bracket system shall be free of straps and clamps

that may interfere with auxiliary equipment on SCBA

units. The center guide fork shall keep the SCBA tank

in place for a safe and comfortable fit in the seat back

cavity. The SCBA unit simply needs to be pushed

against the pivot arm to engage the patented auto-

locking system. Once the lock is engaged, the top

clamp shall surround the top of the SCBA tank for a

secure fit in all directions.

12.248.4 The SecureAll™ shall include a release handle which

shall be integrated into the seat cushion for quick and

easy release. This shall eliminate the need for straps or

pull cords to interfere with other SCBA equipment.

12.248.5 The seat back shall include a removable padded cover

which shall be provided over the SCBA cavity.

12.249 SEAT BELT ORIENTATION CREW

12.249.1 The crew position seat belts shall follow the standard

orientation which extends from the outboard shoulder

extending to the inboard hip.

12.250 SEAT MOUNTING REAR FACING CENTER

12.250.1 The rear facing center seat shall be mounted facing the

rear of the cab.

Twin-City Fire Department Pumper Tender - 2013 Page 65

DESCRIPTIONException

Yes No

MEETS

SPECS

12.251 SEAT FRAME REAR FACING CENTER

12.251.1 The rear facing center seating shall include a seat frame

which is located and installed behind the engine tunnel.

The seat frame shall measure 46.15 inches wide X

12.00 inches high X 15.88 inches deep. The face shall

include a cutout measuring 32.00 inches wide X 8.75

inches high to allow air flow and access to the under

seat climate control. The seat frame shall be

constructed of 0.19 inch thick Marine Grade 5052-H32

smooth aluminum plate. The seat box shall be painted

with the same color as the remaining interior.

12.252 CAB FRONT UNDERSEAT STORAGE ACCESS

12.252.1 The left and right under seat storage areas shall have a

vented aluminum hinged door with non-locking latch.

12.253 SEAT COMPARTMENT DOOR FINISH

12.253.1 All underseat storage compartment access doors shall

have a Zolatone #20-72 silver gray texture.

12.254 HELMET STORAGE FRONT SEATS - LOCATION

12.254.1 Truck #1 - North Battleford: The front cab area shall

include two (2) helmet storage brackets located

overhead on the right and left hand sides of the raised

roof slope of the cab.

12.254.2 Truck #2 - Swift Current: The front cab area shall

include five (5) helmet storage pouches which shall be

located on the forward facing lower portion of the pump

panel area. These pouches shall be the ZICO PGPB-2

Horizontal Helmet Pouch.

12.255 HELMET STORAGE FRONT

12.255.1 Truck #1 - North Battleford: The front cab area shall

include: Ziamatic model UHH-1 helmet storage bracket

designed to meet current NFPA regulations. The UHH-1

shall securely fasten fire helmets to flat cab surfaces.

The UHH-1 utilizes a helmet hook and an adjustable

strap to accommodate nearly any helmet size or

configuration.

12.256HELMET STORAGE REAR FACING CREW OUTER

LOCATION

12.256.1 Truck #1 - North Battleford: The front outboard crew

area of the cab shall include two (2) helmet storage

brackets. The brackets shall be located overhead on

both the right and left side.

12.257 HELMET STORAGE REAR FACING CREW OUTER

12.257.1 Truck #1 - North Battleford: The front outer crew area

shall include: Ziamatic model UHH-1 helmet storage

bracket designed to meet current NFPA regulations.

The UHH-1 shall securely fasten fire helmets to flat cab

surfaces. The UHH-1 utilizes a helmet hook and an

adjustable strap to accommodate nearly any helmet size

or configuration.

12.258HELMET STORAGE FRONT CREW CENTER

LOCATION

12.258.1 Truck #1 - North Battleford: The front inboard crew

area of the cab shall include one (1) helmet storage

bracket located overhead in the center.

Twin-City Fire Department Pumper Tender - 2013 Page 66

DESCRIPTIONException

Yes No

MEETS

SPECS

12.259 HELMET STORAGE FRONT CREW CENTER

12.259.1 Truck #1 - North Battleford: The front center crew

area shall include: Ziamatic model UHH-1 helmet

storage bracket designed to meet current NFPA

regulations. The UHH-1 shall securely fasten fire

helmets to flat cab surfaces. The UHH-1 utilizes a

helmet hook and an adjustable strap to accommodate

nearly any helmet size or configuration.

12.260 WINDSHIELD WIPER SYSTEM

12.260.1 The cab shall include a dual arm wiper system which

shall clear the windshield of water, ice and debris.

There shall be two (2) windshield wipers which shall be

affixed to a radial wet arm. The system shall include a

single motor which shall initiate the arm in which both

the left hand and right hand windshield wipers are

attached, initiating a back and forth motion for each

wiper. The wiper motor shall be activated by an

intermittent wiper control located within easy reach of

the driver‟s position.

12.261ELECTRONIC WINDSHIELD FLUID LEVEL

INDICATOR

12.261.1 The windshield washer fluid level shall be monitored

electronically. When the washer fluid level becomes low

the yellow “Check Message Center” indicator light on

the instrument panel shall illuminate and the message

center in the dual air pressure gauge shall display a

“Check Washer Fluid Level” message.

12.262 CAB DOOR HARDWARE

12.262.1 The cab entry doors shall be equipped with exterior pull

handles, suitable for use while wearing firefighter

gloves. The handles shall be made of aluminum with a

chrome plated finish.

12.262.2 The interior exit door handles shall be flush paddle type

with a black finish, which are incorporated into the upper

door panel.

12.262.3 All cab entry doors shall include locks which are keyed

alike. The door locks shall be designed to prevent

accidental lockout.

12.262.4 The exterior pull handles shall include a scuff plate

behind the handle constructed of polished stainless

steel to help protect the cab finish.

12.263 DOOR LOCKS

12.263.1 Each cab entry door shall include a manually operated

door lock. Each door lock may be actuated from the

inside of the cab by means of a red knob located on the

paddle handle of the respective door or by using a

TriMark key from the exterior. The door locks are

designed to prevent accidental lock out.

12.264 DOORLOCK LH REAR CAB COMPARTMENT

12.264.1 The left hand side rear compartment shall feature a

manual door lock.

12.265 DOOR LOCK RH REAR CAB COMPARTMENT

12.265.1 The right hand side rear compartment shall feature a

manual door lock.

Twin-City Fire Department Pumper Tender - 2013 Page 67

DESCRIPTIONException

Yes No

MEETS

SPECS

12.266 GRAB HANDLES

12.266.1 The cab shall include one (1) 18.00 inch knurled, anti-

slip, one-piece exterior assist handle behind each cab

door. The grab handle shall be made of 14 gauge 304-

stainless steel and be 1.25 inch diameter to enable non-

slip assistance with a gloved hand.

12.267 REARVIEW MIRRORS

12.267.1 Ramco model CRM-310-1750-TPCHR bus style mirrors

shall be provided. The mirror heads shall be injection

molded chrome plated ABS plastic and shall measure

9.50 inches wide X 17.50 inches high. The mirrors shall

be mounted one (1) on each the driver and officer doors

of the cab with polished die-cast aluminum arms.

12.267.2 The mirrors shall feature an upper heated remote

controlled convex glass with a lower heated remote

controlled flat glass. The mirror control switches shall be

located within easy reach of the driver. The mirrors shall

be manufactured using the finest quality non-glare glass

and shall feature a rigid mounting thereby reducing

vibration. The mirrors shall be corrosion free under all

weather conditions.

12.268 REARVIEW MIRROR HEAT SWITCH

12.268.1 The heat for the rearview mirrors shall be controlled

through a virtual button on the Vista display and control

screen.

12.269 TRIM LOWER SIDE

12.269.1 A stainless steel trim band, 10.00 inches high, with

upper and lower black and chrome trim moldings, shall

be installed on the lower exterior sides of the cab and

doors. The trim shall be installed so that the top edge

approximately 1.00 inch below the top of the front

bumper, and shall be affixed without holes and

fasteners.

12.270 TRIM LOWER SIDE FRONT

12.270.1 A stainless steel trim band, 10.00 inches high, with

upper and lower black and chrome trim moldings, shall

be installed on the lower exterior sides of the cab

between the front bumper and the front doors. The trim

shall be installed so that the top edge is approximately

1.00 inch below the top of the front bumper, and shall be

affixed without holes and fasteners.

12.271 EXTERIOR TRIM REAR CORNER

12.271.1 There shall be mirror finish stainless steel scuff plates

on the outside corners at the back of the cab. The

stainless steel plate shall be affixed to the cab using two

sided adhesive tape.

12.272 CAB FENDER

12.272.1 Full width wheel well liners shall be installed on the

extruded cab to limit road splash and enable easier

cleaning. Each two-piece liner shall consist of an inner

liner 16.00 inches wide made of vacuum formed ABS

composite and an outer fenderette 3.50 inches wide

made of 12 gauge polished aluminum.

Twin-City Fire Department Pumper Tender - 2013 Page 68

DESCRIPTIONException

Yes No

MEETS

SPECS

12.273 MUD FLAPS FRONT

12.273.1 The front wheel wells shall have mud flaps installed on

them.

12.274 CAB EXTERIOR FRONT & SIDE EMBLEMS

12.274.1 There shall be two (2) Spartan emblems for the exterior

sides of the cab shipped loose with the chassis for

installation by the body manufacturer.

12.275 CAB EXTERIOR MODEL NAMEPLATE

12.275.1 The cab shall include custom “Gladiator” nameplates on

the front driver and officer side doors.

12.276 IGNITION

12.276.1 A master battery system with a keyless start ignition

system shall be provided. Each system shall be

controlled by a one-quarter turn Cole Hersee switch,

both of which shall be mounted to the left of the steering

wheel on the dash.  A chrome push type starter button

shall be provided adjacent to the master battery and

ignition switches.

12.276.2 Each switch shall illuminate a green LED indicator light

on the dash when the respective switch is placed in the

“ON” position

12.276.3 The starter button shall only operate when both the

master battery and ignition switches are in the “ON”

position.

12.276.4 There shall be a "Battery On" indicator light mounted in

front of the left side door under the battery conditioner

display.

12.277 BATTERY

12.277.1 The single start electrical system shall include six (6)

Harris BCI 31 950 CCA batteries with a 210 minute

reserve capacity and 4/0 welding type dual path starter

cables per SAE J541. The cables shall have

encapsulated ends with heat shrink and sealant.

12.278 BATTERY TRAY

12.278.1 The batteries shall be installed within two (2) steel

battery trays located on the left side and right side of the

chassis, securely bolted to the frame rails. The battery

trays shall be coated with the same material as the

frame.

12.278.2 The battery trays shall include drain holes in the bottom

for sufficient drainage of water. A durable, non-

conducting, interlocking mat made by Dri-Dek shall be

installed in the bottom of the trays to allow for air flow

and help prevent moisture build up. The batteries shall

be held in place by non-conducting phenolic resin hold

down boards.

12.279 BATTERY BOX COVER

12.279.1 Each battery box shall include a steel cover which

protects the top of the batteries. Each cover shall

include flush latches which shall keep the cover secure

as well as a black powder coated handle for

convenience when opening.

Twin-City Fire Department Pumper Tender - 2013 Page 69

DESCRIPTIONException

Yes No

MEETS

SPECS

12.280 BATTERY CABLE

12.280.1 The starting system shall include cables which shall be

protected by 275 degree F. minimum high temperature

flame retardant loom, sealed and encapsulated at the

ends with heat shrink and sealant.

12.281 BATTERY JUMPER STUD

12.281.1 The starting system shall include battery jumper studs.

These studs shall be located in the forward most portion

of the driver's side lower step. The studs shall allow the

vehicle to be jump started, charged, or the cab to be

raised in an emergency in the event of battery failure.

12.282 ALTERNATOR

12.282.1 The charging system shall include a 270 amp Leece

Neville 12 volt alternator.   The alternator shall include a

self-excited integral regulator.

12.283 STARTER MOTOR

12.283.1 The single start electrical system shall include a

Prestolite brand starter motor.

12.284 BATTERY CONDITIONER

12.284.1 A Kussmaul 35/10 battery conditioner shall be supplied.

The battery conditioner shall provide a 35 amp output

for the chassis batteries and a 10 amp battery saver

output. The battery conditioner shall be mounted in the

cab behind the driver's seat.

12.285 BATTERY CONDITIONER DISPLAY

12.285.1 A Kussmaul battery conditioner display shall be

supplied. The battery conditioner display shall be

mounted in front of the left side door just below the

windshield.

12.286 AUXILIARY AIR COMPRESSOR

12.286.1 A Kussmaul Auto Pump 120V air compressor shall be

supplied. The air compressor shall be installed behind

the driver's seat. The air compressor shall be plumbed

to the air brake system to maintain air pressure.

12.287 ELECTRICAL INLET

12.287.1 A Kussmaul 20 amp super auto-eject electrical

receptacle shall be supplied. It shall automatically eject

the plug when the starter button is depressed

A single item or an addition of multiple items must not

exceed the rating of the electric inlet that it‟s connected

to.

Amp Draw Reference List

Kussmaul 1000 Charger - 3.5 Amps

Kussmaul 1200 Charger - 10 Amps

Kussmaul 35/10 Charger - 10 Amps

1000W Engine Heater - 8.33 Amps

1500W Engine Heater - 12.5 Amps

120V Air Compressor - 4.2 Amps

12.288 ELECTRICAL INLET LOCATION

12.288.1 An electrical inlet shall be installed on the left hand side

of cab over the wheel well in the forward position

12.289 ELECTRICAL INLET CONNECTION

12.289.1 The electrical inlet shall be connected to the battery

conditioner and the air pump.

12.287.2

Twin-City Fire Department Pumper Tender - 2013 Page 70

DESCRIPTIONException

Yes No

MEETS

SPECS

12.290 ELECTRICAL INLET COLOR

12.290.1 The electrical inlet connection shall include a yellow

cover

12.291 AUXILIARY ELECTRICAL INLET

12.291.1 An auxiliary Kussmaul 20 amp electrical receptacle shall

be supplied

A single item or an addition of multiple items must not

exceed the rating of the electric inlet that it‟s connected

to.

Amp Draw Reference List

Kussmaul 1000 Charger - 3.5 Amps

Kussmaul 1200 Charger - 10 Amps

Kussmaul 35/10 Charger - 10 Amps

1000W Engine Heater - 8.33 Amps

1500W Engine Heater - 12.5 Amps

120V Air Compressor - 4.2 Amps

12.292 AUXILIARY ELECTRICAL INLET LOCATION

12.292.1 An auxiliary electrical inlet shall be installed in the left

hand side lower front step, forward of the standard rear

position

12.293 AUXILIARY ELECTRICAL INLET CONNECTION

12.293.1 The auxiliary electrical inlet shall be connected to the

block heater

12.294 AUXILIARY ELECTRICAL INLET COLOR

12.294.1 The auxiliary electrical inlet connection shall include a

red cover.

12.295 HEADLIGHTS

12.295.1 Two (2) headlamp and combination side marker/turn

lamp modules shall be part of the front cab fascia.  Each

module shall include one (1) rectangular halogen

high/low beam headlamp

12.296 FRONT TURN SIGNALS

12.296.1 The front fascia shall include two (2) Whelen model 600

4.00 inch X 6.00 inch programmable LED amber turn

signals which shall be installed above the headlights

12.297 HEADLIGHT LOCATION

12.297.1 The headlights shall be located on the front fascia of the

cab directly above the front warning lights

12.298 SIDE TURN/MARKER LIGHTS

12.298.1 The sides of the cab shall include two (2) LED round

side marker lights which shall be provided just behind

the front cab radius corners.

12.299 MARKER AND ICC LIGHTS

12.299.1 In accordance with FMVSS, there shall be five (5) LED

cab marker lamps designating identification, center and

clearance provided.  These lights shall be installed on

the face of the cab within full view of other vehicles from

ground level.

12.300 HEADLIGHT AND MARKER LIGHT ACTIVATION

12.300.1 The headlights and marker lights shall be controlled via

a virtual button on the Vista display and control screen.

The headlights and marker lights shall also be activated

when the engine is running. There shall be a virtual

dimmer control on the Vista display and control screen

to adjust the brightness of the dash lights.

12.291.2

Twin-City Fire Department Pumper Tender - 2013 Page 71

DESCRIPTIONException

Yes No

MEETS

SPECS

12.301 GROUND LIGHTS

12.301.1 Each door shall include an NFPA compliant LED ground

light mounted to the underside of the cab step below

each door. The lights shall include a polycarbonate

lens, a housing which is vibration welded and LEDs

which shall be shock mounted for extended life. The

ground lighting shall be activated by the opening of the

door on the respective cab side, when the parking brake

is set and through a virtual button on the Vista display

and control screen.

12.302 STEP LIGHTS

12.302.1 The middle step located at each door shall include a

recess mounted 4.00 inch round LED light which shall

activate with the opening of the respective door

12.303 ENGINE COMPARTMENT LIGHT

12.303.1 There shall be an incandescent NFPA compliant light

mounted under the engine tunnel for area work lighting

on the engine. The light shall include a polycarbonate

lens, a housing which is vibration welded and a bulb

which shall be shock mounted for extended life. The

light shall activate automatically when the cab is tilted

12.304 SIDE SCENE LIGHTS

12.304.1 The side of the cab shall include two (2) Whelen 900

series model 9SC0ENZR scene lights, one (1) each

side, which shall be surface mounted with a black

bezel.  The Whelen lights shall offer LED lighting at a

gradient 32-degree angle.

12.305 SIDE SCENE LIGHT LOCATION

12.305.1 The scene lighting located on the left and right sides of

the cab shall be mounted in the upper forward portion of

the 24.00 inch raised roof of the cab between the front

and rear crew doors.

12.306 SIDE SCENE ACTIVATION

12.306.1 The scene lights shall be activated by two (2) virtual

buttons on the Vista display and control screen(s), one

(1) for each light.

12.307 INTERIOR OVERHEAD LIGHTS

12.307.1 The cab shall include a two-section, red and clear

Weldon LED dome lamp located over each door. The

dome lamps shall be rectangular in shape and shall

measure approximately 7.00 inches in length X 3.00

inches in width with a black colored bezel. The clear

portion of each lamp shall be activated by opening the

respective door and via the multiplex display and both

the red and clear portion can be activated by individual

push lenses on each lamp.

12.307.2 An additional incandescent three (3) light module with

dual map lights shall be located over the engine tunnel

which can be activated by individual switches on the

lamp.

12.308 AUXILIARY DOME LIGHT MID CREW

12.308.1 The cab shall include two (2) 7.00 inch auxiliary dome

lights on the headliner in the middle of the crew area

inboard of the outer seats. The lights shall include red

lenses. The lights shall be activated by the rear doors

as well as an individual switch located on the side of

each light.

Twin-City Fire Department Pumper Tender - 2013 Page 72

DESCRIPTIONException

Yes No

MEETS

SPECS

12.309 AUXILIARY DOME LIGHT REAR CREW

12.309.1 The cab shall include four (4) 7.00 inch auxiliary dome

lights on the headliner in the pump panel hood extension

of the cab above the pump panel. Two (2) lights shall

include clear lenses and two (2) lights shall include red

lenses. The color of the lights from left to right shall be

red, clear, clear, red. The red lights shall be activated by

the rear doors as well as an individual switch located on

the side of the light and the clear lights will be activated

by the individual switch located on the side of the light

only.

12.310 INTERIOR UNDERDASH LIGHT

12.310.1 The area under the dash shall include two (2) red lights,

one (1) under the left hand dash and one (1) under the

right hand dash. The lights shall be activated by a virtual

button on the Vista display and control screen.

12.311 MAP LIGHTS

12.311.1 A Sunnex gooseneck style map light shall be provided.

The light shall have a clear bulb and a control switch on

the base. The light shall be located on the right hand

side of the dash.

12.312 SPOTLIGHT

12.312.1 The officer position shall include one (1) 12 volt

Optronics KB-4003 hand-held spotlight which shall be

mounted to the right of the engine tunnel. The spotlight

shall provide 400,000 candlepower of illumination and

shall include a 10.00 foot coil cord and a momentary

push button switch.

12.313 DO NOT MOVE APPARATUS LIGHT

12.313.1 The front headliner of the cab shall include a flashing

red light clearly labeled "Do Not Move Apparatus". In

addition to the flashing red light, an audible alarm shall

be included which shall sound while the light is

activated.

12.313.2 The flashing red light shall be 6.00 inches long X 2.50

inches wide X 1.75 inches high and shall be located

centered left to right for greatest visibility.

12.313.3 The light and alarm shall be interlocked for activation

when: a cab door is not firmly closed, an apparatus

compartment door is not closed, the plumbed monitor is

not in a lowered position, hose bed covers are not in a

closed position or the command light is not properly

stowed and the parking brake is released.

12.314 MASTER WARNING SWITCH

12.314.1 A master switch shall be included, as a virtual button on

the Vista display and control screen which shall be

labeled “E Master” for identification. The button shall

feature control over all devices wired through it. Any

warning device switches left in the “ON” position when

the master switch is activated shall automatically power

up.

Twin-City Fire Department Pumper Tender - 2013 Page 73

DESCRIPTIONException

Yes No

MEETS

SPECS

12.315 HEADLIGHT FLASHER

12.315.1 An alternating high beam headlight flashing system shall

be installed into the high beam headlight circuit which

shall allow the high beams to flash alternately from left

to right.

12.315.2 Deliberate operator selection of high beams will override

the flashing function until low beams are again selected.

Per NFPA, these clear flashing lights will also be

disabled “On Scene” when the park brake is applied.

12.316 HEADLIGHT FLASHER SWITCH

12.316.1 The flashing headlights shall be activated through a

virtual button on the Vista display and control screen.

12.317 INBOARD FRONT WARNING LIGHTS

12.317.1 The cab front fascia shall include Four (4) Whelen 600

series Super LED front warning lights in the left and right

inboard positions and two in the outboard position. The

lights shall feature multiple flash patterns including

steady burn for solid colors and multiple flash patterns

for split colors. The lights shall be mounted to the front

fascia of the cab within a chrome bezel.

12.318 INBOARD FRONT WARNING LIGHTS COLOR

12.318.1 The warning lights mounted on the cab front fascia in

the inboard positions shall be red.

12.319 FRONT WARNING SWITCH

12.319.1 The front warning lights shall be controlled through a

virtual control on the Vista display and control screen.

This switch shall be clearly labeled for identification

12.320 INTERSECTION WARNING LIGHTS

12.320.1 The chassis shall include two (2) Whelen 600 series

Super LED intersection warning lights, one (1) each

side. The lights shall feature multiple flash patterns

including steady burn for solid colors and multiple flash

patterns for split colors.

12.321 INTERSECTION WARNING LIGHTS COLOR

12.321.1 The intersection lights shall be red.

12.322 INTERSECTION WARNING LIGHTS LOCATION

12.322.1 The intersection lights shall be mounted on the side of

the bumper.

12.323 SIDE WARNING LIGHTS

12.323.1 The cab sides shall include two (2) Whelen 600 series

Super LED warning lights, one (1) on each side. The

lights shall feature multiple flash patterns including

steady burn for solid colors and multiple flash patterns

for split colors. The lights shall be mounted to the sides

of the cab within a chrome bezel.

12.324 SIDE WARNING LIGHTS COLOR

12.324.1 The warning lights located on the side of the cab shall

be red.

12.325 SIDE WARNING LIGHTS LOCATION

12.325.1 The warning lights on the side of the cab shall be

mounted over the front wheel well directly over the

center of the front axle.

Twin-City Fire Department Pumper Tender - 2013 Page 74

DESCRIPTIONException

Yes No

MEETS

SPECS

12.326 SIDE AND INTERSECTION WARNING SWITCH

12.326.1 The side warning lights shall be controlled through a

virtual button on the Vista display and control screen.

This button shall be clearly labeled for identification.

12.327 TANK LEVEL LIGHTS

12.327.1 There shall be two (2) Whelen PSTANK water level light

strips surface mounted vertically, one (1) on each side

of the cab behind the rear cab doors.

12.327.2 The light strips shall feature four (4) colors of LED lights

to indicate the fluid level of a tank. The colors from top

to bottom shall be green, blue, amber, and red.

12.328 LIGHTBAR PROVISION

12.328.1 There shall be one (1) light bar installed on the cab roof.

The light bar shall be provided and installed by Spartan

Chassis. The light bar installation shall include mounting

and wiring to a control switch on the cab dash.

12.329 CAB FRONT LIGHTBAR

12.329.1 The lightbar provisions shall be for one (1) Whelen

brand Freedom FN72VLED lightbar mounted centered

on the front of the cab roof. The lightbar shall be 72.00

inches in length. The lightbar shall feature ten (10) red

LED lights and four (4) clear LED lights.  The clear lights

shall be disabled with park brake engaged.  The lightbar

shall include an Opticom mounted centered in the front

of the light bar.  The cable shall exit the lightbar on the

left side of the cab.

12.330 LIGHTBAR SWITCH

12.330.1 The light bar shall be controlled by a virtual button on

the Vista display and control screen. This button shall be

clearly labeled for identification.

12.331 TRAFFIC CONTROL

12.331.1 There shall be one (1) GTT (Global Traffic

Technologies) Opticom model 795H traffic control

optical emitter mounted in the lightbar on the front of the

cab roof.  The emitter shall be activated by a lighted

rocker switch on dash and shall be deactivated when

the parking brake is applied.

12.332 SIREN CONTROL HEAD

12.332.1 A Whelen 295HFS2 electronic siren control head with

remote amplifier shall be provided and flush mounted in

the switch panel with a location specific to the

customer‟s needs. The siren shall feature 200-watt

output, hands free mode and shall be in “standby” mode

awaiting instruction. The siren shall offer radio

broadcast, public address, wail, yelp, or piercer tones

and hands free operation which shall allow the operator

to turn the siren on and off from the horn ring if a

horn/siren selector switch option is also selected.

12.333 HORN BUTTON SELECTOR SWITCH

12.333.1 A virtual button on the Vista display and control screen

shall be provided to allow control of either the electric

horn or the air horn from the steering wheel horn button.

The electric horn shall sound by default when the

selector switch is in either position to meet FMCSA

requirements

Twin-City Fire Department Pumper Tender - 2013 Page 75

DESCRIPTIONException

Yes No

MEETS

SPECS

12.334 AIR HORN ACTIVATION

12.334.1 The air horn activation shall be accomplished by the

steering wheel horn button for the driver and a black

momentary push button on the switch panel. An air horn

activation circuit shall be provided to the chassis

harness pump panel harness connector.

12.335 ELECTRONIC SIREN AUXILIARY ACTIVATION

12.335.1 The electronic siren shall include activation by left and

right hand side foot switches

12.336 BACK-UP ALARM

12.336.1 An ECCO model 575 backup alarm shall be installed at

the rear of the chassis with an output level of 107 dB.

The alarm shall automatically activate when the

transmission is placed in reverse.

12.337 INSTRUMENTATION

12.337.1 An ergonomically designed instrument panel shall be

provided. Each gauge shall be backlit with LED lamps.

Stepper motor movements shall drive all gauges. The

instrumentation system shall be multiplexed and shall

receive ABS, engine, and transmission information over

the J1939 data bus to reduce redundant sensors and

wiring.

The instrument panel shall contain the following gauges:

- One (1) electronic speedometer shall be included. The

primary scale on the speedometer shall read from 0 to

160 KM/H, and the secondary scale on the speedometer

shall read from 0 to 100 MPH.- One (1) electronic tachometer shall be included. The

scale on the tachometer shall read from 0 to 3000 RPM.

- One (1) two-movement gauge displaying primary

system, and secondary system air volumes and integral

LCD odometer/trip odometer shall be included on the

lower portion of the LCD. The scale on the air pressure

gauges shall read from 0 to 150 pounds per square inch

(PSI). The air pressure scales shall be linear to operate

with an accuracy of 1 degree of the measured data with

a red indication zone on the gauge showing critical

levels of air pressure. A red indicator light in the gauge

shall indicate a low air pressure, as well as a message

on the LCD screen. The odometer shall display up to

9,999,999.9 kilometers. The trip odometer shall display

9,999.9 kilometers. The LCD shall display Transmission

Temperature in degrees Fahrenheit on the upper portion

of the LCD. The LCD screen shall also be capable of

displaying certain diagnostic functions.

12.337.2

Twin-City Fire Department Pumper Tender - 2013 Page 76

DESCRIPTIONException

Yes No

MEETS

SPECS

- One (1) four-movement gauge displaying engine oil

pressure, coolant temperature, fuel level, voltmeter, and

an indicator bar displaying Diesel Exhaust Fluid (DEF)

LED bar shall be included. The scale on the engine oil

pressure gauge shall read from 0 to 120 pounds per

square inch (PSI). The engine oil pressure scale shall

be linear to operate with an accuracy of 1 degree of the

measured data. A red indicator light in the gauge shall

indicate a low engine oil pressure, as well as a message

on the LCD screen. The scale on the coolant

temperature gauge shall read from 100 to 250 degrees

Fahrenheit (F).

12.337.7 The coolant temperature scale shall be linear to operate

with an accuracy of 1 degree of the measured data with

a red indication zone on the gauge showing critical

levels of air pressure. A red indicator light in the gauge

shall indicate high coolant temperature, as well as a

message on the LCD screen. The scale on the fuel

level gauge shall read from empty to full as a

percentage of fuel remaining. An amber indicator light

shall indicate low fuel at 25% tank level. The scale on

the voltmeter shall read from 10 to 16 volts with a red

indication zone on the gauge showing critical levels of

battery voltage. A red indicator light shall indicate high

or low system voltage, as well as a message on the

LCD screen. The scale on the DEF LED bar will consist

of four (4) LEDs displaying levels in increments of 25%

of useable DEF in green. Upon decreasing levels, the

indicator bar will change colors to notify the driver of

decreasing levels of DEF and action will be required.

An amber indicator light shall indichall be equipped with

an electronic control suitable for installation on the pump

p

12.337.8 The instrument panel shall include a light bar that will

contain the following LED indicator lights:

RED LAMPS:

* Low Primary Air Pressure (located in gauge)

* Low Secondary air Pressure (located in gauge)

* Stop Engine-indicates critical engine fault

* Air Filter Restricted-indicates excessive engine air

intake restriction

* Park Brake-indicates parking brake is set

* Seat Belt Indicator-indicates when a seat is occupied

and corresponding seat belt remains unfastened

* Volts-indicates high or low system voltage (located in

gauge)

* Low Oil Pressure-indicates low engine oil pressure

(located in gauge)

* High Coolant Temperature-indicates excessive engine

coolant temperature (located in gauge)

* DEF Level Bar-DEF level is at critically low level

(located in gauge)

12.337.2

Twin-City Fire Department Pumper Tender - 2013 Page 77

DESCRIPTIONException

Yes No

MEETS

SPECS

AMBER LAMPS:

* MIL-indicates an engine emission control system fault

* Check Engine-indicates engine fault

* Check Trans-indicates transmission fault

* High Transmission Temperature-indicates excessive

transmission oil temperature

* ABS-indicates anti-lock brake system fault

* Wait to Start-indicates active engine air preheat cycle

* HEST-indicates a high exhaust system temperature

* Water in Fuel-indicates presence of water in fuel filter

* DPF -indicates a restriction of the diesel particulate

filter

* Regen Inhibit-indicates regeneration has been

postponed due to user interaction

* Range Inhibit-indicates a transmission operation is

prevented and requested shift request maynot occur

* SRS-indicates a problem in the RollTek supplemental

restraint system

* Low Fuel-indicates low fuel, (located in gauge)

* DEF-indicates a low level of DEF fluid (located in

gauge)

* DEF Level Bar-DEF level is at a low level (located in

gauge)

GREEN LAMPS:

* Left and Right turn signal indicators

* ATC-indicates low wheel traction for automatic traction

control equipped vehicles, also indicates mud/snow

mode is active for ATC system* High Idle-indicates engine high idle is active

* Cruise Control-indicates cruise control is active

* OK to Pump-indicates the pump engage conditions

have been met

* Pump Engaged-indicates the pump is currently in use

* Auxiliary Brake-indicates secondary braking device is

active

* DEF Level Bar-indicates useable levels of DEF: 25%,

50%, 75%, 100% (located in gauge)

BLUE LAMPS:

* High Beam Indicator

CONSTANT AUDIBLE ALARMS FROM GAUGE

PACKAGE:

* High Trans Temp

* High or Low Voltage

* Seatbelt

* Check Engine

* Check Transmission

* Stop Engine

* Low Air Pressure

* Fuel Low

* Water in Fuel

* ESC

* High Coolant Temperature

* Low Engine Oil Pressure

* Low Coolant Level

* Low DEF Level

Twin-City Fire Department Pumper Tender - 2013 Page 78

DESCRIPTIONException

Yes No

MEETS

SPECS

OSCILLATING AUDIBLE ALARMS FROM GAUGE

PACKAGE:

* Air Filter

* Extended Left and Right Turn remaining on

* Cab Ajar

* Door Ajar

* Low Oil Level

BACKLIGHTING COLOR:

The instrumentation gauges and the switch panel

legends shall be backlit using red LED backlighting.

12.338 CAMERA

12.338.1 An Audiovox Voyager heavy duty rearview camera

system shall be supplied. One (1) box shaped camera

shall be shipped loose for OEM installation in the body

to afford the driver a clear view to the rear of the vehicle,

a second box shaped camera shall be supplied above

the front door on the officer side of the cab and a third

box shaped camera on the driver side above the front

door.

12.338.2 The cameras shall be wired to two (2) Weldon single

Vista displays located, one (1) on the driver dash and

one (1) on the officer dash. The rear camera display

shall activate when the vehicle‟s transmission is placed

in reverse. The side camera display shall activate when

the respective side turn signal is activated. The camera

system display can also be activated through the Vista

display panel.

12.339 COMMUNICATION ANTENNA

12.339.1 An antenna base, for use with an NMO type antenna,

shall be mounted on the right hand front corner of the

cab roof so not to interfere with light bars or other roof

mounted equipment installed by Spartan Chassis. The

antenna base shall be an Antenex model MABVT8

made for either a 0.38 inch or 0.75 inch receiving hole in

the antenna and shall include 17.00 foot of RG58 A/U

cable with no connector at the radio end of the cable.

The antenna base design provides the most corrosion

resistance and best power transfer available from a high

temper all brass construction and gold plated contact

design. The antenna base shall be provided by Spartan.

12.340 COMMUNICATION ANTENNA CABLE ROUTING

12.340.1 The antenna cable shall be routed from the antenna

base mounted on the roof to the area inside the center

rocker switch console

12.341 AUXILIARY COMMUNICATION ANTENNA

12.341.1 An auxiliary antenna base, for use with an NMO type

antenna, shall be installed on the cab. The antenna

base shall be an Antenex model MABVT8 and shall

include 17.00 foot of RG58 A/U cable with no connector

at the radio end of the cable. The antenna shall be

mounted on the left hand front corner of the cab roof so

not to interfere with light bars or other roof mounted

equipment installed by Spartan Chassis. The antenna

base shall be provided by Spartan.

Twin-City Fire Department Pumper Tender - 2013 Page 79

DESCRIPTIONException

Yes No

MEETS

SPECS

12.342AUXILIARY COMMUNICATION ANTENNA CABLE

ROUTING

12.342.1 The auxiliary antenna cable shall be routed from the

antenna basemounted on the roof to the area inside the

center rocker switch console.

12.343 CAB EXTERIOR PROTECTION

12.343.1 The cab face shall have a removable plastic film

installed over the painted surfaces to protect the paint

finish during transport to the body manufacturer.

12.344 FIRE EXTINGUISHER

12.344.1 A five (5) pound D.O.T approved fire extinguisher with

ABC rating shall be shipped loose with the cab.

12.345 DOOR KEYS

12.345.1 The cab and chassis shall include a total of four (4) door

keys for the manual door locks.

12.346 WARRANTY

12.346.1 The chassis manufacturer shall provide a limited parts

and labor warranty to the original purchaser of the

custom built cab and chassis for a period of twenty-four

(24) months, or the first 36,000 miles, whichever occurs

first. The warranty period shall commence on the date

the vehicle is accepted by the end user. The warranty

shall include conditional items listed in the detailed

warranty document which shall be provided with the

tender documents.

Twin-City Fire Department Pumper Tender - 2013 Page 80

DESCRIPTIONException

Yes No

MEETS

SPECS

13.1 PUMP HOUSE CONSTRUCTION

13.1.1 The pump house shall be a top mounted enclosed

design for a custom chassis

13.1.2 There shall be dual weather seal applied to the pump

house and chassis cab for premium weather resistance

even during frame flexing.

13.1.3 The pump house shall be full frame constructed from 2”

X 2” X .188” and 3” X 3” X .25 (6061-T6 / 6063-T6)

heavy-duty structural aluminum extrusions which shall

provide maximum strength and durability.

13.1.4. The pump house shall be attached to the chassis frame

with rubber flex joints, .25” thick heavy-duty mounting

plates and .5” grade 5 cadmium bolts with self locking

nuts.

13.1.5 The pump house shall be entirely painted inside and out

before it is installed on the chassis and before any

components or attachments are installed.

13.1.6 Upon completion of the pump house paint process, the

stainless steel pump panels shall be installed using an

isolation tape and stainless steel screws.

13.1.7 Each side of the pump house shall have a fixed step

attached and be integral with the pump house frame.

The step shall be located in a position to assist in

accessing the crosslay and the generato.

13.2 PUMP INSPECTION DOOR

13.2.1 The pump house interior shall be accessible by a large

(32” X 67”) high shine .125” aluminum checker plate

(3003-H14) inspection door positioned in the forward

face of the pump house structure.

13.2.2 This door shall have sufficient latch/handle assemblies

as required to secure the door in place.

13.2.3 This door shall be easily removable by unlatching, lifting,

and removing. This door shall be removable to provide

access to the pump for repair and maintenance without

removal of the pump.

13.3 PUMP HOUSE HEATERS

13.3.1 Two (2) 17,500 BTU forced air coolant heaters shall be

installed at the front lower section of the pump house,

one (1) at each side directly in front of all the drain

valves and auxiliary suction valves.

13.3.2 Heater control switches shall be located on the pump

operators control panel.

13.3.3 A heavy-duty barrier shall be installed under the cab

extension and to the top of the pump house to aid in

retention of pump compartment heat and to reduce

contaminants from entering the pump operator‟s area.

13.3.4 The bottom of the pump house shall be fitted with a

removable heat pan. The heat pan shall totally enclose

all sides, front, rear and bottom of the pump house.

13.3.5 The heat pan shall be constructed from aluminum and

shall be installed to the underside of the pump house in

a sliding tray that shall be split in the centre and easily

removable.

SECTION 13 - FIRE PUMP HOUSE

Twin-City Fire Department Pumper Tender - 2013 Page 81

DESCRIPTIONException

Yes No

MEETS

SPECS

13.4 GROMMETS

13.4.1 All 2 ½” discharge ports, 2 ½” suction inlets and 2 ½”

suction inlet control handles exiting through the stainless

steel side panels shall be sealed with rubber grommets.

13.5 PUMP ASSEMBLY

13.5.1 The fire pump shall be a Hale Qflo-Plus single stage

midship split drive line. (NO EXCEPTIONS)

13.5.2 The pump shall be designed to mount on the chassis

rails of a custom truck chassis and have the capacity of

1250 imperial gallons per minute, NFPA-1901 rated

performance.

13.5.3 The pump shall be driven by a drive line from the truck

transmission. The engine shall provide sufficient

horsepower and RPM to enable pump to meet and

exceed its rated performance.

13.5.4 The entire pump shall be assembled at the pump

manufacturer's factory and the entire pump, both suction

and discharge passages, hydrostatically tested to 600

PSI. The pump shall be tested at the pump

manufacturer's factory to confirm performance spots as

outlined by the latest edition of NFPA 1901. The pump

shall be free from objectionable pulsation and vibration

during testing and operation.

13.5.5 The pump body and related parts shall be constructed of

fine grain alloy cast iron with a minimum tensile strength

of 30,000 PSI (2,069 bar). All metal moving parts in

contact with water shall be of high quality bronze or

stainless steel. Pump utilizing castings made of

lower tensile strength cast iron not acceptable

13.5.6 Pump body shall be vertically split, on a single plane in

two sections for easy removal of entire impeller

assembly including wear rings and bearings from the

pump without disturbing piping or the mounting of the

pump in chassis.

13.5.7 The pump body shall extend as one piece across the

truck chassis from side to side and incorporate

discharge manifolding with a minimum of (1) 4” ports

and (9) 3” port.

13.5.8 The pump shaft shall be rigidly supported by three

bearings for minimum deflection. The bearings shall be

heavy-duty, deep groove ball bearings in the gearbox

and they shall be splash lubricated

13.5.9 The pump shall have one (1) mechanical seal on the

suction (inboard) side of the pump. The mechanical

seal must be spring loaded, maintenance free and self-

adjusting. Mechanical seal construction shall be a

carbon sealing ring, stainless steel coil spring, Viton

rubber cup, and a tungsten carbide seat.

13.5.10 Pump impeller shall be hard, fine grain bronze of the

mixed flow design; accurately machined and individually

balanced. The vanes of the impeller intake eyes shall

be of sufficient size and design to provide ample reserve

capacity utilizing minimum horsepower.

Twin-City Fire Department Pumper Tender - 2013 Page 82

DESCRIPTIONException

Yes No

MEETS

SPECS

13.5.11 Impeller clearance rings shall be bronze, easily

renewable without replacing the impeller or pump volute

body. (NO EXCEPTIONS)

13.5.12 The pump shaft shall be heat treated, electric furnace,

corrosion resistant, stainless steel for longer shaft life.

Pump shaft must be sealed with double-lip oil seal to

keep road dirt and water out of the gearbox

13.5.13 A Hale #DV-5 master drain valve shall be provided and

plumbed at the lowest point of the plumbing

13.5.14 A 2 ½” Elkhart model 40-20 flange mounted suction

relief valve shall be provided and installed in the suction

side of the pump. The discharge side of the valve shall

be plumbed to the area below the heat pan, away from

the pump operator. The relief valve shall have an

adjustable working range of 75 PSIG to 250 PSIG and

be pre-set at 125 PSIG.

13.5.15 One (1) 2 ½” gated inlet shall be provided on the left

side pump panel. This suction shall be provided with a

2 ½” Akron ¼ turn ball valve with replaceable ball, seals

and “O” rings. This suction valve shall be installed

behind the pump panel and controlled with a heavy duty

sealed air craft type cable from the top control operator's

panel. This suction shall have a .75" 1/4 turn drain

valve. This suction shall be equipped with a chrome

female swivel, screen, chrome plated rocker lug plug,

and retaining cable.

13.5.16 One (1) 2 ½” gated inlet shall be provided on the right

side pump panel. This suction shall be provided with a

2 ½” Akron ¼ turn ball valve with replaceable ball, seals

and “O” rings. This suction valve shall be installed

behind the pump panel and controlled with a heavy duty

sealed air craft type cable from the top control operator's

panel. This suction shall have a .75" 1/4 turn drain

valve. This suction shall be equipped with a chrome

female swivel, screen, chrome plated rocker lug plug,

and retaining cable.

13.6 GEARBOX

13.6.1 Pump gearbox shall be of sufficient size to withstand up

to 16,000 lbs. Ft. of drive through torque of the engine

system. The drive unit shall be designed of ample

capacity for lubrication reserve and to maintain the

proper operating temperature.

13.6.2 The gearbox drive shafts shall be of heat-treated

chrome nickel steel and at least 2¾ inches in diameter,

on both the input and output drive shafts. They shall

withstand the full torque of the engine.

13.6.3 All gears both drive and pump, shall be of highest quality

electric furnace chrome nickel steel. Bores shall be

ground to size and teeth integrated and hardened, to

give an extremely accurate gear for long life, smooth,

quiet running, and higher load carrying capacity. An

accurate cut spur design shall be provided to eliminate

all possible end thrust. (NO EXCEPTIONS)

Twin-City Fire Department Pumper Tender - 2013 Page 83

DESCRIPTIONException

Yes No

MEETS

SPECS

13.6.4 The pump ratio shall be selected by the apparatus

manufacturer to give maximum performance with the

engine and transmission selected.

13.6.5 The gearbox shall be equipped with an air powered,

power shift. The shifting mechanism shall be heat

treated, hard anodized aluminum power cylinder, with

stainless steel shaft. An in-cab control for rapid shift

shall be provided that locks in road or pump.

13.6.6 Three green warning lights shall be provided to indicate

to the operator when the truck has completed the shift

from “Road” to “Pump” position. Two green lights to be

located in the truck driving compartment and one green

light on the operator‟s panel adjacent to the throttle

control. All light to have appropriate

identification/instruction plates.

13.7 PRIMING PUMP

13.7.1 The priming pump shall be a positive displacement, oil-

less rotary vane electric motor driven pump conforming

to the requirements of NFPA 1901. The pump body

shall be manufactured of heat treated anodized

aluminum for wear and corrosion resistance.

13.7.2 The pump shall be capable of producing a minimum 24

Hg vacuum at 2000 feet above sea level.

13.7.3 The electric motor shall be 12 VDC or 24 VDC, Matched

to the Chassis voltage, totally enclosed unit.

13.7.4 The priming pump shall not require lubrication.

13.7.5 The priming pump shall be operated by a single push-

pull control valve mounted on the pump operator panel.

The control valve shall be all bronze construction.

13.8 ANODES

13.8.1 Three zinc consumable anodes shall be installed on the

pump - one on each suction tube and one on the

discharge.

13.9 MASTER INTAKE VALVE

13.9.1 There shall be two (2) master intake valves, one

mounted on each side of the pump.

13.9.2 The inlet valves shall be a full flow butterfly valve

designed to mount on the fire pump between the suction

tube extension and suction tube behind the pump

compartment panel. The valve shall not interfere with

other suction or discharge openings on the fire pump or

with operator controls when properly mounted.

13.9.3 The entire valve shall be manufactured and tested at the

pump manufacturer‟s factory

13.9.4 When the valve is installed in the fire pump suction, the

fire pump shall be capable of achieving an NFPA/ULC

test rating of 1500 US GPM through a single 6 inch NST

suction hose. When two valves are installed on the fire

pump, the pump shall be capable of achieving an

NFPA/ULC test rating of 2000 US GPM using dual 6

inch NST suction hose.

Twin-City Fire Department Pumper Tender - 2013 Page 84

DESCRIPTIONException

Yes No

MEETS

SPECS

13.9.5 The valve body and related components that are in

contact with water shall be manufactured of fine grained

corrosion resistant bronze.

13.9.6 The butterfly disc shall be manufactured from 80,000

PSI minimum yield strength heat treated cast steel then

coated with a durable nitrile rubber to provide a positive

seal when the valve is closed

13.9.7 Testing and rating of the valve shall be accomplished at

the valve manufacturer‟s factory. The valve, less relief

valve, shall be hydrostatically tested to 600 PSI. The

valve shall then be vacuum tested to 26 inches Hg.

13.9.8 A pressure relief valve shall be provided that is factory

set to 125 PSI and field adjustable from 75 to 250 PSI.

The pressure relief valve shall provide overpressure

protection for the suction hose even when the intake

valve is closed. An integral relief valve mounting pad

shall be provided on the valve body. This mounting pad

shall provide a Hale type 115 4-3/8 inch Bolt circle

flange for normal installation. The mounting pad shall

have 2½ inch NPT threads to permit remote mounting of

the relief valve without special adapters. The outlet

pressure relief valve shall have 2½ inch NPT threads to

allow directing the discharge flow away from the pump

operator position

13.9.9 The inlet valves shall be operated by a manual

handwheel located next to the suction tube.

13.9.10 Each valve shall be provided with panel placards

indicating control operation. The placards shall have

status lights to indicate whether the valve is open,

closed or traversing from one position to another.

13.9.11 Each valve shall be provided with a gear actuator that

will cycle the valve from OPEN to CLOSED position in

no less than 3 seconds. The gear actuators shall be

sealed units designed to provide reliable service in the

harsh pump compartment environment. The ratio of the

gear actuator shall be such that the handwheel will close

the valve in no more than 10 complete turns

13.9.12 The electrical wiring for the valve shall be minimum 14

AWG, type SXL or GXL (SAE J1128) and shall be

protected using 257o

F minimum flame retardant,

moisture resistant loom or braid. All electrical

connections used sealed Packard Weather Pack

connectors to provide extra protection from the harsh

pump compartment environment to ensure long life and

reliable operation.

13.9.13 The valve body shall have a ¾ inch female NPT

threaded port on the top to allow installation of an NFPA

compliant large diameter hose air bleeder valve. The air

bleeder valve shall be mounted on the operator panel

and be controlled by the pump operator. Air bleeder

valve connections shall have a restriction no larger than

¾ inch to prevent water hammer when filling the hose.

Twin-City Fire Department Pumper Tender - 2013 Page 85

DESCRIPTIONException

Yes No

MEETS

SPECS

13.9.14 The valve body shall have a ¼ inch female NPT

threaded port on the bottom to permit connection of an

individual water drain valve.

13.9.15 A suction tube extension 7¼ inches wide shall be used

to allow for additional length of the inlet valve. The

shorter suction extension, along with a 6 inch suction

tube, will keep the suction tube threads within the

apparatus running boards while maintaining clearance

for adapters.

13.9.16 The valve shall be equipped with o-ring seals for the

mounting flanges. The o-ring seal groove shall be sized

for proper squeeze of the o-ring for pressures of 600

PSI.

13.10 PUMP OPERATORS CONTROL PANEL

13.10.1 The pump operator‟s panel shall be transversally

mounted at the front of the pump body, enclosed by the

crew cab, provide convenient access to the operating

controls and maximize operator vision

13.10.2 The pump operator‟s panel shall be constructed from #4

finish, 14 gauge stainless steel. The top tier of the panel

shall be bottom hinged with a stainless steel piano hinge

and shall have two (2) lift and turn twist lock latches

located at the top of the panel for pump and gauge

servicing. This panel shall contain all gauges and

monitoring instruments

13.10.3 The bottom tier shall be screwed into place and be

removable for servicing. The lower level shall contain all

the valve controls, discharges, suctions, drains, etc. All

suction and discharge ports exiting through the panels

shall be laser cut to provide a smooth exact fit. No

cover overlay plates shall be used.

13.10.4 The side pump panels shall be constructed from #4

finish, 14 gauge stainless steel. Both the right side and

the left side pump panels shall be bolted to the to the

pump house for ease of removal.

13.10.5 All valve controls shall use twist lock control handles

connected to stainless steel sealed aircraft type cables.

13.10.6 The panel shall provide all controls, instrument panels,

valves and gauges for operating and monitoring pump

and engine

13.10.7 All gauges and monitoring devices shall register in

Metric values. Gauges shall be fully filled with pulse

and vibration dampening Interlube to lubricate the

internal mechanism and prevent lens condensation and

to ensure proper operation. (Class 1 – Span or

equivalent). All gauges and their corresponding valves

shall be provided with NFPA color coded labels.

13.10.8 The pump operator‟s panel shall provide radio

communications as an extension of the apparatus radio

in the cab.

13.10.9 There shall be a Fire Research model WL2000 Tank

Vision water level gauge provided on the operator panel.

The indicator shall show the volume of water in the tank

on nine (9) easy to see super bright LEDs viewable from

180o.

Twin-City Fire Department Pumper Tender - 2013 Page 86

DESCRIPTIONException

Yes No

MEETS

SPECS

13.10.10 There shall be a Fire Research model WL2600 Tank

Vision tank volume indicator kit installed in the pump

panel. The kit shall include an electronic indicator

module, a pressure sensor, a 12‟ sensor cable and a

tank vent. The indicator shall show the volume of class

A foam concentrate in the tank on nine (9) easy to see

super bright LEDs viewable from 180o.

13.10.12 All 2.5" and larger discharge and suction inlets shall

have .75" synflex drain lines. The .75" synflex lines shall

be connected to chrome quarter turn drain valves with

high pressure brass fittings.

13.10.13 All 1.5" crosslays / speedlays shall have .75" synflex

drain lines. The.75" synflex lines shall be connected to

chrome quarter turn drain valves with high pressure

brass fittings.

13.10.14 The deluge monitor piping shall have .75" synflex drain

lines. The .75" synflex lines shall be connected to

chrome quarter turn drain valves with high pressure

brass fittings.

The panel controls and displays shall be symmetrically

arrayed to allow a logical layout for simplicity of

operation. The panel shall be custom designed to

incorporate the following controls and instruments:

• Road/Pump indicator

• Pressure Governor Controls

• Foam system controls

• Primer control

• Compound pressure gauge 4” diameter (center right)

• Pump discharge pressure gauge 4” diameter (center

left)

• Master gauge test plugs

• Tachometer

• A 2 ½” discharge pressure gauge for each discharge

aligned with the corresponding control handle

• A discharge control handle for each discharge valve

• Light switch for pump panel and pump side lights

• Pump cooler by-pass control

• Engine cooler valve control

• Radio microphone

• Radio speaker c/w ON/OFF switch

• Deckpipe control and gauge

• Booster tank water level gauge

• Foam level indicator

• Booster tank fill valve control

• Pump house heater control switches

• Master drain valve control handle

13.10.11

Twin-City Fire Department Pumper Tender - 2013 Page 87

DESCRIPTIONException

Yes No

MEETS

SPECS

13.11 PRESSURE GOVERNOR, MONITORING AND

MASTER PRESSURE DISPLAY

13.11.1 Fire Research InControl series TGA400 pressure

governor and monitoring display kit shall be installed.

The kit shall include a control module, intake pressure

sensor, discharge pressure sensor, and cables. The

control module case shall be waterproof and have

dimensions not to exceed 5 ½” high by 10 ½” wide by 2”

deep. Inputs for monitored information shall be from a

J1939 databus or independent sensors. Outputs for

engine control shall be on the J1939 databus or engine

specific wiring.

13.11.2 The following continuous displays shall be provided:

• Pump discharge; shown with four daylight bright LED

digits more than 1/2" high

• Pump Intake; shown with four daylight bright LED

digits more than 1/2" high

• Pressure / RPM setting; shown on a dot matrix

message display

• Pressure and RPM operating mode LEDs

• Throttle ready LED

• Engine RPM; shown with four daylight bright LED

digits more than 1/2" high

• Check engine and stop engine warning LEDs

• Oil pressure; shown on a dual color (green/red) LED

bar graph display

• Engine coolant temperature; shown on a dual color

(green/red) LED bar graph display

• Transmission Temperature: shown on a dual color

(green/red) LED bar graph display

• Battery voltage; shown on a dual color (green/red) LED

bar graph display.

• Hour Meter

13.11.3 The dot-matrix message display shall show diagnostic

and warning messages as they occur. It shall show

monitored apparatus information, stored data, and

program options when selected by the operator. All LED

intensity shall be automatically adjusted for day and

night time operation.

13.11.4 The program shall store the accumulated operating

hours for the pump and engine to be displayed at the

push of a button. It shall monitor inputs and support

audible and visual warning alarms for the following

conditions:

• High Battery Voltage

• Low Battery Voltage (Engine Off)

• Low Battery Voltage (Engine Running)

• High Transmission Temperature

• Low Engine Oil Pressure

• High Engine Coolant Temperature

• Out of Water (visual alarm only)

• No Engine Response (visual alarm only)

13.11.5 The program features shall be accessed via push

buttons and a control knob located on the front of the

control panel. There shall be a USB port located at the

rear of the control module to upload future firmware

enhancements.

Twin-City Fire Department Pumper Tender - 2013 Page 88

DESCRIPTIONException

Yes No

MEETS

SPECS

13.11.6 Inputs to the control panel from the pump discharge and

intake pressure sensors shall be electrical. The

discharge pressure display shall show pressures from 0

to 600 psi. The intake pressure display shall show

pressures from -30 inches Hg to 600 psi.

13.11.7 The governor shall operate in two control modes,

pressure and RPM. No discharge pressure or engine

RPM variation shall occur when switching between

modes. A throttle ready LED shall light when the

interlock signal is recognized. The governor shall start

in pressure mode and set the engine RPM to idle. In

pressure mode the governor shall automatically regulate

the discharge pressure at the level set by the operator.

In RPM mode the governor shall maintain the engine

RPM at the level set by the operator except in the event

of a discharge pressure increase. The governor shall

limit a discharge pressure increase in RPM mode to a

maximum of 30 psi. Other safety features shall include

recognition of no water conditions with an automatic

programmed response and a push button to return the

engine to idle.

13.11.8 The pressure governor, monitoring and master pressure

display shall be programmed to interface with a specific

engine.

13.11.9 The pressure governor shall be field programmable to

operate in English (PSI,oF) or Metric (kPa,

oC) units of

measure.

13.12 PLUMBING

13.12.1 All plumbing, except where noted otherwise, shall be

heavy duty galvanized construction. Victaulic couplings

shall be used in the plumbing to take tension off piping

and to permit maximum flexing without damage to the

pump or pump components.

13.12.2 Two (2) – 6 inch drop suction inlets shall be provided,

one (1) on each side of the pump. Two (2) 30o

suction

elbows with 4 inch storz fittings equal to Northline.

13.13 PUMP PANEL LABELS

13.13.1 All nameplates for discharges, suctions, controls, and

gauges shall be colour coded. All labels shall be of a

permanent type, securely attached to the pump panel

and capable of withstanding the effects of extremes of

weather and temperature.

Twin-City Fire Department Pumper Tender - 2013 Page 89

DESCRIPTIONException

Yes No

MEETS

SPECS

13.14 DISCHARGES AND HOSE BEDS

13.14.1 One (1) crosslay hose bed shall be provided and

installed transversely above the pump house and shall

have vinyl hose matting flooring to allow for water

drainage and air movement under the hose. The

crosslay shall have an Akron 2.5", 1/4 turn ball valve

with replaceable ball, seal, and "O" rings. The valve

shall be remotely controlled from the pump operator's

panel. The 2.5" discharge shall be located transversely

over the pump panel and be equipped with a 90 degree

swivel to allow use from either side of the apparatus.

The plumbing for the crosslay shall be 2.5" heavy duty

Galvanneal piping with Victaulic or Class 1 SBR

synthetic rubber hose with stainless steel couplings.

Three (3) stainless steel rollers shall be provided for

each side of the crosslay bed to aid in extraction /

protection of the discharge hose. The rollers shall be

mounted, one (1) lower horizontal & two (2) vertical each

side of the crosslay beds.

13.14.2 Two (2) speedlay hose beds shall be provided and

installed transversely in the forward portion of the pump

house. Each speed lay shall be equipped with a

removable tray to aid in hose loading. Each speedlay

shall have an Akron 2", 1/4 turn ball valve with

replaceable ball, seal, and "O" rings. Each valve shall

be remotely controlled from the pump operator's panel.

Each 1.5" discharge shall be equipped with a 90 degree

swivel to allow them to be used from either side of the

apparatus. The plumbing for each crosslay shall be 2"

heavy duty Galvanneal piping with Victaulic or Class 1

SBR synthetic rubber hose with stainless steel

couplings. Three (3) stainless steel rollers shall be

provided for each side of the speedlay beds to aid in

extraction / protection of the discharge hose. The rollers

shall be mounted, one (1) lower horizontal & two (2)

vertical each side of the speedlay beds.

13.14.3 The 90o

swivels for the crosslay and speedlays shall be

installed near the outer side of the beds to allow ease of

connection.

13.14.4 There shall be a 1.5" discharge provided to the hose bin

in the front bumper. This discharge shall have a 2"

valve, 2" plumbing, and a 1.5" swivel.

13.14.5 Two (2) 2.5" gated discharges shall be provided, one (1)

at the left side pump panel, and one (1) at the right

pump panel. These discharges shall be provided with

2.5" 1/4 turn ball valve with replaceable ball, seals and

"O" rings. Each discharge valve shall be installed

behind the pump panel and controlled at the pump

operator's panel. Each discharge shall be equipped with

a chrome 30 degree adapter, chrome plated rocker lug

cap, and retaining chain.

Twin-City Fire Department Pumper Tender - 2013 Page 90

DESCRIPTIONException

Yes No

MEETS

SPECS

13.14.6 One (1) 2.5" gated discharge shall be provided at the

rear of the apparatus body, offset to the right side. This

discharge shall be provided with a 2.5" 1/4 turn ball

valve with replaceable ball, seals and "O" rings. This

discharge valve shall be installed behind the pump

panel and controlled at the pump operator's panel. This

discharge shall be equipped with a chrome 30 degree

adapter, chrome plated rocker lug cap, and retaining

chain.

13.14.7 All valves supplied for the side 2.5" discharges shall be

Akron valves and installed as necessary for proper

operation.

13.14.8 One (1) 4" Storz gated discharge(s) shall be provided at

the right (curb) side pump panel. One (1) 4" Storz gated

discharge(s) shall be provided at the rear of the body.

Each discharge shall be provided with 4" galvanized

schedule 40 plumbing complete with a 4" Akron 1/4 turn

ball valve with replaceable ball, seals and "O" rings.

The valve shall be equipped with an Akron electric

actuator. Each discharge valve shall be installed behind

the pump panel and controlled at the pump operator's

panel. This valve shall be equipped with a 1/4-turn drain

valve. Each discharge shall be equipped 30-degree

adapter, 4" Storz cap, and retaining cable.

13.14.9 A 3" deluge gun discharge shall be provided and

installed above the pump house. This deluge gun

discharge shall have a 12 volt electrically controlled 3"

Akron valve, 3" plumbing, and terminate with 3" threads

for connection of a deluge gun monitor. This 3"

electrically controlled deluge gun valve shall have a

control switch located on the pump operator's control

panel with open / close indicator lights.

13.14.10 An Akron 3440 DeckMaster monitor shall be provided

and installed on the deck gun piping with an Akron direct

mount flange. The monitor shall have 340° horizontal

rotation and a vertical travel from 80° above to 45°

below horizon with a built-in safety stop. The monitor

shall be capable of flowing 1000gpm (3785lpm) in the

deck position.

13.14.11 There shall be an Akron style 1577 SaberMaster 1250

electric remote controlled nozzle capable of providing

both solid bore and fog streams without changing tips.

13.14.12 The electrical control module for the monitor and nozzle

shall be mounted on the operators control panel.

13.14.13 The DeckMaster monitor, Sabermaster nozzle and

control module voltage shall be determined by the

manufacturer to match the voltage of the chassis.

13.15 THREAD TYPES - NO EXCEPTIONS

13.15.1 All 1.5" (38mm) thread types shall be NPSH.

13.15.2 All 2.5" (65mm) thread types shall be WCT.

Twin-City Fire Department Pumper Tender - 2013 Page 91

DESCRIPTIONException

Yes No

MEETS

SPECS

13.16 FOAM PRO 2002 FOAM SYSTEM - CLASS "A"

13.16.1 The vehicle shall be equipped with an electronic, fully

automatic, variable speed direct injection, discharge

side foam proportioning system.

13.16.2 The foam proportioning operation shall be based on

direct measurement of water flows, and remain

consistent within the specified flows, and pressures.

The system must be capable of delivering accuracy to

within 3% of calibrated settings over the advertised

operation range when installed according to factory

standards.

13.16.3 The system shall be equipped with a control module

suitable for installation on the pump panel. Incorporated

within the motor driver shall be a microprocessor that

receives input from the system flow meter, while also

monitoring foam concentrate pump output, comparing

values to ensure that the operator preset proportional

amount of foam concentrate is injected into the

discharge side of the fire pump.

13.16.4 A paddlewheel type flow meter shall be installed in the

discharges specified to be foam capable. As this

system uses more than one flow meter an interface

electronics module will be provided to totalize these

flows and send the flow total to the microprocessor in

the computer control display.

13.16.5 The digital computer control display shall enable the

pump operator to perform the following control and

operation functions for the foam proportioning system:

• Provide push-button control of foam proportioning

rates from .1% to 9.9% in .1% increments.

• Show the current flow per minute of water.

• Show the total volume of water discharged during and

after foam operations are completed.

• Show the total amount of foam concentrate consumed.

• Show the flow rates for manual operation.

• Perform setup and diagnostic functions for the

computer-controlled microprocessor.

• Flash a "low concentrate" warning when the foam

concentrate tank(s) run low.

• Flash a "no concentrate" warning and shut the foam

concentrate pump off, preventing damage to the pump

should the foam tank(s) empty.

13.16..6 A 12-volt electric motor driven positive displacement

foam concentrate pump shall be provided. The pump

capacity shall be 5 gpm at 400 psi. A pump motor

electronic driver shall receive signals from the computer

control display and power the 3/4 hp electric motor

directly coupled to the concentrate pump in a variable

speed duty cycle to ensure that the correct proportion of

concentrate preset by the pump operator is injected into

the water stream.

13.16.7 A full flow check valve shall be provided to prevent foam

contamination of the fire pump and water tank or water

contamination of the foam tank(s).

Twin-City Fire Department Pumper Tender - 2013 Page 92

DESCRIPTIONException

Yes No

MEETS

SPECS

13.16.8 The 2000 series components shall include:

• An operator control and display

• Paddlewheel flow meters

• Foam pump and electric motor/motor driver

• All required wiring harness

• Low level tank switch(s)

• Multi-Flo electronic module

• An electronic dual tank valve or manual dual tank

valve

• A foam injection check valve

13.16.9 Two operations manuals and two CD/DVD copies shall

be provided for the unit.

A foam discharge manifold shall be provided for the

foam system.

This foam manifold shall have five (5) outlets to allow for

foam solution flow at the following; 2 x speedlays / 2.5”

crosslay / 2.5” rear discharge / 1.5” trash line. Foam

flows will not occur simultaneously.

13.17 INTEGRAL FOAM TANK

13.17.1 The integral foam tank shall have the following

capacities:

• 25 Imperial gallons

• 30 US Gallons

• 114 liters

13.17.2 The foam tank shall be provided as an integral part of

the booster tank and piped to the foam system. The

tank shall have a separate fill tower with cover labeled

("FOAM FILL ONLY") for filling the foam tank.

Note: The main booster tank will be reduced in size in order to

accommodate the integral foam tank.

13.16.10

Twin-City Fire Department Pumper Tender - 2013 Page 93

DESCRIPTIONException

Yes No

MEETS

SPECS

13.18 FOAM REFILL - 12V POWER-FILL

13.8.2 The system shall enable the operator to perform the

following control/operation functions and status

indicators for the refill operation:

• Provide push-button start/stop control of foam refill

• Solid green light advises operator concentrate cell is

full

• Flashing green indicates system is running

• Green light off, system off

• Allow override of “full tank” condition

• Provide a means to flush the pump and intake piping

13.8.3 System shall include a 12 or 24-volt electric motor

driven, positive displacement concentrate pump. Pump

shall deliver minimum flow of 10 gpm (37.8 L/min) @ 20

psi with all concentrates currently utilized in fire

apparatus. Pump body to be of all bronze construction

and other wetted components and piping to be

constructed of non-corrosive materials. The system will

draw a maximum of 38 amps @ 12 VDC or 19 amps @

24 VDC. A pump/motor solenoid (mounted to the base

of the pump) shall receive signals from the computer

control display and power the 1/2 hp (0.4 Kw) electric

motor directly coupled to the concentrate pump. The

system shall receive readings when the concentrate

tank is full and stop operation to prevent overfill.

To increase safety of firefighter personnel, the

apparatus shall be equipped with 1 electronic,

automatic, concentrate refill system(s). System shall

operate independently of the foam proportioner allowing

simultaneous use. Refill operation shall not require

apparatus or fire pump to be running. The system shall

be capable of handling Class A or Class B foam

concentrates, emulsifiers, gels and decontamination

concentrates. The apparatus shall be plumbed from the

externally accessed intake/flush ports to the concentrate

cell following manufacturers recommendations.

External fill and flush connections to be quick-connect,

cam-lock type. Internal piping to incorporate check

valves to prevent backflow. Concentrate tank inlet shall

be positioned to minimize agitation per manufacturers

recommendations. The refill operation shall be based

on direct measurement of concentrate level in tank.

System must be capable of automatically stopping when

cell is full and include a manual override feature. The

system shall be equipped with an electronic control

suitable for installation on the pump panel. Incorporated

within the control shall be a microprocessor that

receives input from the system while controlling foam

concentrate pump output. An all bronze three-way valve

shall be included to allow the operator to flush system

after use. Valve control, intake and flush ports shall be

located within corresponding panel plate.

13.18.1

Twin-City Fire Department Pumper Tender - 2013 Page 94

DESCRIPTIONException

Yes No

MEETS

SPECS

13.8.4 Components of the complete refill system shall include:

• Operator control and display with Weather-Pac

connectors

• Refill/flush quick-connect cam-lock fittings and cap

• Check valves

• Pump/motor assembly and solenoid

• Strainer

• Tank level switch

• Three-way fill/flush valve

• Stainless steel pick-up wand and 6 feet of reinforced

suction hose, 1 inch diameter to allow maximum flow

• Panel placards

13.8.5 Two installation and operation manuals and two

CD/DVD copies shall be provided, along with a one-year

limited warranty by the manufacturer. The system must

be installed and plumbed by a Certified FoamPro Dealer

13.19 PUMP TESTING

13.19.1 Pump Test – The pump will be tested, approved and

certified by the Underwriters Laboratory of Canada at

the manufacturer‟s expense.

13.20 BOOSTER TANK

13.20.1 The booster tank shall have the following capacities:

• 600 Imperial gallons

• 720 US Gallons

13.20.2 This tank shall be provided with a lifetime warranty tank

manufacturer.

13.20.3 The booster tank shall be of special configuration and

shall be designed to be completely independent of the

body and compartments. The tanks shall be

manufactured to the highest industry standards. The

tank shall be low profile in design to allow for easy

access to the main hose bed and improved vehicle

handling.

13.20.4 The material shall be noncorrosive, stress relieved,

black in color and U.V stabilized for maximum

protections. The tank shall be manufactured to

withstand structural impacts and repeated rapid

temperature fluctuations without stress or failure.

13.20.5 The tank shall be constructed of a minimum of .5" thick

UV stabilized copolymer polypropylene for the outer

shell, the tank lid, and the center baffles. The cross

baffles and gussets shall be a minimum thickness of

.375". All baffles and gussets shall extend from the floor

of the tank to the top tank. All longitudinal and

horizontal baffles shall be interlocking and continuously

welded. The baffle system shall be designed to ensure

proper venting during filling and suction operations.

Twin-City Fire Department Pumper Tender - 2013 Page 95

DESCRIPTIONException

Yes No

MEETS

SPECS

13.20.6 A vent pipe with a minimum of 4" ID shall be fabricated

and installed through the baffles and exit out of the

bottom of the tank. A secondary .75" vent pipe shall be

installed around the top inside perimeter of the tank and

shall be vented out of the fill tower. This secondary vent

pipe shall for maximum tank filling when the truck is

filled on a slope.

13.20.7 All welds are to be injection or nitrogen gas welded

using state of the art welding equipment. The tank shall

incorporate thermoformed edges wherever possible to

ensure maximum strength, namely the bottom edges

that make up the lower portion/edges of the tank.

13.20.8 The booster tank shall be fitted with a fill tower and a

sump box. These components shall be constructed of

.5" thick material. The fill tower shall be fitted with a

removable screen and have a hinged lid.

13.20.9 The booster tank shall be fitted with a suction outlet that

draws water directly from the sump box. All inlet/fill

fittings shall be fitted with diffuser pipe to diffuse and

direct the water and away from internal fittings.

13.20.10 The tank shall be mounted in the apparatus body in a

manner that the total outside bottom perimeter of the

tank shall be supported. The bottom of the tank shall be

completely isolated from the steel frame by heavy-duty

.25" thick rubber strips. There shall be four (4) minimum

3" corner cradle angles. Additionally, there shall be a

tank support system across the top of the tank to

prevent excessive bouncing when the tank is empty.

The tank must be isolated allowing it to shift during

vehicle operation and shall however, not come in any

contact with the body or compartments, or any sharp

object.

13.21 TANK DRAIN

13.21.1 The tank shall have a 1.5" tank drain installed in the

bottom of the tank and accessible from the ground.

13.22 TANK FILL LINE

13.22.1 A 2" tank fill line shall be installed from the pump to the

tank with an Akron 2" 1/4 turn ball valve and controlled

from the pump operator's panel.

13.22.2 The plumbing shall be heavy duty galvanized

construction. Victaulic couplings shall be used in the

plumbing to take tension off piping and to permit

maximum flexing without damage.

13.23 TANK SUPPLY LINE

13.23.1 A 4" tank supply line shall be installed from the tank to

the pump. This tank supply line shall consist of a 3" 1/4

turn air operated valve controlled at the pump operator's

panel. A 3" bronze check valve shall be installed in the

pump to eliminate the possibility of pressure expanding

and damaging the tank.

Twin-City Fire Department Pumper Tender - 2013 Page 96

DESCRIPTIONException

Yes No

MEETS

SPECS

14.1 CUSTOM CHASSIS DELIVERY

14.1.1 When notified by the custom chassis manufacturer, the

apparatus manufacturer shall make arrangements for

the chassis to be delivered the apparatus

manufacturer's facilities to complete the apparatus

manufacturing process.

14.2 CHASSIS PREPARATION

14.2.1 The chassis shall be carefully inspected for compliance

to the required specifications and to assure that it is

ready for apparatus construction.

14.2.2 Any components that require relocation or modification

shall be done at this time.

14.3 FUEL FILL DOOR

14.3.1 A Cast Products fuel fill assembly shall be provided on

the rear fender of the apparatus body. This fuel fill

assembly shall include a spring loaded aluminum hinged

door and a label stating "DIESEL FUEL ONLY".

14.4 EXHAUST SYSTEM

14.4.1 The chassis exhaust system shall be modified and

routed to the right hand side of the apparatus ahead of

the rear wheels. The end of the exhaust shall have a

straight cut end so it can be used with a fire hall exhaust

extraction system.

14.5 EXHAUST SYSTEM HEAT SHIELD

14.5.1 Where the chassis exhaust piping passes under or near

a body compartment, the exhaust piping shall be

shielded to prevent compartment exposure to radiant

heat.

14.6 FRONT AND REAR MUD FLAPS

14.6.1 Four (4) heavy duty rubber rear mud flaps shall be

provided and installed on the apparatus. The mud flaps

shall be installed behind the front and rear wheels.

14.7 AIR TANK DRAINS

14.7.1 The OEM shall extend all air tank drain cables to the

rubrail.

14.8 TRANSPORTATION SAFETY KIT

14.8.1 The following items shall be supplied:

• One (1) standard First Aid Kit shall be provided.

• One (1) set of three (3) dual faced triangular warning

flares to meet the Department of Transportation's Motor

Vehicle Safety Standards.

14.9 COMMUNICATIONS SYSTEM

14.9.1 FireCom System – A 5 person communications system

shall be installed in the cab. The system will consist of

wireless communication devices for the driver and

officer. These positions shall have radio and intercom

capability. The crew positions shall consist of wired

devices with intercom capabilities only.

SECTION 14 - BODY SPECIFICATIONS

Twin-City Fire Department Pumper Tender - 2013 Page 97

DESCRIPTIONException

Yes No

MEETS

SPECS

14.10 APPARATUS BODY

14.10.1 The body shall be fabricated with the highest quality

components available, and acceptable to the fire service

industry. Only new components shall be in the

manufacturing process.

14.10.2 The body shall be engineered and designed to provide a

low center of gravity and carry a correct load distribution

14.10.3 The entire body superstructure and frame shall be

constructed of heavy-duty tubular aluminum and

channels to provide a full frame body design.

14.10.4 The use of tubular aluminum and channels shall provide

for extreme strength, maximum durability, and maximum

resistance to buckling and failure.

14.10.5 The full frame body construction method shall provide

for greater strength and integrity. Formed body

construction shall not be acceptable.

14.10.6 All compartments shall be fabricated with 1/8" aluminum

panels, marine grade 5052-H32 (or superior grade),

which are inserted into the body framework. The

framework allows for reinforcement to the compartment,

for installation of heavy equipment. The 1/8" aluminum

panels, marine grade 5052-H32 (or superior grade)

panels shall provide extreme strength, rust corrosion

resistance, and maximum durability.

14.10.7 Skilled craftsmen shall perform all welding operations on

the body. All welding shall be performed electronically

with the highest quality components.

14.10.8 Certified welders shall perform all welding. Proof of

welder certification shall be provided with the completed

vehicle.

14.10.9 The body shall be of full frame construction; a formed

body will be not be accepted. No Exceptions.

14.11 BODY FRAME - ALUMINUM

14.11.1 The body framework shall be assembled on a jig,

and shall be clamped together and squared. The

framework shall be electronically welded with digital

pulse welders forming the integral superstructure.

14.11.2 The body frame rails shall be constructed of 6061-

T6/6063-T6, 3" x 3" aluminum extrusions, with a wall

thickness of 1/4".

14.11.3 The front cross member shall be a heavy duty 3" x 3" x

1/4" aluminum extrusions providing maximum strength

and durability.

14.11.4 The rear cross members shall be heavy duty 3" x 3" x

1/4" aluminum extrusions providing maximum strength

and durability at the rear section of the body.

Twin-City Fire Department Pumper Tender - 2013 Page 98

DESCRIPTIONException

Yes No

MEETS

SPECS

14.11.5 These body cross members shall extend the full

width of the body. The cross members shall

provide support for the body side compartments

and rear tailboard section.

14.11.6 The body frame and the chassis frame shall be

insulated and separated by a rubberized belt.

14.11.7 The body side compartments, both sides and the rear

shall be full frame constructed from heavy-duty

aluminum extrusions 2" x 2" x 3/16".

14.11.8 The body shall be mounted to the chassis frame rails

with four spring loaded side mounting plates. This shall

provide for maximum mounting strength and flexibility

14.12 WHEEL WELLS

14.12.1 The wheel well frame and construction method shall

allow for the wheel well fender to be easily removable

for servicing of the suspension or axle. The wheel well

frame shall allow for the attachment of the 1/8" hi-shine

3003-H14 aluminum checker plate.

14.12.2 The wheel well fender shall be attached to the body sub

frame with noncorrosive stain-less steel fasteners. The

inner wheel lining shall be constructed of 1/8" marine

grade 5052-H32 (or superior grade) aluminum. The

lining shall be attached to the wheel well framework.

14.13 RUNNINGBOARDS

14.13.1 There shall be two (2) running boards, one (1) on each

side of the pump house.

14.13.2 The running board sub frame shall be 2" x 2" x 3/16"

heavy-duty tubular aluminum in construction providing

maximum strength and durability.

14.13.3 The running boards shall be covered with slip resistant

embossed checkerplate. The aluminum checkerplate

shall be bolted to each running board sub frame with

non-corrosive stainless steel bolts. The bolt on

aluminum tread plate shall allow for easy removal for

service.

14.13.4 The forward section of the running boards, and the

sides of the running boards, shall be gapped to allow

washing without dirt being trapped and for the drainage

of accumulated water.

14.14 CORROSION PROTECTION

14.14.1 All body components or attachments made from

dissimilar metals shall be fastened to the body utilizing

an UHMW/Polyethylene material to prevent metal-to-

metal contact preventing dielectric corrosion.

14.14.2 All fasteners used in attaching or fastening or aluminum

panels shall be installed with stainless steel hardware.

Rivets shall not be acceptable.

14.14.3 All fasteners shall be installed in a manner, which shall

involve drilling, tapping, and application of non-corrosive

grease before the stainless steel bolts are installed.

Self-tapping screws or screws without threads shall not

be acceptable.

Twin-City Fire Department Pumper Tender - 2013 Page 99

DESCRIPTIONException

Yes No

MEETS

SPECS

14.15 BODY COMPARTMENTS

14.15.1 The body compartments shall be fabricated with 1/8"

5052-H32 marine grade aluminum (or superior grade)

panels. These panels shall be non-corrosive, durable,

and add strength and integrity to the body construction.

14.15.2 The interior compartment seams shall be sealed and

caulked with a permanent, pliable automotive type

sealer.

14.15.3 All compartments shall have a 1" drop on the lower edge

of the door opening to accommodate the door seal, and

to stop moisture from entering the compartment.

14.15.4 All compartments shall have sweep out floors.

14.15.5 All compartments shall be fitted with vinyl matting

14.15.6 The external compartments tops shall be constructed of

hi-shine 1/8” 3003-H14 aluminum tread plate.

14.15.7 All compartments shall have an aluminum drip molding

installed over the top of the compartment doors and

shall be weatherproof.

14.16 REAR BODY SECTION

14.16.1 The rear section of the apparatus body shall be finished

with 1/8" hi-shine 3003-H14 aluminum tread plate

panels. The panels shall be fastened to the rear body

framework with stainless steel fasteners. The stainless

steel bolts are drill tapped. Sheet metal screws or self-

tapping screws are not acceptable.

14.17 LEFT SIDE BODY COMPARTMENTS

14.17.1 The following compartments shall be provided on the left

side of the apparatus body. All compartments shall be

equipped with Amdor roll up style doors.

14.17.2 One (1) compartment forward of the rear wheel

measuring 48"W x 69"H x 27"D.

14.17.3 One (1) compartment to the rear of the rear wheel

measuring 48"W x 69"H x 27”D.

14.17.4 One (1) compartment over the rear wheel measuring

62"W x 40"H x 27"D.

14.18 RIGHT SIDE BODY COMPARTMENTS

14.18.1 The following compartments shall be provided on the

right side of the apparatus body. All compartments shall

be equipped with Amdor roll up style doors.

14.18.2 One (1) compartment forward of the rear wheel

measuring 48"W x 69"H x 27"D.

14.18.3 One (1) compartment to the rear of the rear wheel

measuring 48"W x 69"H x 27”D.

14.18.4 One (1) compartment over the rear wheel measuring

62"W x 40"H x 27"D.

14.19 REAR BODY COMPARTMENT

14.19.1 The following compartment shall be provided at the rear

of the apparatus body and shall be equipped with an

Amdor roll up style door.

14.19.2 One (1) compartment measuring 44"W x 43"H x 30"D.

Twin-City Fire Department Pumper Tender - 2013 Page 100

DESCRIPTIONException

Yes No

MEETS

SPECS

14.20 TAILBOARD

14.20.1 A heavy-duty 8" deep tailboard shall be provided

14.20.2 The tailboard shall be covered with slip resistant 3/16"

embossed checkerplate. The aluminum checkerplate

shall be bolted to the tailboard sub frame with non-

corrosive stainless steel bolts. The bolt on aluminum

tread plate shall allow for easy removal for service.

14.20.3 The forward section of the tailboard shall be gapped to

allow washing without dirt being trapped and for the

drainage of accumulated water.

14.21 AMDOR ROLL UP DOORS

14.21.1 Amdor Roll-Up type doors shall be provided, complete

to include: double wall aluminum box section slats with

integral hinge joint and recessed slat seal, reusable end

shoes with snap-in securement, double wall aluminum

reinforced bottom rail with either Stainless Steel Lift Bar

door latching system, aluminum track with side frame,

sill plate, and top gutter with non-marring top seal, side

seals, bottom seal, with all wear component material to

be Type 6 Nylon.

14.21.2 The slats shall have a true box section with a flat interior

surface to prevent equipment hang-up. The slats shall

have a face depth of 1.0 inches and a wall thickness of

0.045 inches. Each slat incorporates a recessed slat

seal to weatherproof the compartment and reduce rattle

between slats.

14.21.3 For every inch of height an integral continuous hinge

joint spans the width of the door to provide superior

strength.

14.21.4 The door glides on non-interlocked end shoes. Each

end shoe is independent and positively secured by an

exclusive snap-in device. Door slats can be easily

removed and replaced when required.

14.21.5 The Stainless Steel Lift Bar system shall be provided to

keep the door securely closed. This system

complements the superior strength of the bottom rail

with bottom seal and integral reinforcing flange.

14.21.6 Wear components are constructed of Type 6 Nylon to

provide maximum strength and durability. Type 6 Nylon

is a naturally lubricating material, which provides

exceptional temperature characteristics.

14.21.7 Each door is equipped with slat, top, bottom and side

seals to keep moisture and dirt on the outside. The non-

marring top seal provides a seal without marking the

door surface.

14.22 COMPARTMENT SHELVING - ADJUSTABLE

14.22.1 Nine (9) adjustable 3/16" aluminum compartment

shelves with upturned edges shall be provided. Each

shelf shall be provided with plastic matting. Shelves

shall be installed in L1 x 2 / L3 x 2 / R1 x 2 / R3 x 2 / B1

x 1.

Twin-City Fire Department Pumper Tender - 2013 Page 101

DESCRIPTIONException

Yes No

MEETS

SPECS

14.23 ADJUSTABLE SHELVING UNI-STRUT SIDE TRACKS

14.23.1 Nine (9) set(s) of four (4) aluminum Uni-strut side tracks

shall be provided for installation of adjustable shelves.

14.24 ROLL OUT TRAY(S)

14.24.1 Three (3) heavy duty ball bearing roll out tray shall be

provided for L1 / L3 / R1 / R3 compartments

14.24.2 The tray(s) shall have two (2) side mounted, 500 lb.

rated ball bearing roll out 18" travel sliding tracks and a

3/16" aluminum tray with up turned edges. The tray

shall be supplied with plastic floor matting and corner

drain holes.

14.24.3 The tray(s) shall have a double drop bar tray retainer to

keep the tray secure in either the open or closed

position.

14.24.4 All trays shall come with rubber matting.

14.25 SLIDEMASTER ROLL OUT TRAY(S) - 1000LBS.

14.25.1 One (1) heavy duty ball bearing Slide Master roll out tray

shall be provided in the B1 rear compartment.

14.25.2 The tray(s) shall have two (2) side mounted, 1000 lb.

rated ball bearing roll out sliding tracks and a 3/16"

aluminum tray with up turned edges. The tray shall be

capable of extending to 100% of the sliders depth.

14.25.3 The tray(s) shall have a push / pull spring lock to keep

the tray secure in either the open or closed position.

14.25.4 All trays shall come with rubber matting.

14.26 SLIDEMASTER TIP-DOWN TRAY(S)

14.26.1 One (1) heavy duty ball bearing Slide Master tip-down

tray shall be provided in the L2 compartment.

14.26.2 The tray(s) shall have two (2) side mounted, 250 lb.

rated ball bearing roll out sliding tracks and a 3/16"

aluminum tray with up turned edges. The tray shall be

supplied with plastic floor matting and corner drain

holes.

14.26.3 The tray(s) shall have a drop bar retainer to keep the

tray secure in either the open or closed position.

14.26.4 All trays shall come with rubber matting.

14.27 SCBA AIR BOTTLE STORAGE RACK (4 BOTTLE)

14.27.1 There shall be a four (4) SCBA bottle storage rack

assembly provided in the upper area of the B1 rear

compartment. This rack shall be made from 5052-H32

(or superior grade) aluminum and have a grey urethane

paint finish. Each storage tube shall come complete with

two black rubber matting inserts for the bottles to rest

against.

14.28 SCBA AIR BOTTLE STORAGE COMPARTMENT(S)

14.28.1 There shall be four (4) air bottle storage compartment(s)

installed in the rear fenders.

14.28.2 The air bottle storage compartment(s) shall have a

sealed stainless steel hinged access door and frame

with a positive door latch and fitted into a poly housing.

Twin-City Fire Department Pumper Tender - 2013 Page 102

DESCRIPTIONException

Yes No

MEETS

SPECS

14.29 RUB RAILS

14.29.1 Extruded aluminum "C" channel style rub rails shall be

bolted into place with nylon spacers on the lower

framework below the compartments. The rub rail will

extend to the outside edges of the side running boards

for protection of the body from impact damage.

14.29.2 The top surface of the rubrail shall have a non-slip

surface as per the requirements of NFPA.

14.29.3 The interior of the rubrails shall have affixed a high-

grade reflective silver tape applied.

14.30 HOSE BED

14.30.1 The main hose bed shall be located above the booster

tank.

14.30.2 The inner sides of the hose bed shall be natural finish

aluminum smooth plate free of protrusions or

obstructions.

14.30.3 The hose bed flooring shall be fitted with vinyl type

matting to allow for air movement under the hose.

14.30.4 There shall be three (3) adjustable tracks for the hose

bed dividers, two (2) at the forward section of the hose

bed, and one (1) at the rear.

14.30.5 The rear track shall have a snap cover to prevent the

hose couplings from catching the track.

14.31 HOSE BED DIVIDER - ADJUSTABLE

14.31.1 There shall be one (1) adjustable hose bed divider

provided.

14.31.2 The divider shall be easily adjustable in the hose bed

slide tracks.

14.31.3 Each divider shall be constructed from 3/16" 5052-H32

marine grade (or superior grade) aluminum which shall

be welded into a custom aluminum extrusion base

frame.

14.31.4 Each hose bed divider shall have an oval handhold

provided at the rear portion of the divider.

14.32 ALUMINUM CHECKER PLATE HOSE BED COVER

14.32.1 One (1) polished aluminum checker plate hose bed

cover shall be provided and installed over the main hose

bed area.  This cover shall be manufactured in two (2)

sections, each one hinged at hose body side sheet and

closing to center of hose bed. Each hinge shall be a full

length stainless steel piano hinge, separated from the

aluminum to prevent corrosion.

14.32.2 Each cover shall be fabricated of polished aluminum

with cross bracing for maximum strength, and to support

the weight of a firefighter standing on the covers when

closed.

14.32.3 Each cover shall be equipped with an electronic

opening/closing device designed to open/close the

covers when actuated by a weather resistant switch, to

be located at the rear of the vehicle body. Hosebed

covers shall include heavy-duty stops to support them

when in the opened position.

Twin-City Fire Department Pumper Tender - 2013 Page 103

DESCRIPTIONException

Yes No

MEETS

SPECS

14.32.4 The switch to activate the electronic opener/closer shall

be located on the rear of the body, on the left side of

apparatus body at chest height when standing on the

ground. A label shall be supplied identifying the switch

and operating instructions.

14.32.5 A fixed center hose bed partition shall provided and

shall be slightly higher than the hose bed side walls. The

hose bed cover shall slant downward to each side of the

body for drainage.

14.32.6 Chrome plated grab handles shall be provided at the

front and rear of each cover.

14.32.7 The aluminum hosebed cover shall have a vinyl end flap

to cover the rear of the hosebed

14.33 BODY HAND RAILS

14.33.1 The body hand rails shall be 1 1/4" in diameter. These

handrails shall be extruded aluminum with rubber

extruded grips for maximum hand grip and safety. The

hand rails shall support three point contact at all times.

14.33.2 Each hand rail shall be installed and supported with

chrome plated polished cast brackets.

14.33.3 The hand rail brackets shall be provided with an

isolation gasket and held in place with stainless steel

bolts.

14.34 ZICO QUIC-LADDER

14.34.1 A Zico Quic-Ladder shall be provided for access to the

main hose bed area

14.34.2 The ladder shall be fastened to a reinforcing back plate,

which is welded directly to the body framework. The

ladder shall be fastened to the body by drilling and

tapping with stainless steel bolts.

14.35 ELECTRICAL SYSTEM - MULTIPLEX - WELDON

14.35.1 The multiplex wiring system on the body shall tied

directly into the Weldon multiplex wiring system that is

supplied from the Spartan chassis. Control of all

emergency lights shall be incorporated into the multiplex

system.

14.36 FRONT EMERENCY LIGHTING

14.36.1 In addition to the Spartan supplied grille warning lights, a

Whelen - 600 – LED shall be supplied and mounted in

the center of the chassis grille.

14.37 SIDE EMERGENCY LIGHTING

14.37.1 In addition to the Spartan supplied intersection lights,

there shall be two (2) Whelen model 600 (4" x 6") Super

LED lights installed in the rear wheel well.

14.38 REAR EMERGENCY LIGHTING - LOWER

14.38.1 There shall be two (2) Whelen model 600 (4" x 6") LED

lights installed on the rear lower portion of the apparatus

body.

14.39 REAR WARNING LIGHTS - LED - UPPER

14.39.1 Two (2) Whelen, model L31HRFN LED red beacons

lights shall be provided and mounted on the upper rear

stanchions, one (1) each side, and controlled via the

multiplex system.

Twin-City Fire Department Pumper Tender - 2013 Page 104

DESCRIPTIONException

Yes No

MEETS

SPECS

14.4 TRAFFIC CONTROL DIRECTIONAL LIGHT - LED

14.40.1 One (1) Whelen model TAL65 LED directional light shall

be recess mounted on the rear of the vehicle as high as

possible for best visibility. The light shall be controlled

via the warning light controller in the cab.

14.41 TRAFFIC CONTROL DIRECTIONAL LIGHT HOOD

14.41.1 The traffic control directional light shall come with a

protective hood to prevent damage to the light when

hose is pulled off the back of the unit. The hood shall

be manufactured from 3003-H14 Aluminum

Checkerplate.

14.42 TAIL LIGHT ASSEMBLY - LED

14.42.1 There shall be a total of six (6) Whelen 600 series LED

lights installed on the rear face of the apparatus body.

These lights shall include, Whelen red stop/tail lights,

Whelen amber "arrow" turn signal lights, and clear back

up lights installed in a polished cast aluminum trim

bezels.

14.43 PUMP PANEL LIGHTS

14.43.1 The left and right side pump panels shall be provided

with a large full width stainless steel light hoods, each

having an Amdor Luma Bar Super Brite LED lamp. The

lights shall be active with “Pump Engage” mode or via a

switch on the pump operator‟s panel.

14.44 STEP LIGHTS

14.44.1 All steps on the body shall be provided with an LED light

for illumination.

14.45 GROUND LIGHTS

14.45.1 There shall be six (6) clear LED ground lights with

outward facing angle brackets installed underneath the

apparatus. The ground lights shall be activated by a

switch installed in the chassis cab. Ground lights that

are directly underneath a door opening will turn on

automatically when the door is opened.

14.46 REAR SCENE LIGHTS

14.46.1 The rear of the body shall include two (2) Whelen 900

series model 9SC0ENZR scene lights, one (1) each

side, which shall be surface mounted with a black

bezel.  The Whelen lights shall offer LED lighting at a

gradient 32-degree angle.

14.47 REAR SCENE LIGHT LOCATION

14.47.1 The scene lighting located on the left and right sides of

the rear of the body shall be mounted in the upper

portion of the body towards the outer edges.

14.48 REAR SCENE LIGHT ACTIVATION

14.48.1 The rear scene lights shall be activated by a virtual

button on the Vista display and control screen(s).

14.48.2 The rear scene lights shall be programmed to

automatically turn on whenever the vehicle is put into

reverse.

Twin-City Fire Department Pumper Tender - 2013 Page 105

DESCRIPTIONException

Yes No

MEETS

SPECS

14.49 COMPARTMENT LIGHTS - LED

14.49.1 All body compartments shall have Amdor LumaBar™

LED lights activated by a magnetic switch. The LED

compartment lights shall be flush mount and provide a

consistent 120 degree wide beam pattern. There shall

be a minimum of two strip lights installed in each

compartment.

14.50 CLEARANCE AND MARKER LIGHTS - LED

14.50.1 All clearance / marker lights, reflectors shall comply with

Department of Transport motor vehicle safety

standards. The clearance / marker lights shall be LED

(light emitting diode) type.

14.50.2 A set of LED (light emitting diode) mid body turn signals

shall be installed to comply with department of transport

motor vehicle safety standards for vehicles over 30 feet

in length.

14.51 10KW HYDRAULIC GENERATOR

14.51.1 The generator shall be one (1) Harrison MCR Hydraulic

Driven Generator rated at 10,000 watts, 40/80 amps,

120/240 VAC, 60Hz, 1-phase.

14.51.2 The generator shall be designed and assembled by a

company with no less than 20 years experience in the

manufacture of hydraulic driven generators.

14.51.3 The generator shall be installed in a location above the

pump house, behind the 2.5" crosslay and backboard

storage, in a location that shall maximize the available

space on the apparatus. All exposed walking surfaces

shall conform to the requirements of NFPA 1901.

14.51.4 The generator components shall be housed in a

structural steel frame which affords protection to the

components and provides a unitized mounting module.

14.51.5 The hydraulic oil reservoir shall include an oil level sight

gauge visible from three sides; an oil temperature

gauge; an oil fill cap; an oil filter and an internal venturi

boost unit to provide positive pressure to the pump

suction port.

14.51.6 The hydraulic oil reservoir shall be shipped attached to

the structural steel frame. The hydraulic oil reservoir

shall have an option to be remote mounted if required.

14.51.7 A meter package that provides the frequency, voltage

and amperage of each leg shall be provided.

14.51.8 The generator shall not utilize electronic controls or a

multiplex system to control the frequency.

14.51.9 The generator shall include a bypass solenoid to

remotely turn the generator on/off with a 12 VDC signal.

14.51.10 The generator shall be a commercial type with a heavy-

duty bearing and of brushless design to ensure low

maintenance. No brushes or slip rings shall be allowed.

Twin-City Fire Department Pumper Tender - 2013 Page 106

DESCRIPTIONException

Yes No

MEETS

SPECS

14.51.11 The generator and motor shall be close coupled and

aligned using a Morse taper with a through bolt to

secure the motor to the generator. No two (2) bearing

generators shall be permitted

14.51.12 The system shall be capable of producing the full

nameplate power when driven from the vehicle PTO

from idle to maximum engine speed.

14.51.13 The generator shall be able to be used while vehicle is

either stationary or in motion.

14.51.14 The generator shall provide an option for a self sealing

air intake to prevent re-circulation of exhaust air.

14.51.15 The generator shall provide an option for a vertical

exhaust fan in addition to the air intake fan. Single fan

systems shall not be allowed.

14.51.16 The generator shall provide a dedicated air intake duct

for the alternator and a dedicated air intake duct for the

heat exchanger. Both air intake ducts shall be located

on the same side of the generator.

14.51.17 The hydraulic motor and pump shall be of axial piston

design to provide low internal leakage and a high degree

of frequency stability. Gear motors shall not be allowed.

14.51.18 The hydraulic pump shall match the system with the

proper orifice, pressure compensator, and load sense

settings to provide stable output regardless of engine

rpm or electrical load demands. Use of electronics to

control the flow shall not be allowed.

14.51.19 The system shall be capable of normal operations using

a commonly available premium hydraulic oil; Mobile

DTE series or equivalent. All fluid service points shall be

in close proximity to the reservoir for ease of scheduled

maintenance.

14.51.20 When properly installed, the system shall be warranted

for a period of not less than two (2) years or 2000 hours,

whichever should come first.

14.51.21 The generator shall be tested at the full nameplate rated

load prior to shipping and the test report shall be

included. The test report will document the generator's

performance at various loads from no load to full load to

ensure reliable power delivery at those loads.

Twin-City Fire Department Pumper Tender - 2013 Page 107

DESCRIPTIONException

Yes No

MEETS

SPECS

14.52 GENERATOR GOVERNOR

14.52.1 Fire Research FROG model FRA101-A00 generator

governor and display kit shall be installed. The kit shall

include a display module, sensor signal decoder, two (2)

current transformers, and cables. The display module

shall consolidate five (5) generator monitoring

instruments into one device. The display case shall be

waterproof and have dimensions not to exceed 4 1/2"

high by 4 1/2" wide by 4 1/2" deep.

14.52.2 14.52.2 The following continuous displays shall be

provided with super bright LED digits more than 1/2"

high:

• Generator frequency in hertz

• Line 1 current in amperes

• Line 2 current in amperes

• Generator AC voltage in volts.

14.52.3 The governor shall display the accumulated generator

hours when power is applied to the display module.

14.52.4 The program shall support automatic regulation of

generator frequency and the tracking of elapsed

generator run time. Safety features shall include PTO

disengage and engine over speed protection.

14.53 HYDRAULIC GENERATOR INSTALLATION

14.53.1 A Muncie PTO rated for the specified generator shall be

installed

14.53.2 The generator shall be securely mounted in a location

that will allow cooling and service of the unit.

14.54 BREAKER BOX - 120/240 VOLT

14.54.1 A Federal Pioneer breaker box complete with the

required GFCI circuit breakers for the 120 / 240 Volt

electrical options shall be provided and installed in the

body compartment located closest to the generator.

14.55 ELECTRICAL OUTLETS

14.55.1 A weather resistant duplex receptacle shall be installed

at the following locations, connected to the generator

supplied breaker box:

14.55.1.1 One (1) to be located inside the cab near the engine dog

house and appropriately labelled.

14.55.1.2 One (1) to be located on the left side of the body, above

the rear wheel well.

14.55.1.3 One (1) to be located on the right side of the body,

above the rear wheel well.

14.56 CORD REELS - ELECTRIC REWIND

14.56.1 Two (2) Hannay ECR1600 electric rewind cord reels

shall be supplied and installed on the fire apparatus.

The cord reel shall be powered by an electric motor and

have the capacity to hold 200' of 12/3 wire. The exterior

of the reel shall have a painted oven-cured enamel

finish. The location of the cord reels shall be in the R2

compartment.

Twin-City Fire Department Pumper Tender - 2013 Page 108

DESCRIPTIONException

Yes No

MEETS

SPECS

14.57 LIGHT TOWER

14.57.1 A Command Light, part number CL602A-LED, light

tower shall be provided for installation on the apparatus.

The location of the light tower and its controls shall be

installed according to instructions given by the customer

and the requirements of the light tower manufacturer.

14.57.2 The light tower shall extend 130" above the mounting

surface and shall extend to full upright position in less

than 15 seconds. The overall size of nested light tower

shall be approximately 44" wide x 73" long x 12" high

and weigh approximately 310 pounds.

Light Tower Construction and Design

The light tower assembly shall be of aluminum

construction, with stainless steel shafts and bronze

bushings for long life and low maintenance.The electrically controlled unit shall not require usage of

the vehicle's air supply for operation, thereby eliminating

the chance for air leaks in the vehicle braking system.

Hydraulic or pneumatic type floodlights are not

acceptable alternatives to the specified all electric light

tower.

The light tower shall be tested to in wind conditions of

90 mph (150 kph) minimum. Other type floodlights that

have not been tested to these conditions are not

acceptable.The light tower shall be capable of overhanging the side

of the vehicle to provide maximum illumination to the

vicinity adjacent to the vehicle for the safety of

emergency personnel in high traffic conditions. Any

tower that is only capable of rotations at the top of a pole

is not an acceptable alternative to the specified tower.

Light Tower Electrical System

The light tower shall be a two-stage articulating device

with a lighting bank on top of the second stage capable

of continuous 360 degree rotation. The light shall be

elevated by electric linear actuators, one (1) actuator

shall elevate the lower stage and one (1) actuator shall

adjust the light bank angle from 0 to 110 degrees.

Power for the light bank shall be supplied through power

collecting rings thus allowing continuous 360 degree

rotation in either direction.

The tower base shall have a light that illuminates the

envelope of motion during any movement of the light

tower mast as required by NFPA1901.

14.57.3

14.57.4

Twin-City Fire Department Pumper Tender - 2013 Page 109

DESCRIPTIONException

Yes No

MEETS

SPECS

Light Tower Controls

The light tower shall be controlled with a hand-held 15

foot umbilical line remote control, to be located inside

the cab, within reach of the pump operators panel. The

storage station for the remote control unit shall be

equipped with a button to activate the "Auto-Park"

automatic nesting feature. The controls on the remote

box shall be:

.1 Three (3) switches, one (1) for each light bank.

.2 One (1) light bank rotation switch.

.3 One (1) switch for elevating lower and upper stage.

.4 One (1) indicator light to indicate when light bank is

out of roof nest position.

.5 One (1) indicator light to indicate when light bank is

rotated to proper nest position.

.6 One (1) back light rotation switch. (For optional

Backlighting)

.7 One (1) on/off switch for the top mounted strobe. (For

optional strobe)

Light Tower Floodlights

The Command Light shall be equipped with the following

bank of floodlights:

* Floodlight manufacturer: Fire Research Co. - Spectra

LED-AC power

* Number of lamp heads: Six (6) (Six Lamps only

possible with AC power)

* Voltage: 120 volt AC

* Watts of each lamp head: 220 Watt FRC

* Total watts of light tower: 1320 Watts FRC

* Total Lumens of light tower: 120,000 lumens FRC

* Configuration: The light heads shall be mounted two

(2) on each side of the light tower, giving two (2) vertical

lines of three (3) when the lights are in the upright

position.

14.58 TWO WAY RADIO POWER SUPPLY

14.58.1 There shall be a dedicated 12V power supply line coiled

underneath the chassis dash for the future install of a

customer supplied two way radio. The Purchaser shall

supply a two way radio for installation in the completed

apparatus.

14.59 FINISH AND PAINTING - PPG OR DUPONG

EQUIVALENT

14.59.1 The painting shall be done in accordance with

automotive practices using Delfleet® Evolution FBCH

high solids polyurethane paint with the PPG painting

process, or Dupont equivalent.

14.59.2 All painting shall be baked at 160 degrees F. for a

minimum 45 minutes to provide an automotive quality

finish.

14.59.3 After assembly, the body substructure and pump house

shall be deburred and hand sanded.

14.59.4 All ledges inside and outside shall be cleaned and

sealed.

14.57.6

14.57.5

Twin-City Fire Department Pumper Tender - 2013 Page 110

DESCRIPTIONException

Yes No

MEETS

SPECS

14.59.5 The painting process consists of the following

applications, or equivalent:

a) Wash entire body with DX 440 wax and grease

remover

b) Etch primer, PPG F3963 (0.2 - 0.35 mils dry)

c) Primer, PPG F3975 (3.0 - 6.0 mils dry)

d) Wash entire body with DX 330 wax and grease

remover

e) Primer sealer, Epoxy PPG F399x (1.0 - 4.0 mils

dry)

f) Basecoat, Delfleet® evolution PPG FBCH (1.0 - 3.0

mils dry)

g) Clearcoat, PPG F3906 clear (minimum of 2.0 mils)

14.59.6 All outside seams that are not 100 percent welded shall

be sealed and caulked inside and outside before the

final paint finish is applied.

14.59.7 Only after the entire painting process is completed shall

the body structures be installed on the chassis

14.59.8 Only after the body is painted shall the components

such as doors, aluminum inlay panels, mounting

brackets, handrails, pump panels, and other

accessories be installed.

14.60 PAINT COLOR - BODY

14.60.1 The body shall be painted a single color to match the

lower chassis paint finish as provided by the chassis

manufacturer.

14.61 COMPARTMENT FINISH

14.61.1 The interior of all compartments of the body shall also

be sealed and caulked. A textured finish of light gray

urethane paint shall be applied to all compartment

interiors.

14.62 LETTERING / PIN STRIPING / REFLECTIVE BODY

STRIPING

14.62.1 The lettering and striping shall be provided as directed

by the Fire Department.

14.63 LADDER STORAGE

14.63.1 The body design shall incorporate interior ladder storage

to protect the ladders from weather elements, road salt,

etc. Provisions shall be made to modify the water tank

design to allow for the interior storage.

14.64 LADDER COMPLIMENT

14.64.1 The following ladders shall be supplied by the OEM and

stored internally;

One (1) Duo-Safety model 585-A, 10 foot folding ladder

shall be provided.

One (1) Duo-Safety model 775-A, 14 foot roof ladder

shall be provided.

One (1) Duo-Safety model 900-A, 24 foot, 2-section

extension ladder shall be provided.

14.65 TOOLMOUNTS

14.65.1 The OEM shall supply and install various tool mounts as

per the Fire Departments specifications.

Twin-City Fire Department Pumper Tender - 2013 Page 111

DESCRIPTIONException

Yes No

MEETS

SPECS

14.66 PIKE POLES

14.66.1 One (1) 6' fiberglass pike pole and one (1) 10' fiberglass

pike pole (s) shall be provided.

14.67 PIKE POLE / ATTIC LADDER STORAGE - INTERNAL

14.67.1 There shall be two (2) aluminum pike pole internal

storage compartments and one (1) folding ladder

internal storage compartment offset to the driver side of

the body that will open to the rear of the apparatus.

14.67.2 There shall be a hinged aluminum checkerplate door at

each compartment with a positive twist type latch.

14.68 PICK HEAD AXE(S)

14.68.1 Two (2) 6 pound fiberglass handled pick head axe(s)

shall be provided.

14.69 CHROME AXE POCKET(S) - HORIZONTAL

14.69.1 Two (2) horizontal chrome axe holder(s) complete with a

chrome hook for the axe handle shall be provided. The

axe pocket(s) shall be installed in a location as directed

by the Fire Department.

14.70 FIRE EXTINGUISHERS

14.70.1 One (1) 15lb CO² and one (1) 20lb ABC dry chemical

fire extinguisher(s) shall be provided and mounted in

brackets as directed by the Fire Department.

14.71 CROW BAR & BRACKET

14.71.1 One (1) 54" steel crow bar complete with chrome

mounting brackets shall be provided and installed.

14.72 WHEEL CHOCKS & BRACKETS

14.72.1 Two (2) SAC-44 Zico folding wheel chocks shall be

provided complete with mounting brackets. The

brackets shall be installed forward of the rear wheels

and underneath the main body.

14.73 WRENCH SETS

14.73.1 Two (2) Akron #2443 spanner wrench sets complete

with two (2) spanner wrenches, one (1) hydrant wrench

and nylon holder shall be provided and installed in a

location specified by the Cities.

14.73.2 Two (2) Akron SS-MP spanner wrench sets complete

with four (4) combination Storz / rocker lug spanner

wrenches complete with aluminum mounting plate shall

be provided and installed in a location specified by the

Cities.

Twin-City Fire Department Pumper Tender - 2013 Page 112

DESCRIPTIONException

Yes No

MEETS

SPECS

14.74 BACKBOARD STORAGE

14.74.1 One (1) standard back board storage area shall be

provided which shall be located to the rear of the 2.5"

crosslay, and forward of the generator, above the pump

house, and designed to be accessible from either side

of the vehicle.

14.74.2 The backboard storage compartment shall include two

access doors, one on each side of the compartment,

constructed of 0.19 inch thick bright embossed

aluminum tread plate.

14.74.3 Each compartment door shall include a locking

mechanism to hold the door in the closed position via a

D-ring style latch.

14.74.4 Each compartment door shall be hinged with a top-to-

bottom piano hinge, to allow the door to open swinging

forwards far enough to not restrict removal of the stored

backboard.

Twin-City Fire Department Pumper Tender - 2013 Page 113

DESCRIPTIONException

Yes No

MEETS

SPECS

15.1 VEHICLE LENGTH

15.1.1 Total vehicle length (all inclusive) shall NOT exceed 35

feet (10.67m)

15.2 VEHICLE HEIGHT

15.2.1 Total vehicle height (exclusive of radio antennas) shall

NOT exceed 10.67 feet (3.25m)

15.3 VEHICLE WIDTH

15.3.1 Total vehicle width shall NOT exceed 8.53 feet (2.6m)

SECTION 15 - OVERALL VEHICLE DIMENSIONS

Twin-City Fire Department Pumper Tender - 2013 Page 114

DESCRIPTIONException

Yes No

MEETS

SPECS

PRICE PER

Yes No (CDN$)

16.1 FIRE SERVICE HOSE & RELATED ITEMS

16.1.1 6" Flexible Hard Suction Drafting Hose - 10' Lengths -

Thread to match pump

16.1.2 Hard Suction Hose Mount Tray - Ziamatic HHS-TM-2-

ST or equal. (SHIP LOOSE)

16.1.3 6" Floating Intake Strainer. Thread to match pump.

16.1.4 Akron Wide Range TurboJet Nozzles - Model 1763 (1.5"

NPT) w/ pistol grip. Flow settings to be 115-360-475-550-

750 LPM

16.1.5 Akron High Range TurboJet Nozzles - Model 1736 (2.5"

WCT)

16.1.6 Akron Model 0443 - 3 wren holder c/w 1 Model 15

Hydrant Wrench and 2 Model 10 Spanner Wrenches

16.1.7 Akron Model SS-MP Super Spanner Set c/w 4 - 125mm

Storz Spanner wrenches

16.1.8 Akron Model 3095 In-Line Eductor 2.5" WCT inlet to 1.5"

outlet. 360 LPM.

16.1.9 Akron Model 777 Quick Attack Foam Aeration Tube

16.1.10 Akron Model 877 Mid-X Medium Expansion Foam

Aeration Tube

16.1.11 Gated Wyes - Akron Model 1581 - 2.5" WCT to 1.5"

16.1.12 Screw Type Hose Clamp - 125mm

16.1.13 Gate Valves - Akron Model 2285 - 2.5" WCT

16.1.14 Double Female Adapter - 2.5" WCT

16.1.15 Double Male Adapter - 2.5" WCT

16.1.16 Double Female Adapter - 1.5"

16.1.17 Double Male Adapter - 1.5"

16.1.18 KrakenExo Blue Fire Hose 1.75" c/w 1.5" WAYOUT

couplings

16.1.19 KrakenExo Blue Fire Hose 2.5" c/w 2.5" WCT WAYOUT

couplings

16.1.20 MegoFlo 5" Large Diameter Permatek Fire hose with

Storz lock couplings

16.1.21 TFT 1.5" Mid-Matic Nozzles (Model: HM-VPGI)

16.1.22 TFT 2.5" WCT Mid-Matic Nozzles (Model: H-2VPGI)

16.1.23 TFT Blitzfire Kit 2.5" WCT (Model: XXC-52), c/w XX-B,

XX111A, MD18A and MST-3NJ

16.1.24 TFT Piercing Nozzle 1.5" (Model: S-PN)

16.1.25 TFT Water Curtain Nozzle 2.5" WCT (Model: S-WC)

SECTION 16 - OPTIONAL EQUIPMENTOFFERED

Twin-City Fire Department Pumper Tender - 2013 Page 115

DESCRIPTIONException

Yes No

MEETS

SPECS

16.1.26 TFT In-Line Foam Eductor 2.5" WCT inlet to 1.5" outlet.

360 LPM.

16.1.27 TFT Gated Wyes 2.5" WCT inlet to 2x 1.5" outlets.

16.1.28 TFT Gated Wyes 4" Storz Inlet to 2x 2.5" WCT outlets

16.1.29 50' FC Conquest Fire Hose 1.75" c/w 1.5" couplings

16.1.30 50' FC Conquest Dbl Jkt Hose 2.5" WCT

16.1.31 50' Angus Hi Combat II Hose 1.75" c/w 1.5" couplings

16.1.32 50' Angus Hi Combat II Hose 2.5" WCT

16.1.33 50' Angus Hi-Vol Rubber 4" Supply Hose c/w storz

couplings

Twin-City Fire Department Pumper Tender - 2013 Page 116

DESCRIPTIONException

Yes No

MEETS

SPECS

PRICE PER

Yes No (CDN$)

16.2 MISCELLANEOUS TOOLS & EQUIPMENT

16.2.1 Collapsible orange traffic cones - compliant with

NFPA1901

16.2.2 2M (6') Fibreglass Pike Pole with handle Duo-Safety

6FP

16.2.3 3M (10') Fibreglass Pike Pole with handle Duo-Safety

10FP

16.2.4 14' Roof Ladder Duo-Safety Model 775-A

16.2.5 10' Attic Ladder Duo-Safety Model 585-A

16.2.6 24' Extension Ladder Duo-Safety Model 900-A

16.2.7 Pick Axes with fibreglass handle

16.2.8 Fire Extinguisher 40B:C with mounting bracket

16.2.9 AFFF Foam Fire Extinguisher with mounting bracket -

Equal to Badger F-250

16.2.10 Rubber Mallet - Snap-On HBFE32

16.2.11 Automatic External Defibrillator, Medtronic Physio-

control, Model LifePack 1000 (NO EXCEPTIONS)

16.2.12 Automatic External Defibrillator, Zoll AED Plus, c/w 2

sets of adult pads & 1 set of child pads (NO

EXCEPTIONS)

16.2.13 Angus BT-5000 Medical/Oxygen Trauma Bag (empty)

OFFERED

Twin-City Fire Department Pumper Tender - 2013 Page 117