Loading...
HomeMy WebLinkAboutResolution No. R24-47RESOLUTION NO. R24-47 A RESOLUTION OF THE COUNCIL AWARDING THE BID AND AUTHORIZING THE MAYOR TO EXECUTE ALL CONTRACT AND RELATED DOCUMENTS FOR THE PURCHASE OF A CUSTOM -CHASSIS FIRE TRUCK FROM US FIRE. WHEREAS, the City of Laurel (hereinafter "the City") is in need of a Custom -Chassis Fire Truck (hereinafter "the Fire Truck"); WHEREAS, the City's Capital Improvement Plan has been amended to reflect the need for the purchase of the Fire Truck; WHEREAS, the City has complied with its procurement policy and Montana law by utilizing a competitive bid process to ensure the Fire Truck cost and company selected is in the best interests of the City in both quality and price; WHEREAS, the City sought bids from qualified companies from whom to purchase the Fire Truck by publicly advertising the bid pursuant to Montana law; WHEREAS, the City received a responsive bid from US Fire (hereinafter "US Fire") for the Fire Truck; WHEREAS, US Fire's bid to complete the Fire Truck is for the total cost of One Million Fifty -Eight Thousand Two Hundred Forty -Three Dollars and No Cents ($1,058,243.00); WHEREAS, US Fire was the lowest qualified bidder, and such bid is attached hereto and incorporated by reference herein; and WHEREAS, the City currently possesses adequate funds to purchase the Fire Truck and/or can make appropriate and reasonable lending arrangements, and it is in the City's best interests to proceed with the purchase of the Fire Truck. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Laurel, Montana, that the City Council accepts the bid with US Fire, and the Mayor is authorized to execute all contract and related documents with US Fire for the purchase of the Fire Truck, pursuant to the terms and conditions contained in the attached bid for the total cost of One Million Fifty -Eight Thousand Two Hundred Forty -Three Dollars and No Cents ($1,058,243.00). Introduced at a regular meeting of the City Council on the 25th day of June, 2024, by Council Member Klose. PASSED and APPROVED by the City Council of the City of Laurel the 25th day of June, 2024. R24-47 Accepting Bid and Authorizing Mayor to Execute Contract Documents for Purchase of Custom -Chassis Fire Truck APPROVED by the Mayor the 25th day of June, 2024. ATTEST: APPROVED AS TO FORM: Michele L. Braukmann, Civil City Attorney CITY OF LAUREL In a)r Dave Waggon k, Mayor R24-47 Accepting Bid and Authorizing Mayor to Execute Contract Documents for Purchase of Custom -Chassis Fire Truck LIUREL FIRE DEPIRTMENT 215 WEST 1 ST STREET • LAUREL. MT • 59044 OFFICE 406.628.491 1 FAx 406.628.2185 Laurel City Council Re: New Custom -Built Fire Truck Laurel City Council, June 10, 2024 A Sealed Bid process was concluded on May 30, 2024 at 1:00 pm in the City Hall Conference Room. The following were present: 1. Travis Nagel, Assistant Fire Chief 2. Kelly Strecker, City Clerk/Treasurer 3. David Waggoner, City of Laurel Mayor The bid advertisement was posted on the City of Laurel website and the Yellowstone County newspaper beginning on May 17, 2024. The deadline for receiving the sealed bids was May 30, 2024 at 1:00pm. Major specifications for the "Custom -Built" Fire Truck are as follows: • Custom -Chassis Rescue Fire Truck with a 3/16" Extruded Aluminum Body Configuration - Red in color Pump Capacity of 1500 GPM (Gallons Per Minute) and Tank Capacity of 1000 Water/30 Foam (Gallons) LED 360° emergency lighting Storage for tools, supplies and equipment During the sealed bid opening process, ONE bid was presented, which was from US Fire from Holden, LA. The build price is $1,058,243. This bid met or exceeded all the requirements in the advertised bid documents. It is my request and recommendation that we proceed with awarding US Fire the contract to build the Custom Fire Truck according to the specifications presented in the bid for the City of Laurel and the Laurel Volunteer Fire Department. This truck will replace the aging 1992 Fire Engine 4, which will be retired. The truck will also potentially help us improve our ISO (Insurance Services Office) Rating, which is likely to have a positive impact on reducing home insurance costs for homeowners in the community. Thank you for your consideration. JW Hopper Fire Chief, Laurel Volunteer Department } CC cQ cG G D V) 0 CO I u IFQ�-J: '. CU N !n [6 N m � � f6 'C 4� U O E E- O N O U � \ M1• Cll EtiA O N LL } m � Q. L (L. N fU U C QJ Q1 4-- fll fi GA r • E QaJ O 7� O C: c: v = _0 Q Q Q z` n V Q) cc z L f„ -a m s ""wb., ", r YY! • .d "_ • .33 i� siyl '`�rawd � -N `! 1. Introduction to US Fire Apparatus 2. ]did Documents a. Certificate of Insurance b. Manufacturers License c. Specialty Vehicle Dealer License 3. Laurel VFD Invitation to Bid 4. US Fire Proposal Specifications 5. US Fire Proposal Drawing 6. US Fire Deviations from Specification 7. Custom Pumper Deference List 8. Warranty Information L Q W p W U Z W W CL X W O >, cn c c 0 U -1 E U � U cu O O U U m i cr > O U _ CL 5s O 4- O L CB Co N Q Q O Q p O — .Q iz i � U U > C LU cc m f'- a a W LL U) D /W V W p W N J Q Z O m W a C.) W CL 2 U O J_ m U) J W J Z LO p a W U X W rl i — (n y U a" I a a 2 U a •s a a a y W L I C LL J E Q C13 0 0 N d Q' p E Z a � L Qi C. tn �z_ z U IQL z a W� Q a� a Wa Q W 5 LL C, in Ln CIL0 N Ln N N i 1 tn �z_ z U IQL z a W� Q a� a Wa Q W 5 LL C, in Ln CIL0 N Ln N N f�S CER T �If C 1� E O faIIAIL U � II ���SILYR/ri1Y'VCE DATD0lYYYY) 05/21/21 /2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT AME CT FOR LIABILITY CERTS (2/10) McGriff Insurance Services, LLC PHONE q04 497-7500 FAX 3400 Overton Park Drive SE laCNo.gx - (AIC, No): Suite 300 E-MAIL Atlanta, GA 30339 ADDRESS: Kdevine@mcgriff.com INSURED Dollar General Corporation 8 Its Subsidiaries and Affiliates 100 Mission Ridge Drive Goodlettsville, TN 37072 INSURER E : INSURER F: AFFORDING COVERAGE NAIC # trance Company 22667 CCVFRAnFS CFRTIFIrATF NI IMRFR-VI ITSSGRM AF\/ICIrIAI A(IIMCtPD- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR i UL -.0 BRI POLICY EFF POUCY EXP LTR TYPE OF INSURANCE IN D WVD POLICY NUMBER I MMIDOIYYYY MM1DDlYYYY i LIMITS A X j COMMERCIAL GENERAL LIABILITY i IXSLG47299688 I 02/10/2024 02/10/2025 2,000,000 IEACH OCCURRENCE i$ CLAIMS -MADE � OCCUR I rPREMIS: Zrr 2,000,000 (Ea � $ I I X SIR 51,000,000 � � � I I S o I PREMISES (Ea occurcence) _ 11 MED EXP (Any one person) j $ 1 0 j PERSONAL 8 ADV INJURY I s 2.000,000 _._ X � GEN'L AGGREGATELIMIT APPLIES PER: i , j j GENERAL AGGREGATE i $ 2,000,000 rxiPRO- POLICY ❑ JECT LOC � i I PRODUCTS - COMP/OP AGG j $ 2,000,000 i OTHER: ; J j i i Liquor Liability S 2,000,000 i AUTOMOBILE LIABILITY I I I i I EOMBIN�EDlSINGLE LIMIT S ANY AUTO I BODILY INJURY (Per person) i 5 OD SCHEDULED WNELY I AUTOS ONAUTOS I BODILY INJURY (Per accident) s HIRED NON -OWNED PROPERTY DAMAGE i $ AUTOS ONLY AUTOS ONLY I JJ ( i Per accident I I C I I$ UMBRELLA LIAR OCCUR I i I I EACH OCCURRENCE Is EXCESS LIAB CLAIMS -MADE; i 1I I _ I ' AGGREGATE —is DED RETENTIONS S WORKERS COMPENSATION i , PER OTH-� I I AND EMPLOYERS' LIABILITYY/ N I 1 STATUTE_ Ff I I$ ANY PROPRIETOR/PARTNER/EXECUTIVE I N A E.L. EACH ACCIDENT OFFICERIMEMBER EXCLUDED? / I (Mandatory In NH) I 4 E.L. DISEASE - EA EMPLOYEES $ i If yes, describe under I DESCRIPTION OF OPERATIONS below I I I I E.L. DISEASE - POLICY LIMIT I $ I J Is DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space Is required) DOLGENCORP of TX, Inc. is a non -subscriber to the Workers' Compensation System in the State of Texas and as such is not afforded benefits by the Workers' Compensation policies referenced herein. The Certificate Holder is included as Additional Insured - Lessor of Leased or Rented Equipment on the General Liability policy as required by written contract. u r -m I Irit_iAi C nuLIJCR US Fire Pump Company, LLC 27995 James Chapel Rd N Albany, LA 70744 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Paqe 1 of 1 @ 1988-2015 ACORD CORPORATION. All rights reserved ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD s N v 4J U rd w O U U1 W v a U _o � oCq w -a rr/1 ®� zo a xw d' N W rd N t� O U � Q� U O y fd b o Ln x paai .� -rl ON w r- U2N a1 ri o 0 r N N O N r C z N o a s N v 4J U rd w O U U1 W v a U o E -=a N O � *Poo N C H � T O C zo to 0 U 41 a10 p F a o 14, ®� rdar-r-i N P4 RJ !d 0d 0UaA m N E5 Q) p N E-{ ahOp © �o xw -.i rn rt, r O N •�i A U w N o 0 N N O N U) r •~ ui • �I o b �I y U O �a a A a � E a (a3: rZ4 N 0 H co O 4 4 4-1 b 1 O UI w cn ani 0 U CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 CONTRACTBID DOCUMENTS ATTACHED: INTENT AND SCOPE OF OPERATIONS CALL FOR SEALED BIDS: NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS CONTRACT SPECIFICATIONS: CUSTOM -CHASSIS FIRE TRUCK STANDARD TERMS AND CONDITIONS INVITATION TO BID FORM OF AGREEMENT FORM OF PROPOSAL (BID PROPOSAL) INTENT AND SCOPE OF OPERATIONS This bid is for the purpose of entering into a contract for a CUSTOM -CHASSIS FIRE TRUCK for the City of Laurel Volunteer Fire Department. The successful bidder agrees to provide the City of Laurel Volunteer Fire Department with acceptable quality of equipment/services, performance and workmanship as determined by the Laurel Fire Department. It is the purpose of this bid to obtain the best quality of equipment at the most favorable price to the City of Laurel. Consideration will be given for the level of service offered and ability to meet stated specifications EXACTLY as outlined in the contract document. END: INTENT AND SCOPE OF OPERATIONS CITY CLERK CITY OF LAUREL (l P. O. BOX 10 LAUREL, MONTANA 59044 CALL FOR SEALED BIDS: NOTICE TO BIDDERS Sealed bids entitled: CUSTOM -CHASSIS FIRE TRUCK For the Laurel Volunteer Fire Department, Laurel, Montana Will be received addressed to City Clerk of Laurel, Montana, at the office of the City Clerk, City Hall, Laurel, Montana 59044, until 1:00 p.m. May 30, 2024 More specific additional information regarding the CUSTOM -CHASSIS FIRE TRUCK may be obtained by contacting Travis Nagel, Assistant Fire Chief, Laurel Fire Department, at 215 W. First Street, Laurel, Montana, phone number of 406-628-4911 or visit https://citN,oflaurelmontana.com/rfps. No bids may be withdrawn after the scheduled time for the public opening of bids, which is at 01:00 p.m. May 30, 2024 at 115 W. I" Street Laurel. MT 59044. The right is reserved to reject any or all proposals received, to waive irregularities, to postpone the award of the contract for a period not to exceed thirty ()0) days, and to accept that proposal which is in the best interest of the City of Laurel, Montana. The City of Laurel is an Equal Opportunity Employer Published YCN 5.17.2024; 5.24.2024 Kelly Strecker, City Clerk/ Treasurer END: CALL FOR SEALED BIDS: NOTICE TO BIDDERS 4 CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 INSTRUCTIONS TO BIDDERS EXAMINATION OF DOCUMENTS Before submitting the proposals, the bidder shall: (a) Carefully examine the Standards and Specifications as well as all other attached documents. (b) Fully inform themselves of the existing conditions and limitations. (c) Include with the bid sufficient information to cover all items required in the specifications. BID COMPLIANCE It shall be the responsibility of the bidder to see that all bids are sealed and submitted to the office of the City Clerk at City Hall, 115 W. First Street, Laurel, Montana 59044, before 01:00 p.m. May 30.2024. BID PROPOSAL MODIFICATIONS Proposals shall be made on the form provided herein; they shall not contain any recapulation of the work done. Modifications, additions or changes to the terms and conditions of this invitation to bid may be cause for rejection of the bid. Bids submitted on other forms may be rejected. No oral, telephone, or telegraphic bids or modifications will be considered. CERTIFICATION OF ALTERATION OR ERASURE A bid shall be rejected should it contain any material alteration or erasure, unless, before the bid is submitted, each such alteration has been initialed in INK by the authorized agent signing the bid. INTERPRETATION PRIORITY Should a bidder find discrepancies in, or omissions from, the specifications, or be in doubt as to their meaning, bidder shall notify the Laurel Volunteer Fire Department Head, JW Hopper, at the address noted above, who will send written instructions or addenda to all bidders. The City will not be responsible for oral interpretation. All addenda issued prior to bid opening shall be incorporated into, and become part of, the contract agreement upon award. Questions received less than ninety-six (96) hours before the bid opening cannot be answered. SIGNATURE All bids shall be typewritten or prepared in ink and must be signed in longhand by the bidder or bidder's agent or designee', with his/her usual signature. A bid submitted by a partnership must be signed with the partnership name, followed by the signature and designation of the partner signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name and signature of an authorized agent or officer of the corporation. Bids submitted by a proprietorship must be signed by the owner; the name of each person signing shall be typed or printed legibly below the signature. WITHDRAWAL OF BIDS Bidders may withdraw their bid either personally or by written request at any time prior to the time set for bid opening. No bid may be withdrawn or modified after the time set for opening, unless and until the award of the contract is delayed for a period exceeding thirty (30) days. CERTIFICATION The bidder certifies that the bid has been arrived at by the bidder independently and has been submitted without any collusion designed to limit independent bidding or competition. The bidder further certifies that the materials, products, services and/or goods offered herein meet all requirements of the stated specification and are equal in quality, value and performance with highest quality, nationally advertised brand and/or trade names. EVIDENCE OF QUALIFICATION Upon request of the City of Laurel, a bidder whose proposal is under consideration for award may be required to manifest satisfactory evidence of his financial resources, experience, the organization, and equipment as well as service provisions bidder has available. In determining the lowest responsible bidder, in addition to price, the following considerations may be addressed: (a) The ability, capacity, character, integrity, and skill of the bidder to perform the contract or provide the service required. (b) Whether the bidder can perform the contract within the time specified. (c) The quality of performance of previous contracts, agreements, services and/or performance. (d) Previous and/or existing compliance by the bidder with laws relating to the contract or services. (e) Such other information, which may be secured, as having a bearing on the decision to award the contract. (f) A reference list listing FIVE apparatus of similar design that have been delivered ON TIME within the last 24 months. This list shall include the Fire Department name, Contact Name in that Department, Phone Number, Email Address, Quoted Delivery Time AT the Award of Contract/Purchase Order and the Actual/Performed Delivery Time from the Award of Contract/ Purchase Order to Delivery/Acceptance by the Fire Department. END: INSTRUCTIONS TO BIDDERS 4 CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 CONTRACT SPECIFICATIONS CUSTOM -CHASSIS RESCUE FIRE TRUCK END SPECIFICATIONS 5 CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 STANDARD TERMS AND CONDITIONS — PAGE 1 This contract includes the following Standard Terms and Conditions and includes, but is not limited to, the Invitation to Bid, Call for Sealed Bids, Specifications, Forms of Agreement, Instruction to Bidders, and Form of Proposal. The contractor will not be liable for any delay in furnishing or failure to furnish service due to fire, flood, strike, lockout, dispute with workmen, act of God, or any cause beyond reasonable control. In case of default by the successful bidder or failure to deliver the goods or services within the time specified, the City Purchasing Authority, after written notice, may procure them from other sources and hold contractor responsible for excess costs occasioned thereby. The specifications attached to the instructions to bidders establish a standard of quality desired by the City of Laurel. Any bidder may submit quotations on any article, which substantially complies with these specifications as to quality, workmanship, and service. The City of Laurel reserves the right to make its selection of materials or services purchased, based on its best judgment as to which articles substantially comply with the requirements of the specifications. No alteration in any of the terms, conditions, delivery, quality, or specifications will be effective without prior written consent of the City of Laurel. No exception to delivery or service dates shall be allowed unless prior written approval is first obtained for the City of Laurel. All payments to the contractor shall be remitted by mail. The City shall not honor drafts, nor accept goods on a sight draft basis. Furthermore, the provisions or monies due under this contract shall not be assignable unless prior written approval is first obtained from the City of Laurel. All goods, materials or services purchased herein are subject to approval by the City of Laurel. Any rejections of services, goods, or materials, whether held by the City or returned, will be at the contractor's risk and expense. The contractor agrees to assume all expense, protect and hold harmless the City, its officers, agents and employees against all claims and expense including, but not limited to, suits or proceedings for patent, trademark, copyright, or franchise infringement arising from the purchase, installation or use of the goods, material or services purchased herein. The contractor further agrees to assume all expenses and damages arising from such claim, suits, or proceedings. Z CITY CLERK CITY OF LAUREL P. 0. BOX 10 LAUREL, MONTANA 59044 STANDARD TERMS AND CONDITIONS — PAGE 2 Contractor agrees that the waiver, acceptance, or failure by the City to enforce any provisions, terms, or conditions of this contract shall not operate or be construed as a waiver of prior or subsequent breaches or the right of the City to thereafter enforce such provisions. The contractor warrants all articles supplied under this contract to conform to specifications herein. The contractor will deliver a warranty stating that articles supplied under the contract are fit and sufficient for the purpose manufactured, merchantable, and free from defects. In the event the City is entitled to a prompt payment or cash discount the period of computation shall commence on the date of delivery, or receipt of correctly completed invoices, whichever is later. If an adjustment in payment is necessary, the discount period shall commence on the date final approval for payment is authorized. The contractor agrees not to be discriminate against any client employee or applicant for employment or for services, because of race, creed, color, national origin, sex or age with regard to, but not limited to, the following: employment upgrading; demotion or transfer; recruitment advertising; layoffs and termination; rates of pay or other forms of compensation; selection for training; rendition of services. It is further understood that any contractor who is in violation of this shall be barred forthwith from receiving awards of any purchase order for the City unless a satisfactory showing is made that discriminatory practices have terminated and that a reoccurrence of such acts is unlikely. The City reserves the right to cancel and terminate this contract forthwith upon giving thirty (30) days written notice to the contractor. (This provision does not apply to the purchase of materials and equipment. A purchase order for materials and equipment is a binding contract.) The Contractor agrees that in the event suit is instituted by the City for any default on the part of the contractor, he shall pay to the City all costs and expenses expended or incurred by the City in connection therewith, and reasonable attorney fees. Where applicable, possible, or required, the bidder is required to submit descriptive literature, sample material, design sketches and detailed shop drawings. Failure to submit required items may result in rejection of the bid or termination of contract. The successful bidder may not;make any advertising or sale use of the fact contract items are being used by purchaser and other approved agencies, under penalty of contract termination. The Advertisement for Bids, the accepted Proposal, and the specifications, together form the contract and they fully act as if hereto attached or herein repeated. 6 CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 STANDARD TERMS AND CONDITIONS — PAGE' This contract shall be governed by and construed in accordance with the laws of the State of Montana. The contractor may not assign or subcontract the agreement or the right to receive reasonable performance of any act called for by the contract shall be deemed waived by a waiver by City of a breach thereof as to any particular transaction or accurence. Regardless of FOB point contractor agrees to bear all risks of loss, injury, or destruction of goods and materials ordered herein and such loss, injury, or destruction shall not release contractor from any obligation hereunder. END: STANDARD TERMS AND CONDITIONS CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL. MONTANA 59044 INVITATION TO BID RETURN TO: City Clerk, City of Laurel. P.O. Box 10, Laurel, Montana 59044 Please bid net prices at which you will agree to furnish required services. To receive consideration, this form must be signed in frill by a responsible, authorized agent. office. employee or representative of your firm. BID ITEM: One -(1) US Fire Apparatus Custom Pumper for a total purchase price of One - Million. Fifty -Eight Thousand. Two -Hundred Forty -Three Dollars and Zero Cents ($1.058.243.00) Enter fiill Company Name and Address US Fire Pump Company. LLC PO Box 1810 _29755 James Chapel Road N. Holden. LA 70744 CONDITIONS AGREEMENT We have read and agree to the conditions and stipulations contained herein and to the Standard Terms and Conditions contained in the attached. We further agree to furnish the services specified at the prices stated herein, to be delivered to the location and that date set forth herein. 1A, ' -C'I " h J Signature` Title 1Z / . / Z �L/, Date END: INVITATION TO BID 9 CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 FORM OF AGREEMENT — PAGE 1 AGREEMENT, made on the day of 2024, by and between the City of Laurel and WITNESSTH that the above-named company and the City of Laurel, for consideration, hereinafter name agree as follows: SCOPE OF OPERATION: The contractor shall provide material and equipment, perform the work, and do everything required by the specifications entitled: CONTRACT SPECIFICATION: TIME OF COMPLETION: Delivery of goods, equipment, and/or services shall be expected within Fourteen (14) Months of the award of bid. FOLLOWING IS AN ENUMERATION OF THE CONTRACT BID Intent and Scope of Operation Call for Sealed Bids: Notice to Bidders Instructions to Bidders Contract Specifications Standard Terms and Conditions Invitation to Bid Form of Agreement Form of Proposal (Bid Proposal) IN WITNESS WHEREOF, the parties hereto have executed this agreement today and year above written. Contractor By: Title 10 CITY CLERK FORM OF AGREEMENT — PAGE 2 ATTEST: City Clerk Approved as to form. CITY OF LAUREL mm CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 END: FORM OF AGREEMENT 11 CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 FORM OF PROPOSAL (BID PROPOSAL) The undersigned hereby submits the following proposal: Having carefully examined the specifications entitled CONTRACT SPECIFICATIONS: INSERT DESCRIPTION OF BID ITEM(S) for the City of Laurel Volunteer Fire Department, as well as all other conditions affecting the bid, the undersigned proposes to furnish all equipment and services necessary to complete the work required. Time and Date of Deliveryv (INSERT DESCRIPTION OF BID ITEM(S) Net FOB Laurel, Montana +++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++ (OPTIONS OR PAYMENT PLANS, IF APPLICABLE) Y Title Company i Date ��� %y , i G 7- C-/ END: FORM OF PROPOSAL (BID PROPOSAL) 12 GENERAL BIDDING GUIDELINES: If bid specification is met, then place a check in the column marked "YES." If it is necessary to bid an alternate equipment or to take exceptions to the specifications as set forth, this must be checked as "NO." The Basis of the Award shall be dependent on the most responsible bid submitted. Consideration will be given to cash flow, purchase price, delivery dates, equipment service guarantees, parts and service availability, parts and service location, analyses and comparison of equipment specification details, and any other items of concern to the City of Laurel. The purchaser reserves the right to reject any or all bids, to waive any informality in bids, or to accept in whole or part such a bid as may be in the best interest of the City of Laurel. The purchaser also reserves the right to reject the vehicle at the time of final inspection if the vehicle does not meet any and/or all requirements of the final contract according to the personnel acting on behalf of the department at the time of final inspection. These requirements include, but are not limited to performance, workmanship, service, quality, and operation of the vehicle. Please state the estimated delivery time after receipt of order in days: MARK YES OR NO IF COMPLIANT OR NOT SPECIFICATION DESCRIPTION YES NO Custom Cab - 6 person 12" Raised Roof with Full Length Doors I✓ Double Frame - Galvanized j 21,000 lbs. Minimum Front Axle Aluminum Rims - Black Finish Single Rear Axle - 27000 lbs. Minimum l/ Air Auto Eject - Kussmaul with Weather-proof Cover - Black Color j Automatic On -Spot Tire Chains V� 450 hp Minimum Engine Coolant Recovery System Heater Shutoff Valves Engine Brake 360 Amp (Minimum) Alternator High Idle Switch Manual Select - Auto Low Voltage t, 45,000 BTU (Minimum) Air conditioner 33,000 BTU (Minimum) Heater Battery Jumper Studs 40Amp Kussmaul Chief Series with 12V DC - Auto Charge Kussmaul Auto Air Compressor 12V Remote Control Panel - Kussmaul Charge Kussmaul 20A - 120V Super Auto Eject Black Auto Eject Cover Interior Door Reflective - Black & Red All WHELEN Lighting - Interior & Exterior i Step Nose Lighting - Cab Door Controlled / Engine Enclosure Storage Tray with Recessed Cup Holders USB A & USB C Charging Ports - Driver, Officer, and Crew Areas Battery -Switched Power Outside Temperature Monitor j Backup Camera System, 7" Display, Black Housing / 12V DC Power Selections for Accessories, Radios, Gas Meters, Chargers, etc. i 12V DC Power Point Sockets X 2 - Driver & Officer - Battery -Direct Power 120V AC In -Cab Outlets X 2 - Top of Engine Enclosure Exterior Grade Black Finish Exterior Grab Handles (with Warning Light & Turn Signal) Cab Front Grille - Black Finish Headlight & Turn Signals - LED, WHELEN Brand, Black Finish Daytime Running Halo Rings : Lightbar - WHELEN 72" Freedom F4NV Cab, Lower Front Warning Lights X 4 - WHELEN M6 - Quads (Red, LED, Clear Lens, Black Bezel) Bumper, Lower Side Warning Lights X 2 - WHELEN M6 (Red, LED< Clear Lens, Black Bezel) Cab Ground Lights - LED Strip Lights Heated Remote Control Mirrors - Black Finish Electrically Controlled Windows - All 4 Doors - Tinted Crew Door Glass Engine Bay Maintenance LED Lights Two -Tone Full Body Paint - Red/Black Driver & Officer Seats - Non SCBA - Air Ride SCBA Seats X 4 - Crew Compartment - 2 FWD Facing, 2 REAR Facing Front Bumper - Painted 24" Extension, Tow Hooks, Center Hose Well with Cover & LED Lighting, Dual Air Horns - Bumper -Recessed & Black Finish, Dual Lanyard - Officer & Driver, WHELEN Dual Siren Speakers - 295 SLSA1 - Black Finish Q2B Mechanical Siren (Pedestal) - Black Chrome Finish Siren Circuit Powered - Master Warning Light Switch Siren Brake Switch - Driver & Officer Control % Siren Control - Driver & Officer Foot Switches Black Gloss Enamel Painted Bumper Cab Brow LED Scene Light L� Hi Output LED Forward Brow Light, HiViz 72" ✓, �v Black Brow Light Housing ; Switching - Three Switches, 12V, Driver Cab, HiViz 72" Brow Window Tint - Windshield & Driver/Officer Door - 70% Ceramic Tint Shall be Provided on the Windshield, Driver & Officer Windows Window Tint - Fixed Windows & Crew Doors - 5% Ceramic Tint Shall be Provided on the Cab Fixed Windows and Crew Door Windows Compartment - Center Rear Facing EMS Cabinet YES NO OFFERED Light - EMS Compartment - LED Strip Self - Adjustable, Center Forward Facing EMS Compartment V Cab Interior Accessories - 12V Dual USB Charging Port - Cab Mounted, Kussmaul 091-264 (USB A/C) , Outlet Strip - Six (6) Place, 120V AC Crew Cab t Radio Equipment - Radio Installation - Customer Supplied CCUS OM -CHAT MS RESCUE NRE TRUCK INTENT: These specifications describe a Custom -Chassis Rescue Fire Truck with a 3/16" Extruded Aluminum Body Configuration, with Pump Capacity of 1500 GPM and Tank Capacity of 1000 Water/30 Foam GENERAL TERMS: All equipment furnished under this contract shall be new and unused. Accessories not specifically mentioned herein, but necessary to furnish a complete unit ready for use shall also be included. Unit shall conform to the best practice known to the body trade in design, quality of material and workmanship. Assemblies and component parts shall be standard and interchangeable throughout the entire quantity of the units as specified in this invitation to bid. The bidder shall complete every space in the Bidders Proposal column with a checkmark to indicate if the item being bid on is exactly as specified. If any checkmarks are placed in the "NO" column, a detailed and complete description of the deviation from specification must be supplied on a separate sheet labeled "Deviations from Specification." EXACTLY AS SPECIFIED A. Pump Module - Side Mount YES NO OFFERED Pump Panels - Black Anodized Aluminum Pump Module - Enclosed with Painted Roll -Up Doors V Pump Panel - Fully Hinged Lights - Left & Right Side Pump Panel. OnScene LED Access Light - Pump Compartment, LED Switch - Hosebed Light, Pump Panel Switch - Pump Panel Exterior/Interior Lights, Pump Panel Switch - Air Horn, Pump Panel Heat Pan with Heater - Pump House - the Heat Panel Shall be Fully Removable for Summer Ops/Service Work B. Pump & Components Manual Override for Pump Shift Air Primer Pump Anti-Corrosion Anodes? C. Left Panel Discharges All 2-1/2" Side Discharge Outlets Terminate 30° Elbows/Caps v Discharges (2) Left Side, 2-1/2 Valve D. Right Panel Discharges All 2-1/2" Side Discharge Outlets Terminate 30° Elbows/Caps `/ Discharge - Right Side, 2-1/2" Valve Discharge - Right Side, 4" Valve with Electric Control Elbow 4" FNST X 4" Storz 30° Cap with Chain - 4" Storz / E. Deck Gun Discharge - Deck Gun, 3" Valve with Electric Control Telescoping Waterway - 3" Electric, TFT XGA38PL-RL Extend-A- Gun i Monitor - Electric Deck, TFT Typhoon Y5-E11A Monitor Control - Panel Mount, TFT Y4E-RP Master Stream Nozzle - Electric Motor TFT M-ERP1500-NN Monitor Control - Wireless Remote, TFT YE -RF -900 F. Hose Bed Pre -connect Discharge - Left Front Hose Bed, 2-1/2" Valve Foam System - 30 -gallon Class "A" Foam G. Foam Outlet Locations Foam Outlet - Discharge Front Bumper Foam Outlet - Speedlay No. 1 Foam Outlet - Speedlay No. 2 Foam Outlet - Speedlay No. 3 Foam Outlet - Left Front Hose Bed H. Water Tank Polypropylene, 1000 Gallons Water Level Gauges Lights (EACH) - Water Level - Locations - One (1) Per Side on the Extended Portion of the Cab, and One (1) on the Driver's Side Rear of the Apparatus I. Pump Panel Accessories Gauge Bezels - Color Coded Heated Gauges Tags - Pump Panel, Color Coded (Metal) J. Steamer Inlets Suction Headers - 6" X 2 K. Auxiliary Inlets L" Suction - Left Side, 2-1/2" Suction - Right Side, 2-1/2" L. Front Bumper Discharge 2-1/2" Discharge - in Hose Well (Center Compartment) Front Bumper Discharge Blow Out Valve M. Speedlays Speedlays (3 Total) - 2" Valves X 2 and 2-1/2" X 1 Valve Trays - Removable Speedlay X 3 Trays - Additional Removable Speedlay X 3 N. Ladder Storage (Must be Enclosed) Compartment - Pike Pole/Ladder Storage Capacity: One (1) Alco -Lite FL -10, 10' Folding Attic Ladder One (1) Alco -Lite PRL -14, 14' Roof Ladder One (1) Alco -Lite PEL-24, 24' 2 -Section Extension Ladder Two (2) Pike Poles (10' and 12') Tubes (2) - Pike Pole Storage in the Ladder Compartment O. Suction Hose Storage (Must be Enclosed) Compartment - Suction Hose Storage - 10'X6" (Qty: 2) P. Wheel Well Storage Compartments Doors - Wheel Well Compartments, Painted Aluminum Q. Body Trim/Components Mud Flaps % Access Ladder to Hose Bed / Tow Eyes (2) - Rear / R. Hose Bed Dividers/Covers Partition - Front of Hose Bed Hose Bed Dividers / \/! Hand Holes in the Hose Bed Divider Cover - Aluminum with End Flaps (2 -Piece Design) Cover (1) - Fill Tower Access, Water/Foam j End Flap - Hypalon with Bungee Cords, Hose Bed Cover/End Flap Color - Black j S. Rear Directional Light LED Rear Traffic Directional Control Light - WHELEN TAL65 Control Head Location -Traffic Light, Driver's Side Overhead ALL Underbody Lights - LED Hosebed Lighting - LED (Switched at Pump Panel) T. Light Tower - 12V Light Tower - 12V with WHELEN PFP2 LED Lights X 4 (Location: Cab Roof) Controls - Light Tower, Panel Mount - Located in the Pump Panel Compartment Color - Light Tower Option, Powder Coat Black U. Loose Equipment Ladder - 10' Folding Attic Ladder - 14' Roof Ladder - 24' 2 -Section Extension Hose (2) - PVC Flexible Suction - 10'X 6" Strainer - 6" NH Barrel Pike Pole - 10' Fiberglass Pike Pole - 12' Fiberglass V. Pumper Body All Compartments to have: Wheel Chocks (2) Emergency Road Kit First Aid Kit Painted Roll -up Doors Dual LED Lighting Strips in Every Compartment Vented Pull -Down Straps Tool Boards —e.g.: PAC TRAC All Emergency & Scene Lighting to be: WHELEN Lights with Black Bezels Chevron Striping: Black & Red Reflective U" Front Bumper Entire Rear End of the Truck ' W. General Notes: The Entire Truck to be Painted in Black & Red Color Scheme Utilize Blacked -Out Components Minimize Chrome, Stainless, and/or Polished Aluminum Truck to be Fully Enclosed Behind Roll -Up Doors, Including Intake & Discharge Plumbing X. Administration Pre -Construction Conference Trip (Per Person) X 2 - Airfare, Hotel, Meals Remote Inspections As Needed ' Final Inspection Trip (Per Person) X 2 - Airfare, Hotel, Meals Delivery to Laurel MT 1, One Day of Factory Instruction During the Final Inspection Trip MANUALS: Manuals Package to be provided, which includes: a. Operation b. Engine c. Transmission d. Body e. Pump WARRANTY: The bidder shall offer a Warranty Package, which will include the following warranties: a. Cab & Body General — 2 Years b. Chassis — 3 Years c. Frame Rail — Lifetime d. Cab Structural — 10 Years e. Engine — OEM standard, 5 Years f. Transmission — OEM standard, 5 Years g. Hale Pump — 5 Years for Parts, 2 Years for the Labor h. Plumbing, Stainless Steel —10 Years i. Cab/Body Paint —10 Years J. Water/Foam Tanker - Lifetime tF APPA F2 AT LJ S f CUSTOMER: Laurel (MT) QUOTATION DATE: 05/30/2024 SALES REPRESENTATIVE: ID Ferrante QUOTATION NUMBER: 10433-0002 APPARATUS DESCRIPTION: Custom Rescue Pumper PUMP CAPACITY: 1500 GPM BODY CONFIGURATION: 3/16" Extruded Aluminum PUMP MANUF.: Hale QMAX-XS CHASSIS TYPE: 1871W Custom Chassis (NEW ORDER CHASSIS) TANK CAPACITY: 1000 Water/ 30 Foam 00- ""US Fire OEM 1871 L9 Engines Cab & Chassis - 7.003 01/26/24'**** 15- ""'CHASSIS MODIFICATIONS""' 18- ""'NFPA SAFETY SIGNS""' 20- "'"PUMP ENCLOSURES/ PUMPS /COMPONENTS / ACCESSORIES""' 30- *****WATER TANKS/ COMPONENTS/ ACCESSORIES SO. ""'PUMPER/TANKER BODIES""' 70- '"" ELECTRICAL /COMPONENTS/ ACCESSORIES 80- ''"'INTERIOR / EXTERIOR FINISH / LETTERING / STRIPING"" 90- ""'LOOSE EQUIPMENT""' 98- --WARRANTIES/ MANUALS' ---- 99- "'"ADMINISTRATION""' Part No Description qty = US Fire OEM 1871 L9 Engines Cab & Chassis - 7.003 01/26/24 = 1 DataBook v7.003 Release: 01.26.24 00-10-2000 Custom Firetruck Chassis 1 FRAME ASSEMBLY 01 -HO -1600 Double Frame Rails 1 01-10-1200 Frame Rail Finish - Galvanized, Double Rails 1 01-10-1500 Fastener Finish - Zinc 1 01 -JO -4000 Cab Main Frame Crossmember 1 FRONT AXLE 07-AO.1120 Front Axle 21,00014 - Hendrickson STEERTEC NXT - CORE 1 07 -AC -4500 45' Cramp Angle 1 07 -BO -0100 Oil Seals - Front Axle - Factory Premium 1 FRONT AXLE BRAKES 07 -CO -0210 Disc Brakes - Front Axle - EX -225 1 FRONT AXLE SUSPENSION OPTIONS 07-RO-2020 Front Suspension 21,00011- Hendrickson STEERTEK NXT 1 07 -RS -0105 Shock Absorbers - Front Axle 1 STEERING SYSTEMS 07-YO.0040 Steering - 24,0000 - Sheppard Dual Gear 1 FRONT TIRES 10 -GF -0410 Goodyear 425/65R22-5 (L) Front -Armor Max MSA (Mud/Snow) - 22,800#- 68mph 1 10 -WO -0100 Aluminum Wheels - Front 1 10 -WP -0230 Alcoa Dura -Black Finish—Front Rims 2 _ 10-0-0110 Satin Black 'Baby Moon' Caps & Nutcovers (Front Wheels) 2 REAR AXLE 08 -AS -1080 Single Rear Axle 27,0004 - Meritor RS -25-160 - CORE 1 - 08 -AV -F160 160 Series Differential - Single Axle 1 08 -AV -5010. Axle lube -Non-Synthetic 1 08 -BO -0100 Oil Seals - Rear Axle - Factory Premium 1 REAR AXLE BRAKES 08{0-0100 S-CamBrakes-Single Rear Axle 1 VEHICLE TOP SPEED 08 -PA -0300 Vehicle Top Speed 65 - 68 MPH 1 08 -PA -1110 NFPA Vehicle Top Speed Statement (Revised 112/2024) 1 09 -AO -1204 Bendix AD -9 Air Dryer 1 -DO -0102 REAR SINGLE AXLE SUSPENSION OPTIONS 1 08-RO-0025 Single Axle Suspension - 27,000H - Reyco Granning Spring - CORE 1 09 -FO -0212 Cab Exterior Mounted - Behind the Driver's Door 1 09 -FO -0370 REAR TIRES 1 10 -GR -0120 Goodyear 121122.5 (H) Rear -Armor Max MSA (Mud/5now) - 27,120#- 68mph 1 10 -WO -3000 Inner and Outer Rear - SA - Aluminum Wheels 1 10 -WP -0240 Alcoa Dura -Black Finish- Rear Rim 2 10 -XO -0310 Satin Black Finish "Lincoln Hat" Hub & Nut Covers (Rear Wheels) 2 10 -GW -0122 Tire Pressure Monitoring Device - 2 Axles (Front &Rear) - LED Alert 1 08 -RS -0500 Axle & Chassis Laser Alignment 1 AIR SYSTEM - SASE SYSTEM 09-AO-10WF 109 Air System - Color Coded Nylon Air Lines - Single Axle - CORE 1 09 -AO -1204 Bendix AD -9 Air Dryer 1 -DO -0102 Air TankDrains- Manual 1 09-FO.0201 Air Auto Eject - Kussmaul w/Weatherproof Cover 1 09 -FO -0212 Cab Exterior Mounted - Behind the Driver's Door 1 09 -FO -0370 Black Air Auto -Eject Cover 1 ABS BRAKE SYSTEMS 09 -LO -0400 ABS Brake System - 4 Wheel - Meritor/Wabco 1 09 -LB -1110 ABS Mud & Snow Selector Switch 1 09 -RS -1010 Stability Enhancement System -4 Wheel - Meritor/Wabco 1 TIRE CHAINS 08 -TO -0110 Automatic Tire Chains - On -Spot Brand 1 ENGINE 13 -EU -6425 Cummins L9 -450 HP - 1400 Radiator 1 13 -AO -1400 Engine Cooling System Radiator - 1400 Sq. In. 1 13 -AO -1450 Engine Coolant Recovery System 1 13 -AO -1500 Charge Air Cooler - Engine Air Intake 1 13 -AD -1800 Long Life Coolant 1 13 -AO -1900 Premium Cooling System Hoses 1 13 -AO -1960 Constant Torque Cooling System Clamps - Entire System 1 13 -AO -1974 Heater Shut Off Valves 1 13 -EV -0010 EPA24 Clean Idle Label 1 13.10-0010 Engine Air Intake Filter, Fleetguard 1 13 -LO -0002 Engine Oil - First Fill 1 13 -LD -5100 Engine Magnetic Drain Plug 1 13 -NO -0210 Engine Brake - Cummins L9 Engine 1 13 -PO -2300 Fast (High) Idle - Manual Select - Auto Low Voltage 1 13 -VO -0120 Auxiliary Engine Cooler-Sendure 1 13 -VO -0210 Spark Arrestor - Air intake 1 13 -VO -3020 Fan Clutch - Fully Variable Fan Drive 1 13 -YO -0621 Compliant Exhaust Treatment System - L9 >360 1 13 -YO -1611 Cummins Aftertreatment System - L9 ->360 1 13 -YO -3010 Stainless Tailpipe - Curb Side - 90' Exit - Straight Cut End 1 13 -YO -6010 Exhaust Tailpipe Diffuser 1 13-20-0015 DEF System - 5 Gallon Reservoir - ISL 1 TRANSMISSION 14-00-3040 Allison 3000EVS Automatic Transmission 1 14 -CO -5100 Transmission Magnetic Drain Plug 1 14 -DO -0100 Transmission Fluid -Allison TES -389 1 14 -ER -0100 Five Speed Allison Programming - 3000EVS 1 14 -ET -0100 Automatic Neutral Programming -25DOEVS/3WOEVS/.4000EV5 1 14 -HF -0100 Drivertrain Fluid Monitoring System 1 DRIVELINES L4 -WO -1100 1760 SeriesDrivelines 1 L FUEL TANK CAB MODEL 25 -AO -2000 Fuel Tank - Steel - 50 Gallon - Stainless Straps 1 25 -VO -0000 Reinforced Fuel Lines I 25 -VO -1102 Fuel Shut Off Valve 1 25 -FO -0200 Fuel Filter - Cummins -Factory 1 1 40 -DH -5201 Exterior Door Handles - Black Finish ALTERNATOR 45 -DO -2360 360 Amp Alternator- Niehoff i 40 -DH -8020 Cab Entry Steps - Black Finish L CAB MODEL 40 -CO -9230 3/16" Alum - MFDxi -1871-12" Pulled Fwd Raised Roof - FULL LENGTH DOORS 1 14 -ES -0200 114 Transmission Selector - Push Button Type 1 -ES -0400 Transmission Fluid Check - Transmission Selector 1 40 -DH -5201 Exterior Door Handles - Black Finish 1 40 -DH -6015 Cab Entry Steps, Full Length Doors, 100'W cabs - CORE 1 40 -DH -8020 Cab Entry Steps - Black Finish 1 40 -DH -7010 DEF Fill, Left Rear Crew Step Area 1 AC/HEAT/DEFROST 40 -UO -0195 Overhead Heater/ Defroster - 12" RR/100"W - CORE 1 40 -UG -0310 Defroster Fans - Overhead Mounted, Inboard 1 40 -UO -0470 45K BTU AC / 33.4K BTU Heat - Ceiling Mounted Evaporator - Single Condenser 1 40 -UG -0620 Cab Climate Control Insulation Package 1 NOISE SUPRESSION 45 -EO -0100 EMI/RFI Noise Suppression 1 BATTERY MOUNTING TRAYS AND COVERS 45 -NS -0802 Stainless Steel Battery Tray 1 45 -NU -0710 Battery Jumper Studs 1 BATTERY SYSTEMS 45-NU-03SF Single Battery System - 4 Group 31- CORE 1 45 -NU -0410 Battery Bus Bars 1 45 -NU -0462 Battery On Indicator Light- External View 1 45 -TO -0665 40 Amp - Kussmaul - Chief Series W/ 12 Vdc - Camp Option - Auto Charge 4012 1 09 -XO -0900 Kussmaul -Auto Air 091-9-12 Vdc Compressor 1 45 -TO -6130 Kussmaul Remote Control Panel - Kussmaul Charge 1 45 -TO -6210 Charge Indicator Panel on Driver's Seat Box 1 45-ZO-1193 Kussmaul 20 Amp - 120V- Super Auto Eject - Custom Cabs CORE 1 45-ZO-1335 Standard Cover, Kussmaul 091-55—XX 1 45-ZO-1382 Black Auto -Eject Cover 1 45-ZO-1505 Electrical inlet Location -Cab Exterior Mounted - Behind the Driver's Door 1 CAB INTERIOR 45 -PS -0140 Cab Interior Appointments and Options - MFDxI CORE --1871 & Spectr II 1 40 -DE -0300 Engine Enclosure - Vinyl Covering, Acoustiblok 1 40 -DE -1030 Painted Interior Door Panels 1 40 -DE -2010 Interior Padding - Standard Ceiling 1 40 -DE -2020 Interior Padding - Standard Rear Wall 1 40 -DE -2060 Floor Material - Acoustical Wear Mat 1 40 -DE -3050 Door Reflective Material, Secur-Trim - Custom Chassis, 4 Door 1 CAB STEERING WHEEL AND COLUMN 40 -DE -7030 Steering Wheel and Column - 4Front- 100"- CORE 1 CAB INTERIOR GRAB HANDLES 40 -DH -0260 Grab Hndls - Inside - Driver's, Officer's A -Post and Both Crew Doors 1 OFFICER'S RADIO BOX 40 -DH -1220 Officer's Radio Compartment (Beneath.Seat) With Door 1 OPEN COMPARTMENT LIGHT OPTIONS 40 -LC -0114 Open Cmpmnt Lght-Red Flashing-Whelen OS LED w/ blck Flange 1 L CAB INTERIOR LIGHTING Odometer Activated While in Pump Mode 40 -LD -0505 Six (6) Whelen CREGCS 6" White/Red LED Dome Lights 1 40 -LD -3010 Cab Dome Lighting Activation 1 40 -LD -4010 Step Nose. LED Lighting - WHITE/RED 1 40 -LD -5184 Cab Door Controlled 1 1 40 -VO -0156 Air Cleaner Restriction Indicator DASH AND SWITCH HOUSING 40 -UO -6050 Driver's Overhead 12 -Place (6 over 6) Switch Panel - CORE 1 40 -UO -6060 140 Rugged Driver and Officer Dash Enclosure - CORE 1 -UD -7010 Officer Side Open Storage Slots in Dash - CORE - 1 SWITCHES AND SWITCH PANELS 40 -XO -1120 INSTRUMENTATION 1 40 -VO -0105 Instrumentation (11939) and Controls - CORE 1 40 -VO -0120 Audible Tum Signal Reminder 1 40 -VO -0122 Audible Lights On Reminder 1 40 -VO -0124 Audible Parking Brake Reminder 1 40 -VO -0130 Dual Trip Odometers 1 4U -VO -0148 Odometer Activated While in Pump Mode 1 40 -VO -0150 Low Fuel Warning Light and Alarm 1 40 -VO -0152 Transmission Temperature Warning Light and Alarm 1 40-VO.0154 Low Voltage Warning Light 1 40 -VO -0156 Air Cleaner Restriction Indicator 1 40-VO.0160 Low Coolant Warning 1 SWITCHES AND SWITCH PANELS 40 -XO -1120 Forward Engine Enclosure Console - Manual Switches - CORE 1 40-VO.0502 Parking Brake Control - Driver's Dash 1 40 -XO -1200 Engine Enclosure Storage Tray with Recessed Cupholders 1 40 -XO -1415 USB-A/USB-C Charging Ports - Driver's and Officer's Area 1 40 -ZD -0014 Battery Switched Power 1 40 -XO -1422 Outside Temperature Monitor 1 ELECTRICAL SYSTEM 45 -NS -0350 Apparatus Base Digital Electrical System - Classl Multiplex -CORE 1 45 -NS -0210 Information Display Module - Driver's Position 1 40 -XO -7000 PUMP SHIFT 1 4040-7050 Pump Shift, w/Label, Indicator Lgts, Mtd Cab/PPnl 1 BACK-UP CAMERA 40 -YC -3815 Back -Up Camera System, ASA Audiovox, Custom Chassis 1 40 -YC -3820 Observation Monitor- 7" LCD - Waterproof, Custom Chassis 1 40 -YC -0005 Monitor Mounting - Overhead Position - Driver, Custom Chassis 1 40 -YC -3840 Camera --Color --Rear - High Performance- White Housing 1 40 -YC -4100 Operation - Battery Powered 1 4O -YC -4205 Camera Mounting - Body Rear= Shipped Loose 1 CAB 12VDC POWER 40-ZO-0003 12 Vdc Power Selections For Accessories, Radios and Chargers - CORE 1 4040-0005 (2)12 Vdc Power Point Sockets w/ Rubber Plugs - Driver/Officer 1 . 40-ZO-0012 Battery Direct Power 1 40 -ZD -0210 12V& Power Circuits - Radio and/or Accessories 1 40-ZO-0300 Location - Power Panel 1 40-ZO-0810 (1) NMO Mount - Radio Antenna Wiring - Officer's Side Forward 1 40-ZO-0857 Location - Officer's Seat Area 1 40-Z0-0900 Antenex NMO Black Weatherproof Cap 1 40-ZO-0830 (1) NMO Mount - Radio Antenna Wiring - Driver's Side Forward 1 40-20.0857 Location - Officer's Seat Area 1 40-ZO-0900 Antenex NMC) Black Weatherproof Cap 1 CAB 120 VAC POWER 40-ZO-0415 (2) Cab 12D -Volt ac Circuits -. CORE 1 40-ZO-0515 Location - (2) Engine Enclosure Top - CORE 1 40-ZO-0650 Electrical Outlet, Conf #5, Duplex, 12OV/20A Straight Blade 2 40-ZO-0670 Power Source - Shoreline Connection 2 t\.- CAB EXTERIOR 40 -DG -0900 Cab Crashworthiness Test 1 CAB EXTERIOR GRAB HANDLES 40 -DH -2100 Exterior Grab Handles - 24" Long 1 40 -DH -4110 Warning Light/Turn Signal, Cab Handrails i 40 -DH -5101 Exterior Grab Handles - Black Finish 1 CAB GRILLES AND HEADLIGHT TRIM 4U-U&vzzu Ub Fire btytjZW btainless Front Grille.- 1871 40 -DZ -3002 Cab Grille - Black Finish 1 ICC LIGHTING 55-02-1002 Custom Cab - Cab - LED - ICC Lighting - Whelen OS Series 1 55-02-1122 Custom Cab - Cab - LED - ICC Lighting - Black Finish 1 55-03-0165 Headlights - HIVIZ LED - Daytime Running Halo Ring - Custom Cab 1 55-03-0170 Headlights - Upper Position 1 55-03-0185 Headlights - Custom Cab -Black Finish 1 55-04-0755 Frt Turn Signal - Whelen 600 LED - Outside Hdlts - Custom Cab 1 55-04-0855 Lens Calor - Clear 1 55-04-0910 Light Housing, Black Finish 1 CHASSIS WARNING LIGHTS 57-04-3350 Upper Zone A, Lightbar, Frt, Whelen - Freedom F4NV 72" LED Full Popul. 16 mods 1 57-20-3318 (4) Cab, Lower Front Warning - Zone A: Whelen - M6 - Linear Super LED, QUADS 1 57-03-2000 Red LEDs with Clear Lenses 1 57-20-3455 Cab, Lwr Light, Bezel - Black Finish 1 57-30-3314 (2) Bumper, Lower Side Warning - Zone B & D, Whelen - M6 - Linear LED 1 57-03-2000 Red LEDs with Clear Lenses 1 57-30-4010 Bumper Side Warning Lights, Bezel - Black Finish 1 CAB MUD FLAPS 40 -GO -1010 Cab Front Mud flaps 1 CAB GROUND LIGHTS 40 -GO -1300 Cab Ground Lights - LED Strip Lights 1 MIRRORS 40 -JO -2900 Mekra Lang - Heated & Remote Control Mirrors w/Convex, Black Finish 1 CAB WINDOWS 40 -KO -1000 Cab Side Windows - Fixed Glass 1 40 -KO -2020 Electric Windows - Four Doors - Driver Additional Controls 1 40-KA,4022 Dark Gray -Lite Door Glass - Cab Side, Crew Doors and Rear (when spec'd) 1 ENGINE MAINTENANCE LJGHT 40 -LE -1002 Engine Maintenance Lights LED - Custom 1 FENDERS 40 -NO -0805 Cab Stainless Fender 1 40 -NO -0807 Cab Fender - Black Finish 1 CAB EXTERIOR REAR WALL 40 -NO -1401 Exterior Rear Wall - Diamond Plate Overlay - Black Une-X Finish 1 CAB EXTERIOR ROOF 40 -NO -1615 Raised Roof - Diamond Plate Overlay - Black Line -X Finish 1 CAB TILT 40 -PO -0100 Cab Tilt - Electric Pump 1 40 -PO -0400 Cab Tilt Road Interlock 1 BACK-UP ALARM 55-06.0480 Back Up Alarm Y CAB AND CHASSIS PAINT 40-QO-1201 Black Interior Paint, Black Spatter ABS Panels 1 40-QO-2010 Headliner - Black 1 40-QD-2110 Rear Wall Covering - Black 1 40-QO-2210 Floor Covering - Black 1 40-QO-2302 Door Panels - Black 1 40-QG-3020 Two -Tone Cab Exterior Paint Upper: US Fire Apparatus Black'11, FLNA 40421 Lowes US Fire Apparatus Red #1, FLNA 31979 1 40-QO-3080 Cab Exterior Paint - PPG - Urethane 1 40-QO-5030 Two Tone Cab Breakline Strip -Simulated Gold 1 1 40-50.8002 SEATING 40 -RS -0005 Cab Seat Positions Template View 1 40 -RS -0120 6 Passenger - Driver, Officer, (x2) Rear Facing OB, (x2) Fwd Facing Centr 1 40-50-5810 SCBA Fixed Bottom Cush - Fixed Mtg - HO Bostrom - Tanker 500 - ABTS 1 40 -RW -1010 Seat Position 1- Driver's Seat 1 40 -SO -1350 Highback - Air Ride Suspension - HO Bostrom - Sierra 500 - ABTS 1 Forward Facing Seat Riser 1 40 -RW -1020 Seat Position 2-- Officer's Seat 1 40-50.4310 Highback - Air Ride Suspension - HO Bostrom - Sierra 500 -ABTS 1 1 40-50.8002 40 -RW -1030 Seat Position 3 - Rear Facing Left Outboard - Behind Driver 1 40-50-5810 SCBA Fixed Bottom Cush - Fixed Mtg - HO Bostrom - Tanker 500 - ABTS 1 40-50-9220 HO Bostrom SecurAII SCBA Locking Bracket 1 6 40-50-7225 40 -RW -1060 Seat Position 6 - Rear Facing Rt Outboard - Behind Officer 1 40-50.5810 SCBA Fixed Bottom Cush - Fixed Mtg - HO Bostrom - Tanker 500 - ABTS 1 40 -SO -9220 HO Bostrom SecurAll SCBA Locking Bracket 1 1 40 -RW -1080 Seat Position 8 - Fwd Facing - Left Inside 1 40-50-5810 SCBA Fixed Bottom Cush - Fixed Mtg - HO Bostrom - Tanker 500 - ABTS 1 40-50-9220 HO Bostrom SecurAll SCBA Locking Bracket 1 40 -RW -1090 Seat Position 9 - Fwd Facing - Right Inside 1 40-50-5810 SCBA Fixed Bottom Cush - Fixed Mtg - HO Bostrom - Tanker 500 - ABTS 1 40 -SO -9220 HO Bostrom SecurAII SCBA Locking Bracket 1 40-50-6100 Forward Facing Seat Riser 1 40 -SO -7420 Gray / Black Durawear Seat Covering 1 40-50.8002 Seat Belt Waming Labels 1 40 -SO -8990 Dealer or Fire Department Provided Helmet Restraints 6 40 -SG -8997 Traffic Vests, Ship Loose to FID 6 40-50-7225 US Fire Apparatus Seat Logos 1 40-50.8015 Vehicle Data Recorder -CORE 1 40 -SO -8016 Seat Belt Warning System Monitor Panel 1 FRONT BUMPER / AUDIBLE WARNING 42-A4-0200 Front Bumper -Painted Formed - Black 1 01-V3.0024 Front Bumper Ext - 24" - Chassis 1 01 -WO -0700 Chromed Tow Hooks Beneath Bumper 1 01-ZO-8052 Front Gravelshield - Chassis 1 01-ZO-8060 Black Une-X Finish Gravelshield 1 01-ZO.8504 Center Hosewell - Large - 24" Ext. - Chassis 1 01-Z0-8770 Hosewell Cover, Center - Hinged Diamondplate 1 01-ZO-8795 Hosewell Cover - Black Line -X Finish 1 01-ZO-8828 LED Lighting, Hosewell - Chassis 1 01-ZO-8802 Open Grate Mat, Hosewell 1 03-70-8005 Une-X Coated Bumper Top Trim Guard 1 40 -GO -1420 (1) Bumper Ground Light - 36" LED Strip Light 1 40 -HD -1113 Dual StutterTone Air Homs - Bumper Recessed 0/B Frame - Chassis 1 40 -HO -1121 Air Horns - Black Finiish 1 40 -HO -1201 Air Hom Circuit Powered - Battery and Ignition 1 40 -HO -1210 Air Horn Control - Lanyard 1 40 -HO -1302 Air/Elec Horn-Strg Wheel Cntrl 1 40 -HO -2070 Electronic Siren-Whelen-Model 295SLSA1(x2) Outboard Mtd Spkrs 1 40 -HO -5412 Siren Head Mounting- Center Console Mounted 1 40 -HA -2060 Siren Speakers - Two (2) - Cast Products - Outboard Mtd/Tapered Section 1 40 -HA -2072 Siren Speaker - Black Finish 1 40 -HO -3324 Q2B Mechanical Siren - Gravelshield Mtd - Driver's Side - Chassis 1 40 -HO -3362 Q28 Mechanical Siren (Pedestal) - Black Chrome Finish 1 40 -HO -5110 Siren Circuit Powered - Master Warning Light Switch 1 40 -HO -5230 Siren Brake Switch - Driver and Officer Control 1 40 -HO -5350 Siren Control - Driver & Officer Foot Switches 1 40-QO-1082 Black Gloss Enamel Painted Bumper 1 I15 -A2-0280 FMI: 3 Cell Glove Box - FMI-51510-B 1 Note: Mount at final inspection EMS COMPARTMENT/ ACCESSORIES Compartment - Center Rear Facing EMS 15-A2-0290 The EMS compartment shall be located immediately to the rear of the engine enclosure, match the 1 height and width. The tap of the EMS compartment shall include a 2" lip with four -(4) cup holders. The EMS compartment shall be spray -lined with Black Line -X materials 15-A2-0295 Door - Center Rear Facing EMS Compartment, Cargo Net 1 Light - EMS Compartment, LED Strip 15-A2-0300 The interiro EMS compartment light shall be switch on top of the EMS compartment, adjacent to the 1 USB -A/C outlet 15-A2-0305 Shelf -Adjustable, Center Forward Facing EMS Compartment 1 CAB FRONT/SIDE LED SCENE LIGHTING 58-10.8008 (1) Front Cab Brow LED Scene Light 1 58-10-8600 Hi Output LED Forward Brow Light, HiViz 72" 1 58-10-8902 Black Brow Light Housing 1 58-18-0304 Switching, Three Swithces, 12V, Driver Cab, HiViz 72" Brow 1 *****CHASSIS MODIFICATIONS•"— WINDOW TINT 15-A2.0255 Window Tint - Windshield and Driver/Officer Door ,tote: 7055 Ceamic tint shall be provided on the windhsield, driver and officer's windows 1 15-A2-0255 Window Tint - Fixed Windows and Crew Doors Note: 595 Ceramic tint shall be provided on the cab fixed windows and crew door windoa:s 1 CAB CONSOLE 15-A2-0270 FMI: Deluxe Map Box - FMI.51150-B 1 I15 -A2-0280 FMI: 3 Cell Glove Box - FMI-51510-B 1 Note: Mount at final inspection EMS COMPARTMENT/ ACCESSORIES Compartment - Center Rear Facing EMS 15-A2-0290 The EMS compartment shall be located immediately to the rear of the engine enclosure, match the 1 height and width. The tap of the EMS compartment shall include a 2" lip with four -(4) cup holders. The EMS compartment shall be spray -lined with Black Line -X materials 15-A2-0295 Door - Center Rear Facing EMS Compartment, Cargo Net 1 Light - EMS Compartment, LED Strip 15-A2-0300 The interiro EMS compartment light shall be switch on top of the EMS compartment, adjacent to the 1 USB -A/C outlet 15-A2-0305 Shelf -Adjustable, Center Forward Facing EMS Compartment 1 CAB INTERIOR ACCESSORIES Note: In addition to the radio mount provided vnth the chassis 12 -Volt Dual USB Charging Port - Cab Mounted, Kussmaul 091-264 (USB -A/C) 15-A2-0320 2 Locate one -(1) per side on the top of Hie Eiv1S compartment, outboard the cub holders 15-A2-0325 Interior Trim - Mounting Plate, Engine Tunnel 1 1 Fuse Block -12-Volt 6 -Place 15-A2-0330 1 Location: TBD Outlet Strip - Six (6) Place, 120 -Volt AC Safety Signs - General Requirements 15-A2-0335 1 Safety Signs - Battery Explosion, FAMA01 Location: TBD 18-A2-0620 Safety Signs - Rotating Shafts, FAMA02 1 RADIO EQUIPMENT Safety Signs - Hot Surfaces, FAMA03 15-A2-0350 Radio Installation - Customer Supplied 2 Safety Sign - Hot Exhaust, FAMA04 Radio Antenna Mount - MNO 15-A2-0355 Safety Sign - Spinning Fan, FAMA05 1 Note: In addition to the radio mount provided vnth the chassis VISUAL COMMUNICATIONS 15-A2-0370 Camera Installation - Chassis Supplied The camera shall be located on the center rear of the apparatus, above the B1 compartment, with Cast aluminufn ward 1 '"•"NFPA SAFETY SIGNS• 18-A2-0220 Safety Signs - General Requirements 1 18-A2.0420 Safety Signs - Battery Explosion, FAMA01 1 18-A2-0620 Safety Signs - Rotating Shafts, FAMA02 1 18-A2-0820 Safety Signs - Hot Surfaces, FAMA03 1 18-A2-1020 Safety Sign - Hot Exhaust, FAMA04 1 18-A2-1220 Safety Sign - Spinning Fan, FAMA05 1 18-A2-1420 Safety Signs - Seated & Belted, FAMA07 1 18-A2-1620 Safety Sign - Air Conditioning Refrigerant, FAMA09 1 18-A2-1820 Safety Sign - Cab Equipment Mounting, FAMA10 1 18-A2-2020 Safety Sign - Fire Service Tire Rating, FAMA12 1 18-A2-2220 Safety Sign - Electronic Stability Control, FAMA13 1 18-A2-2420 Safety Sign - Cab Seating, FEMA14 Seating Capacity of 6 Personel 1 18-A2-2620 Safety Signs - Helmet Worn in Cab, FAMA15 1 18-A2-2820 Safety Sign - Vehicle Backing, FAMA17 1 18-A2-4020 Safety Signs - Intake/Discharge Cap Pressure, FAMA18 1 18-A2-4220 Safety Signs - Hose Restraint Required, FAMA22 1 18-A2.4420 Safety Signs - Climbing Method Instruction, FAMA23 1 18-A2-4620 Safety Signs - Riding on Exterior, FAMA24 1 18-A2-4820 Safety Sign - Pump Training, FAMA25 1 18-A2-6020 Safety Signs - No -Step, FAMA26 1 18-A2-6220 Safety Sign - Siren Noise, FAMA42 1 18-A4-1020 Safety Sign - Apparatus Movement Warning 1 18-A6-0220 Plate - Fluid Capacity 1 18-A6-0420 Plate - Overall Height/Length/Weight 1 ""'PUMP ENCLOSURES / PUMPS/ COMPONENTS /ACCESSORIES""' PUMP MODULE - SIDE MOUNT EXTRUDED ALUMINUM 20-A2-0220 USFA- Manufactured Pump Module 1 20-A2-0225 Attached Pump Module 1 20-A2-0230 PUMP PANELS - Black Anodized Aluminum 1 20-A2-0235 Pump Module - Enclosed W/Painted Roll -Up Doors 1 20 -AZ -0240 Pump Panel - Fully Hinged, Right Side 1 20-A2-0245 Access Panel - Front Pump Module w/Door 1 20-A2-0250 Lights - Left & Right Side Pump Panel, OnScene LED Access 1 20-A2-0255 Light - Pump Compartment, LED 1 ZO-A2.0260 Trim - Dunnage Area, Tread Plate (Walls and Floor) The floor shall have drain holes. Note: Dunnage area to be bed lined Black 1 20-A2-0265 Partition - Dunnage Area Note: A parition shall be provided on the floor of the dunnage area around the monitor to keep loose items from interfering with the operation of the monitor 1 20-A2-0270 Switch - Hosebed Light, Pump Panel 1 20-A2-0275 Switch - Pump Panel Exterior/Interior Lights, Pump Panel 1 20-A2-0280 Switch - Air Horn, Pump Panel 1 20-A2-0285 Heat Pan w/Heater - Pump House Note: The heat panel shall be fully removable for summer ops/service wort; 1 PUMP PANEL ACCESSORIES 20-A2-0300 Gauges - Master Suction/Pressure, 4-1/2" White Face, IC 1 20-A2-0305 Pressure Governor - FRC Pump Boss MAX PBA501-D00 1 20-A2-0310 Return Line - Fill Subsurface 1 20-A2-0315 Gauges - 2-1/2" Pressure, White Face 1 20-A2.0320 Gauge Bezels - Color Coded 1 20-A2-0325 Gauge Heaters - MC Products, 6 Gauges 2 20-A2.0330 Tags - Pump Panel, Color Coded (Metal) 1 PUMP AND COMPONENTS 20-A2-0345 Pump System -1500 GPM Single Stage, Hale AMAX -XS 1 20-A2-0350 Mechanical Seal - Hale 1 20-A2-0355 Manual Override For Pump Shift 1 20-A2-0360 Priming System - Trident EP - AirPrime - 31.001.7 Manual 1 20-A2-0365 Anodes - Pump Corrosion (Each) 3 20-A2-0370 Valve - Master Pump Drain 1 20-A2-0375 Manual Drains, 3/4" Lift -Up Type 1 20-A2-0380 Pump Test Points - Hale 1 20-A2-0385 Certification: Third Party Pump Testing (NEPA 1900) 1 20-A2.0390 Plate - Pump Test Certification 1 STEAMER INLETS 20-A2-0405 Suction Headers - (2) 6" w/Long Handle Cap, Left & Right Side 1 20-A2-0410 Master Intake Valve - Electric, Hale MIV-E 2 20-A2-0410 Valve - Thermal Relief Valve w/Light & Alarm, Hale TRV -L 1 20-A2.0415 Intake Relief Valve Note: Preset to 125 PSI 1 TANK TO PUMP 20-A2-0430 Tank -To -Pump - 3" Valve w/Electric Control 1 TANK FILL 20-A2-0445 Tank Fill - 2" Valve w/Electric Control 1 COOLERS 20-A2-0460 Cooler - Engine, 1/2" Line w/ 1/4 Turn Valve 1 20-A2-0465 Cooler - Pump, 3/8" Line w/ 1/4 Turn Valve 1 PLUMBING 20-A2-0480 Plumbing - Stainless Steel 1 20-A2-0485 Plumbing - Stainless Steel Foam Manifold 1 20-A2-0490 Plumbing Finish - Natural 1 APPARATUS VALVES 20-A2.0505 Intake Valves - Akron Brass 8800 Series 1 20-A2-0510 Discharge Valves -Akron Brass 8800 Series 1 AUXILUARY INLETS 20-A2.0525 Suction - Left Side, 2-1/2" Valve w/Swing Control at Valve 1 20-A2-0530 Suction - Right Side, 2-1/2" Valve w/Swing Control at Valve 1 FRONT BUMPER DISCHARGE 20-A2-0545 Discharge - Front Bumper in Hose Well (Center Compartment) 1 20-A2-0550 Discharge - Front Bumper, 2-1/2" Valve w/Push Pull Control Note: The plumbing shall terminate within the center bumper compartment with a 2-1/2" chicksan Swivel 1 20-A2-0555 Valve - Front Bumper Discharge Blow Out 1 SPEEDLAYS 20-A2-0570 Speedlays (3) - (2) 2" Valves / (1) 2-1/2" Valve w/Push Pull Control Note: The speedlays shall be full enclosed within the pump compartment. The center of the speedlays troughs shall be full removable for service access to the pump 1 20-A2-0575 Trays - Removable Speedlay (3) 1 20-A2-0580 Trays -ADDITIONAL Removable Speedlay (3) 1 20-A2-0585 Covers - Hypalon End Flaps w/Bungee Cords, Speedlays 1 20-A2-0590 End Flaps Calor: Black 1 FOAM SYSTEM 20-A2-0725 Foam System - Hale SmartFoam 3.3 1 20-A2.0730 Gauge - Class A Foam, FRC Tank Vision Pro WLA360-A00 1 20-A2-0735 Tank Switch (1) Low Level 1 LV-AL-V/4l/ LEFT PANEL DISCHARGES 1 20-A2.0605 All 2-1/2" Side Discharge Outlets Terminate 30 -Degree Elbows / Caps 1 20-A2-0610 Discharges (2) - Left Side, 2-1/2" Valve w/Push-Pull Control 1 20-A2-0755 Control Cables 1 20-A2-0760 RIGHT PANEL DISCHARGES 1 20-A2-0625 All 2-1/2" Side Discharge Outlets Terminate 30 -Degree Elbows /Caps 1 20-A2-0630 Discharge - Right Side, 2-1/2" Valve w/Push-Pull Control 1 20-A2-0635 Discharge - Right Side, 4" Valve w/Electric Control 1 20-A2-0640 Elbow - 4" FNST x 4" Storz 30 Degree, Kochek SKE44R-H52 1 20-A2.0645 Cap w/Chain - 4" Storz, Kochek CC507 1 the apparatus DECK GUN 20-A2-0660 Discharge - Deck Gun, 3" Valve w/Electric Control 1 20-A2-0665 Telescoping Waterway - 3" Electric, TFT XGA38PL-RL Extend -A -Gun 1 20-A2-0670 Monitor - Electric Deck, TFT Typhoon Y5-E13A 1 20-A2.0675 Monitor Control - Panel Mount, TFT Y4E-RP 1 20-A2-0680 Master Stream Nozzle - Electric Monitor, TFT M-ERP1500-NN 1 20-A2.0685 Monitor Control - Wireless Remote, TFT YE -RF -900 1 HOSE BED -PRE -CONNECT 20-A2-0700 Discharge - Left Front Hose Bed, 2-1/2" Valve w/Push-Pull 1 20-A2-0710 Cap w/ Chain - 2-1/2" 1 FOAM SYSTEM 20-A2-0725 Foam System - Hale SmartFoam 3.3 1 20-A2.0730 Gauge - Class A Foam, FRC Tank Vision Pro WLA360-A00 1 20-A2-0735 Tank Switch (1) Low Level 1 LV-AL-V/4l/ varve - waterway t-necK 1 20-A2-0745 Fittings - Integral Check Valve/Injector 1 20-A2.0750 Strainers - Foam Concentrate - Flushing Systems 1 20-A2-0755 Control Cables 1 20-A2-0760 Flowmeter - w/Display Unit 1 20-A2-0765 Placard - Operating System, Single Tank 1 20-A2.0770 NFPA Test - Foam Proportioning Systems 1 20-A2-0775 Foam Tank, Polypropylene, Class A, 30 Gallons 1 I ""'WATER TANKS / COMPONENTS / ACCESSORIES ""' FOAM OUTLET LOCATIONS: 1 20-A2.0790 Foam Outlet - Discharge Front Bumper 1 20-A2-0795 Foam Outlet - Speedlay No. 1 1 20-A2-0800 Foam Outlet - Speedlay No. 2 1 20-A2-0805 Foam Outlet - Speedlay No. 3 1 20-A2-0810 Foam Outlet - Left Front Hose bed 1 I ""'WATER TANKS / COMPONENTS / ACCESSORIES ""' *****PUMPER / TANKER BODIES***** 50-A2-0220 WATER TANK 1 30-A2-0220 Water Tank - Polypropylene, 1000 Gallons 1 30-A2-0225 Certification - NFPA Water Tank Size 1 50-A2-0235 Tank Sleeve - Poly 1 30-A2-0230 Fenderettes - Polished Stainless Steel Note: Fenderettes to be coated with Black Bed Liner 1 50-A2-0250 Note: For left rear discharge 1 30-A2-0235 Gauge - Water Level, Tank Vision Pro WLA300-A00 1 Lights (EACH) - Water Level, FRC MAXVISION WLA280-A00 Locations: One -(1) per side on the extended portion fo the cab, and one -(1) on the driver's side rear of 30-A2-0240 3 the apparatus Activation: Park Brake *****PUMPER / TANKER BODIES***** 50-A2-0220 Body - 102" Wide, Extruded Aluminum 1 50-A2-0225 Body Sub Frame - Extruded Aluminum 1 50-A2-0230 Body/Compartment Construction -102" Wide Body 1 50-A2-0235 Wheel Well Panels & Fenders - Body, Painted Aluminum 1 50-A2-0240 Fenderettes - Polished Stainless Steel Note: Fenderettes to be coated with Black Bed Liner 1 50-A2-0250 Hose Bed - 67-1/2" Wide 1 1 1 2 1 1 2 1 1 2 COMPARTMENT LAYOUT - LEFT SIDE RESCUE STYLE Compartment Door - Roll Up, Painted Finish 1 Compartment L3: 50-A2-0320 50-A2-0260 Interior Dimensions:'30•'Al x 70-1/,:"H 15" Upperj23" Lover 1 Door Opening: `28"4V x 60-7/3"H Compartment R3: 50-A2-0265 Vent - Compartment, Louvered 2 50-A2-0270 Compartment Door - Roll Up, Painted Finish 1 50-A2-0275 Pull Down Strap - Compartment DoorNote: Bungee Style 1 Pull Down Strap - Compartment DoorNote: Bungee Style Light - Compartment, LED Strip Light - Compartment, LED Strip 0365 Note: Two -(2) Full Height LED Strips per Compartment 50-A2-0280 50-A2.0330 2 1 Note: To -(2) Full Height LED Strips oer Compartment Two -(2) Lccauon: Rear Compartment Wall Shelf - Permanent, Smooth Aluminum 50-A2-0285 Location: Depth Break 1 Note: To be Bolt -In type Compartment 1-4: 50-A2-0345 Interior Dimensions: 43"W x 70-1/4"H x 15" Upper/23"D Lower Compartments L2: 50-A2.0305 Interior Dimensions: 53"W x 38"H x 15"D 1 Door Opening: -56"%V x 23-5/8"H Vent - Compartment, Louvered 50-A2-0310 Vent - Compartment, Louvered 2 1 1 2 1 1 2 1 1 2 50-A2-0315 Compartment Door - Roll Up, Painted Finish 1 50-A2-0320 Pull Down Strap - Compartment DoorNote: Bungee Style 1 Light -Compartment, LED Strip Compartment R3: 50-A2.0325 2 50-A2.0350 Vent - Compartment, Louvered Notc: Two -(2) Full Height LED Strips per Compartment Compartment Door - Roll Up, Painted Finish 50-A2-0360 Pull Down Strap - Compartment DoorNote: Bungee Style Tool Board - Pac Trac Light - Compartment, LED Strip 0365 Note: Two -(2) Full Height LED Strips per Compartment 50-A2.0330 1 Lccauon: Rear Compartment Wall Compartment 1-4: 50-A2-0345 Interior Dimensions: 43"W x 70-1/4"H x 15" Upper/23"D Lower 1 Door Opening: 46"W x 60-7/8"H 50-A2-0350 Vent - Compartment, Louvered 2 50-A2-0355 Compartment Door - Roll Up, Painted Finish 1 50-A2-0360 Pull Down Strap - Compartment DoorNote: Bungee Style 1 Light - Compartment, LED Strip 50-A2-0365 2 Note: T,vo-(2) Full Height LED Strips per Compartment Shelf - Permanent, Smooth Aluminum 50-A2.0370 Location: Depth Break 1 Note: To be Bolt -in type COMPARTMENT LAYOUT - RIGHT SIDE RESCUE STYLE Compartment Rl: 50-A2-0260 Interior Dimensions: '30"W x 70-1/4"H x 15" Upper/28"D Lower 1 Door Opening: `28"W x 60-7/8"H 50-A2-0265 Vent - Compartment, Louvered 2 50-A2-0270 Compartment Door - Roll Up, Painted Finish 1 50-A2-0275 Pull Down Strap - Compartment DoorNote: Bungee Style 1 Light - Compartment, LED Strip 50-A2 0280 2 Note: Two -(2) Full Height LED Strips per Compartment Shelf - Permanent, Smooth Aluminum 50-A2.0285 Location: Depth Break 1 Note: To be Bolt -In type Compartments R2: 50-A2-0305 Interior Dimensions: -58"W x 38"H x 15"D 1 Door Opening: ^56"W x 28.5/8"H 50-A2-0310 Vent - Compartment, Louvered 2 1 1 2 1 1 2 1 1 2 50-A2-0315 Compartment Door - Roll Up, Painted Finish 50-A2-0320 Pull Down Strap - Compartment DoorNote: Bungee Style 50-A2-0325 Light - Compartment, LED Strip Note: Two -(2) Full Height LED Strips per Compartment Tool Board - Pac Trac 50-A2-0330 Location: Rear Compartment Wall Compartment R3: 50-A2-0345 Interior Dimensions: -48"W x 70-1/4"H x 15" Upper/28"D Lower Door Opening: -46"W x 60-7/8"H 50-A2.0350 Vent - Compartment, Louvered 50-A2-0355 Compartment Door - Roll Up, Painted Finish 50-A2-0360 Pull Down Strap - Compartment DoorNote: Bungee Style 50-A2 Light - Compartment, LED Strip 0365 Note: Two -(2) Full Height LED Strips per Compartment 1 1 2 1 1 2 1 1 2 50-A2.0575 Rear Body Construction - Flat Back Design 1 50-A2-0580 Step - Intermediate Rear, Aluminum Tread Plate 1 Note: Intermediate rear step to be bed lined Buck LADDER STORAGE Compartment - Pike Pole/Ladder Storage, Right Side Beside Tank Capacity: One -(1) Alco -Lite FL -10, 10' Folding Attic Ladder 50-A2-0590 One -(1) Alco -Lite PRL -14, 14' Roof Ladder 1 One -(1) Alco -Lite PEL-24, 24' 2 -Section Extension Ladder Two -(2) Pike Poles (10' and 12') Tubes (2) - Pike Pole Storage 50-A2-0595 Location: Ladder Compartment 1 Shelf -Permanent, Smooth Aluminum 50-A2.0370 Location: Depth Break 1 SUCTION HOSE STORAGE Note: To be Bolt -In type Compartment - Suction Hose Storage, Top of Side Compartments Compartment Bl: Note: Each compartment shall store one -(1) 10'x 6" section of flexible suction hose and one -(1) NY 50-A2.0525 Interior Dimensions: -35"W x 50.1/2"H x 28"D 1 Roof Hook. Reference FT1048 Door Opening: -33"%V x 41-7/8"H ( 50-A2-0530 Vent - Compartment, Louvered 2 50-A2-0535 Compartment Door - Roll Up, Painted Finish 1 50-A2-0540 Pull Down Strap - Compartment DoorNote: Bungee Style 1 Compartment - Wheel Well Double Air Bottle, Left Front Light - Compartment, LED Strip 50-A2-0545 Compartment - Wheel Well Single Air Bottle, Leh Rear 2 Note: Tv:o-(2) Full Height LED Strips per Compartment Compartment -Wheel Well Double Air Bottle, Right Front 1 Tray - 500 Pound Roll -Out, 24-28" Deep 50-A2-0640 50-A2-0550 1 1 Loca:ion: Compartment Floor Mounted oewo ­­rneietm1 - 1— n,,.eneo irw.,vene Note: Air bottle doors to be bed lined Black 50-A2.0575 Rear Body Construction - Flat Back Design 1 50-A2-0580 Step - Intermediate Rear, Aluminum Tread Plate 1 Note: Intermediate rear step to be bed lined Buck LADDER STORAGE Compartment - Pike Pole/Ladder Storage, Right Side Beside Tank Capacity: One -(1) Alco -Lite FL -10, 10' Folding Attic Ladder 50-A2-0590 One -(1) Alco -Lite PRL -14, 14' Roof Ladder 1 One -(1) Alco -Lite PEL-24, 24' 2 -Section Extension Ladder Two -(2) Pike Poles (10' and 12') Tubes (2) - Pike Pole Storage 50-A2-0595 Location: Ladder Compartment 1 SUCTION HOSE STORAGE Compartment - Suction Hose Storage, Top of Side Compartments 50-A2.0610 Note: Each compartment shall store one -(1) 10'x 6" section of flexible suction hose and one -(1) NY 1 Roof Hook. Reference FT1048 ( WHEEL WELL STORAGE COMPARTMENTS 50-A2-0625 Compartment - Wheel Well Double Air Bottle, Left Front 1 50-A2.0630 Compartment - Wheel Well Single Air Bottle, Leh Rear 1 50-A2-0635 Compartment -Wheel Well Double Air Bottle, Right Front 1 50-A2-0640 Compartment - Wheel Well Double Air Bottle, Right Rear 1 Doors - Wheel Well Compartments, Painted Aluminum Note: Air bottle doors to be bed lined Black 4 BODY TRIM/ COMPONENTS Body Trim Package 50-A2-0655 Note: All body trim to be bed lined Black 1 Guards (2) - Body Corner Stone, Front - Aluminum Tread Plate Note: Stone guard to be bed lined Black 1 Fuel Fill - Recessed w/Door, Left Side 50-A2-0675 Note: Fuel fill door to bed bed lined Black 1 50-A2-0680 Mud Flaps - Rear 1 Rub Rail - Extruded Aluminum 50•A2.0685 1 Note: Rub rail to be bed lined Black Step -12" Rear, Aluminum Tread Plate SO -A2-0690 Note: Rear step to be bed lined Black 1 Step - LED Lighted, Rear 50-A2-0695 2 Locations: Passenger side beneath the ladder compartment Access- Ladder, Alco -Lite SureStep 50-A2-0700 Location: Driver's side rear 1 Light - LED Perimeter Illumination, Whelen PEL28 50-A2-0705 3 Note: For access ladder illumination 50-A2-0710 Tow Eyes (2) - Rear, Below Body 1 HANDRAILS 50-A2-0720 Handrails - Rear Vertical (2), Knurled Aluminum 1 50-A2-0725 Handrail - Below Hose Bed, Knurled Aluminum 1 Handrails - {Additional), Knurled Aluminum �.. 50-A2-0730 Locate one -(1) per side above the suction hose storage compartments 2 Note: Endflap to be :verhhted at the bottom with sand 50-A2-0765 Cover/End Flap Color: Black 1 ***'- ELECTRICAL / COMPONENTS / ACCESSORIES "4t•' 70-A2-2420 Electrical System - Body Multiplex, Class One ES -Key 1 70-A2-2425 Electrical System - 12 Volt Testing 1 70-A2-2430 12 -Volt Wiring Protection - Split Loom 1 70-A2-2435 EMI/RFI Protection 1 ALL LIGHTS SHALL HAVE BLACK WHELEN LIGHT BEZELS ZONE B/D UPPER BODY SIDE FRONT 70-A2-2465 Zone B/D Upper Body Side Front Lights (2) - Red w/Clear Lens M9 LED, Whelen MEIRB 1 One -(I) per side of the body, upper front corner 170-A2-2470 Lights (2) - M9 EZ LED Scene, Whelen M925LB 1 ZONE B/D UPPER BODY SIDE REAR Zone B/D Upper Body Side Rear Lights (2) - Red w/Clear Lens M9 LED, Whelen 70•A2-2485 One -(1) per side of the body, upper rear corners 70-A2-2490 Lights (2) - M9 EZ LED Scene, Whelen M92SLB ZONE C UPPER Zone C Upper Outboard Lights (2) - Red w/Clear Lens M9 LED, Whelen M9RB 70-A2-2505 One -(1) per side on the rear of the apparatus, upper outboard corners i Zone B & D LOWER MIDSHIP 70-A2-2530 Zone B & D Lower Midship (2) - Red w/Clear Lens M6 LED, Whelen M6RB One -(1) per side on the body wheel well panels ZONE B/D LOWER Zone B & D Lower Rear (2) - Red w/Clear Lens T -ION LED (Black Bezel) One -(1) per side below the lower front corner of the pump panel, within the rubrail 70-A2-2545 One -(1) per side below the lower rear corner of the Ll/R1 compartments, within the rubrail Two -(2) per side below the lower front and rear corner of the 1.3/133 compartments, within the rubrails ZONE C LOWER 70-A2-2560 Zone C Lower Lights (2) - Red w/Clear Lens M6 LED, Whelen M6RB 70-A2-2565 Stop/Turn/Reverse Lights - LED, Whelen M6 70-A2-2570 Housing - Rear Tail Light Assembly,M6FBV4 REAR DIRECTIONAL LIGHT 70-A2-2585 Light - LED Rear Directional, Whelan TAL65 Rear Directional Light Mounting - Surface Mount 70-A2-2590 Note: The rear direcitonal light shall be mounted below the intermediate rear step 70-A2-2595 Control Head Location -Traffic Ught, Driver's Side Overhead MARKER / CLEARANCE LIGHTS 70-A2-2610 Lights- Clearance Amber LED 70-A2-2615 Lights - Clearance RED LED UNDERBODY LIGHTS Light -12" LED Underbody, Luma Bar H2O AY -9500-012 70-A2-2630 Locations: Beneath Driver's Side Pump Compartment, L3, Officer's Side Pump Compartment, R3 and (2) below the tailboard 1 1 0 1 1 1 1 0 1 1 0 6 HOSE BED DIVIDERS / COVERS 50-A2-0735 Partition - Front of Hose Bed 1 50-A2-0740 Divider - Hose Bed, Pumper 3 50-A2-0745 Hand Hole in Hose Bed Divider 3 50-A2.0750 Cover - Aluminum w/End Flaps, Pumper (2 -Piece Design) 1 50-A2-0755 Covers (1) - Fill Tower Access, Water/Foam 1 50-A2-0760 End Flap - Hypalon w/Bungee Cords, Hose Bed 1 Note: Endflap to be :verhhted at the bottom with sand 50-A2-0765 Cover/End Flap Color: Black 1 ***'- ELECTRICAL / COMPONENTS / ACCESSORIES "4t•' 70-A2-2420 Electrical System - Body Multiplex, Class One ES -Key 1 70-A2-2425 Electrical System - 12 Volt Testing 1 70-A2-2430 12 -Volt Wiring Protection - Split Loom 1 70-A2-2435 EMI/RFI Protection 1 ALL LIGHTS SHALL HAVE BLACK WHELEN LIGHT BEZELS ZONE B/D UPPER BODY SIDE FRONT 70-A2-2465 Zone B/D Upper Body Side Front Lights (2) - Red w/Clear Lens M9 LED, Whelen MEIRB 1 One -(I) per side of the body, upper front corner 170-A2-2470 Lights (2) - M9 EZ LED Scene, Whelen M925LB 1 ZONE B/D UPPER BODY SIDE REAR Zone B/D Upper Body Side Rear Lights (2) - Red w/Clear Lens M9 LED, Whelen 70•A2-2485 One -(1) per side of the body, upper rear corners 70-A2-2490 Lights (2) - M9 EZ LED Scene, Whelen M92SLB ZONE C UPPER Zone C Upper Outboard Lights (2) - Red w/Clear Lens M9 LED, Whelen M9RB 70-A2-2505 One -(1) per side on the rear of the apparatus, upper outboard corners i Zone B & D LOWER MIDSHIP 70-A2-2530 Zone B & D Lower Midship (2) - Red w/Clear Lens M6 LED, Whelen M6RB One -(1) per side on the body wheel well panels ZONE B/D LOWER Zone B & D Lower Rear (2) - Red w/Clear Lens T -ION LED (Black Bezel) One -(1) per side below the lower front corner of the pump panel, within the rubrail 70-A2-2545 One -(1) per side below the lower rear corner of the Ll/R1 compartments, within the rubrail Two -(2) per side below the lower front and rear corner of the 1.3/133 compartments, within the rubrails ZONE C LOWER 70-A2-2560 Zone C Lower Lights (2) - Red w/Clear Lens M6 LED, Whelen M6RB 70-A2-2565 Stop/Turn/Reverse Lights - LED, Whelen M6 70-A2-2570 Housing - Rear Tail Light Assembly,M6FBV4 REAR DIRECTIONAL LIGHT 70-A2-2585 Light - LED Rear Directional, Whelan TAL65 Rear Directional Light Mounting - Surface Mount 70-A2-2590 Note: The rear direcitonal light shall be mounted below the intermediate rear step 70-A2-2595 Control Head Location -Traffic Ught, Driver's Side Overhead MARKER / CLEARANCE LIGHTS 70-A2-2610 Lights- Clearance Amber LED 70-A2-2615 Lights - Clearance RED LED UNDERBODY LIGHTS Light -12" LED Underbody, Luma Bar H2O AY -9500-012 70-A2-2630 Locations: Beneath Driver's Side Pump Compartment, L3, Officer's Side Pump Compartment, R3 and (2) below the tailboard 1 1 0 1 1 1 1 0 1 1 0 6 HOSEBED LIGHTING 70-A2-2645 Light - 20" LED, Luma Bar H2O AY -9500-040 2 Note: Switched at pump panel PERIMETER LIGHTS 1U -AZ -2660 Light - LLD License 1 LIGHT TOWER -12-VOLT 70 -A2 -Z675 Light Tower -12-Volt w/Whelen PFP2 LED Lights (4), Will -Burt N52.3-600 WHL Location: Cab Roof 1 70-A2-2680 Controls - Light Tower, Panel Mount Note: Locate in the pump panel compartment 1 70-A2-2685 Color - Light Tower Option, Powder Coat Black 1 70-A2-2690 Shield - Light Tower, Painted Aluminum Note: Black, FLNA 40421 to match the upper portion of the cab 1 .....INTERIOR / EXTERIOR FINISH / LETTERING / STRIPING -- SO -A2-0220 EXTERIOR FINISH - BODY 80-A2-0220 Paint - Body, Two Tone (Paint break at top of body compartments) 1 80-A2-0225 Paint Calor/Code: Red FLNA 31979 (US Fire Apparatus Red 1) 1 80-A2-0230 Paint Color/Code: Jet Black FLNA 40421 (US Fire Apparatus Black 1) 1 80-A2-0235 80-A2-0240 BODY/INTERIOR/FINISH 80-A2.0245 Interior Compartment Finish - Natural 1 80-A2-0250 80-A2-0255 EXTERIOR BLACK -OUT OPTIONS 80-A2-0260 Paint- Body Rub Rail, "Bed Lined" 1 80-A2-0265 Paint - Body Fenderettes, "Bed Lined" 1 80-A2-0270 Paint - Ounnage Area,"Bed Lined" 1 80-A2-0275 Paint - Upper Walkway & Body, 'Bed Lined" 1 80-A2-0280 Paint- Hose Bed Covers, "Bed Lined" 1 80-A2.0285 Paint - Wheel Well Compartment Doors, "Bed Lined" 4 80-A2-0290 Paint - Fuel Fill Door, "Bed Lined" 1 80-A2-0295 Paint - Rear Tailboard, 'Bed Lined" 1 '80-A2-0300 Paint - Body Handrails & Stanchions, "Bed Lined" 1 80-A2-0305 Paint - Rear Tail Light Bezels, 'Bed Lined" 1 80-A2-0310 Paint- Body Trim, "Bed Lined" _ 1 SCOTCHL(TE STRIPE - NFPA 80-A2-0255 Stripe - Scotchlite, 1-4-1 Triple 1 80-A2-0260 Striping Color: Black 1 80-A2.0265 Pin Stripe/Secondary Stripe Color: Black 1 80-A2-0270 Striping Layout. Reverse "Z" Design, Body Compartment Doors 1 REAR CHEVRON 80-A2.0290 Striping - Rear Body, Reflective Chevron 1 80-A2-0295 Chevron Striping Colors: 3M Red & Black 1 Striping - Front Bumper, Reflective Chevron Note: Red/Black Chevron on front bumper 30-A2-0305 Reflective Material - Designated Walking Surfaces 1 LETTERING / SIGNS / PLAQUES 30-A2-0320 Lettering - 4" Gold w/Shade 1 30-A2.0325 Decals/Maltese Cross (2) 1 "'LOOSE EQUIPMENT°e°e4 90-A2-0220 Equipment Package - NFPA 1900 2024, Fire Department Supplied 1 90-A2-0225 Ladder -10' Folding Attic, Alco -Lite FL -10 1 90-A2-0230 Ladder - 14' Roof, Alco -Lite PRL -14 1 90-A2-0235 Ladder -24' 2 -Section Extension, Alco -Lite PEL-24 1 90-A2-0240 Hose (2) - PVC Flexible Suction, Kochek 10'x 6" 1 90-A2-0245 Strainer -6" NH Barrel, Kochek RS60C ;Dote: Stored in u p upper lett suction compartment, attached to suction hose 1 90-A2-0255 Pike Pole -10' Fiberglass 1 90-A2-0260 Pike Pole -12' Fiberglass 1 90-A2-0265 Wheel Chocks (2) - Folding, Ziamatic SAC -44-E w/Mounting Bracket Location: Below the Ll comps. 1 90 -AZ -0270 Emergency Road Kit (Triangles, Road Flares) 1 90-A2-0275 First Aid Kit (24 unit) DOTD 1 90 -AZ -0280 Light- w/Charging Base, Streamlight Fire Vulcan 180 LED Orange 44315 'Locations: TBD 6 .... WARRANTIES/ MANUALS ° °'°' 98-A2-0220 Manuals Package (Operation, Engine, Transmission, Body, Pump) 1 98-A2-0225 Warranty Package 1 98-A2-0230 Cab and Body General - 2 -Year 1 98-A2-0235 Chassis -3 -Year 1 98-A2-0240 Frame Rail - Lifetime i 98-A2-0245 Cab Structural -10-Year 1 98-A2-0250 Engine - OEM Standard, 5 -Year 1 98-A2-0255 Transmission - OEM Standard, 5 -Year 1 98-A2-0260 Hale Pump - Five Year Parts, 2 -Year Labor 1 98-A2-0265 Plumbing, Stainless Steel -10-Year 1 98-A2-0270 Cab/Body Paint -10 -Year 1 98-A2-0275 Water/FoamTanker- Lifetime 1 °°°°°ADMINISTRATION°°4t° 99-A2-0220 Pre -Construction Conference Trip (Per Person) (Airfare / Hotel / Meals) 2 99-A2-0225 Remote Inspections As Needed (Pictures/Phone Calls/Video) 1 99-A2-0230 Final Inspection Trip (Per Person) (Airfare / Hotel / Meals) 2 99-A2-0235 Delivery - Driven from Holden, LA to Laurel, MT 1805 98-D2-2020 One day of factory instruction during the final inspection trip 1 CL OF IL �yaZ h ~�QFW Flory7a w LU UjZ �za0Z JaS.Jj , ul wILa< wac� W(D p0 C.p pp G^J p � M VSIRE APPARATUS DEVIATIONS FROM SPECIFICATION US Fire Pump Company, LLC (US Fire Apparatus) is excited to report that we are in 100% compliance with the bid specification provided by Laurel Fire Department. r i t zy, 2v� } L L Q) 73 >� C C .� Cc H LU Co a� z J w C .0 _ u. O — 0 L -O _ C' O r r O U r 0 z:u LU c O >, j U) cB C/) c�0 N cB LL OC O 0 0 0 0 r- 0 Cl) 0 17r LU (L ce) N lz�- V Cl) N r CD c— } Q O J = = w > w a l J w co >, U) >, W >, to >, D cu 0 to 5, c6 0 m 0 c6 0 LU H O C.0 N 0 O 0 c0 r 0 CO r 0 00 O 00 r- T O CD O Ln = G Ln r- O Ln .-- r - L L Q) 73 >� C C .� Cc H U Co a� z C .0 _ u. O — LLI L -O _ C' O r r O U r > U z:u c o LU � Q :tt LLI F— a� 0 L Q O J = = LLI a w a l aUi O M D � w to w c U d Co 0 O r O O O r Ln M LL T � r� 17 � O Z w N00 O f- O U) CD co r- n M D U O = CD O O N E d O N F- L L Q) 73 >� C 2 C .� Cc H U Co a� z C .0 _ O O t c0 L -O U� D �cr- > U cn E D N Q > U z:u c o LU � Q :tt F— a� 0 L Q O J LL > a LU LU aUi O M m to w c U U) +' °) w z > z LL Li 3: to Warranties (HME, Inc. Zz Component Manufacturer's) HME, Inc. warranty coverage begins on the date of delivery to customer. Note: It is the customer's responsibility to return the Warranty Registration Card, located at the end of this document, to HME to start warranty coverage. Limited General Warranty —HME, Inc. Upon delivery, the vehicle includes a three (3) year new vehicle general warranty and is limited to chassis and apparatus systems and components, and excludes engine, transmission, and axles (see below for details). The warranty is issued to the original purchaser of the vehicle only. Overall Unit and Custom Chassis All components of the vehicle are warranted for a three (3) year period from vehicle delivery, unless otherwise stated elsewhere within this document. Engine Warranty The unit will be furnished with a five (5) year engine manufacturer's warranty. A copy of this warranty will be supplied within this document. Transmission Warranty The unit will be furnished with a five (5) year transmission manufacturer's warranty. A copy of this warranty will be supplied within this document. Custom Chassis Frame Rails The custom chassis frame and crossmembers are warranted for the expected life of the vehicle, which for purposes of this document, the expected life is 20 years from delivery date. A detailed warranty coverage explanation will be supplied within this document. Steering Unit Warranty The unit will be furnished with a one (1) year steering unit manufacturer's warranty. A copy of this warranty will be supplied within this document. Front Axle Warranty The unit will be furnished with a front axle manufacturer's warranty. A copy of this warranty will be supplied within this document. HME, Inc. Warranty Rear Axle Warranty The unit will be furnished with a rear axle manufacturer's warranty. A copy of this warranty will be supplied within this document. Cab/Body Structure Warranty The cab/body will be warranted against structural defects in materials or workmanship for ten (10) years from date of delivery. This includes a ten (10) year cab manufacturer's warranty. A detailed warranty coverage explanation, as well as a copy of the cab manufacturer's warranty, will be supplied within this document. Paint Warranty The paint finish will be warranted for ten (10) years from date of delivery. A detailed warranty coverage explanation will be supplied within this document. Stainless -Steel Plumbing Warranty The stainless-steel plumbing will be warranted for ten (10) years from date of delivery. This is limited to stainless steel piping used in the construction of the fire apparatus water/foam plumbing systems. Water Tank Warranty The unit will be furnished with a water tank manufacturer's warranty. A copy of this warranty will be supplied within this document. Fire Pump Warranty The unit will be furnished with a fire pump manufacturer's warranty based on product type and manufacturer. A copy of these warranties will be supplied within this document. Seating Warranty The unit will be furnished with a limited one (1) year on seat components and five (5) year on seat frame, excluding end user general use or wear, seat manufacturer's warranty. A copy of this warranty will be supplied within this document (in -process and will be supplied once released). HME, Inc. Warranty 2 General Exclusions Items not covered by this limited warranty include: • Normal maintenance activities/items and wear parts, such as lubrication, batteries, tires, filter and oil replacement, belts and hoses, brake lining and adjustment, door check strap adjustment, vehicle alignments, electrical accessories, voltage regulator, flashers, and windshield wipers. • Damage caused by, but not limited to, failure to follow required or recommended maintenance schedule, failure to maintain proper fluid and lubricant levels, failure to ensure operating parameters are maintained, and failure to follow operating instructions. • Damage caused by, but not limited to, misuse, abuse, neglect (e.g., overloading, driving over curbs, or exposure to corrosive, including but not limited to sale and/or acidic exposure, or flooded environments). o Damage which arises outside of normal use. • Damage caused by collision, fire, theft, vandalism, civil unrest, acts of terrorism, acts of war, acts of God, or similar casualties. • Damage or defects with respect to covered parts in a vehicle which is leased or rented to a second party for compensation. o Incidental expenses such as, but not limited to loss of use, inconvenience, loss of time, vehicle rental, towing, lodging or travel costs, etc. o Additions or accessories not installed by HME, including ancillary equipment used in firefighting, and any problems resulting from such additions or accessories. o Installation of any "aftermarket" devices or the modification of existing systems or components originally installed by HME without HME's prior express written approval or any problems resulting from such installation or modification. ® Covered parts that have been sold by an owner other than HME before the covered parts become a complete vehicle. • Any alteration of a covered part not authorized in writing by HME prior to alteration. HME, Inc. Warranty New Product General Warranty HME Inc., hereby warrants to the original purchaser that any new products manufactured by HME shall be free from defects in workmanship and material, undernormal use, maintenance, and service for a period of three (3) years from the date of delivery, subject to conditions and exceptions stated herein. Under this warranty, HME's obligation is limited to the repair or replacement at HME's option (at its factory, by its representative, or by its authorized service facility), of any part found to be defective. If HME deems it necessary, all parts for which the warranty claim is made, shall be returned to HME, for examination by HME, who the sole judge shall be as to whether such part was defective in material or workmanship under normal use, maintenance, or service. Items not covered by the general warranty include: The frame, cab structure, bodystructure, stainless piping, and paint, as each is covered by specific warranty terms as defined within their respective individual warranties. The engine, transmission, axles, or components added to the chassis by another party. However, the engine, transmission, axles and/or components added to the chassis by another party may be covered by warranties issued to you from the respective component manufacturers. HME neither assumes nor authorizes any other person to make or assume for it any other obligation, liability, or warranty or to make any other representation on its behalf in connection with the sale or use of the new product covered by this warranty. HME, Inc. Warranty Frame Warrant HME Inc., warrants to the original purchaser of an HME chassis both frame and frame cross members are free of defects in workmanship and material for the lifetime of the vehicle (20 years), provided the chassis is used in normal and reasonable manners. Under this warranty, HME's obligation is limited to the repair or replacement at HME's option (at its factory, by its representative, or by its authorized service facility), of any part or parts of frame and cross members, found to be defective. This warranty shall be null and void if the frame exhibits evidence of splicing, cutting, drilling, or welding of flanges or rails, without written authorization from HME, inc. This warranty shall also be void if the vehicle is involved in an accident, demonstrates abuse signs, or evidence of being operated in a manner which is not recommended by HME Inc. Items not covered by the frame warranty include: • Damage because of corrosion, including but not limited to salt, chlorides and/or acidic exposure. HME neither assumes nor authorizes any other person to make or assume for it any other obligation, liability, or warranty or to make any other representation on its behalf in connection with the sale or use of the new product covered by this warranty. HME, Inc. Warranty Cab/Body Structural Warranty HME Inc., warrants to the original purchaser that any new fire apparatus cab and body manufactured by HME Inc. shall be free of structural defects under normal maintenance, service, or use for a period of ten (10) years from date of delivery, subject to conditions and exception stated herein. Under this warranty, HME's obligation is limited to the repair or replacement at HME's option (at its factory, by its representative, or by its authorized service facility), of any structural part or parts, found to be defective. For purposes of this warranty, fire apparatus cab/body is defined as sheet metal and welds. This warranty shall be null and void if there exhibits any level of misuse, abuse, alteration, or lack of normal maintenance. This warranty shall also be void if the vehicle is involved in an accident, or evidence of being operated in a manner which is not recommended by HME Inc. Items not covered by the general warranty include: • All hardware, seats, mechanical items, electrical items, and paint finishes • Covered parts damaged because of corrosion, including, but not limited to sale and/or acidic exposure. HME neither assumes nor authorizes any other person to make or assume for it any other obligation, liability, or r' warranty or to make any other representation on its behalf in connection with the sale or use of the new product covered by this warranty. HME, Inc. Warranty Paint Warranty HME Inc., warrants to the original purchaser for a period of ten (10) years paint defects on a cab exterior finish or apparatus body panel exterior finish. This warranty includes loss of gloss, color retention, cracking, blistering, bubbling, or flaking under normal use and with normal maintenance and cleaning. Under this warranty, HME's obligation is limited to the repair or replacement at HME's option (at its factory, by its representative, or by its authorized service facility), of any claim made in accordance with this warranty and under its terms. The original user must notify HME in writing within 30 -days after any claimed defect appears. Items not covered by the general warranty include: • Damage caused by lighting, earthquake, windstorm, hail, flood, or use in a corrosive or acidic environment • Damage from lack of poor maintenance and cleaning • Gold leaf or striping, except that which is affected by repair o Gold leaf or striping affected by repair must have been installed during the manufacture of a cab to be covered under the paint warranty for the cab • Time, loss of use of vehicle, inconvenience, vehicle rental, lodging, food or other consequential or incidental loss, which may result from a paint defect • UV paint fade • Cab underside • Chassis frame rails, crossmembers, and suspensions • Components not painted by HME Topcoat and Appearance Gloss, Color Retention, Cracking Coating System. Adhesion & Corrosion Flaking, Blistering, Bubbling 0-72 Months - 100% 0 To 36 Months - 100% 73 To 120 Months - 50% 37 To 84 Months - 50% 85 To 120 Months - 25% HME, Inc. Warranty Additional Provisions Aoolicable to all HME Products The limited warranty set forth in this document is the only warranty applicable to HME products and is expressly in lieu of any other warranty by HME, expressed to implied, including any implied warranty of merchantability or fitness for a particular purpose. This limited warranty is further limited by the terms and conditions stated in the provisions below: Limitation on Damages: HME shall not be liable for incidental, consequential, direct, indirect or other damages (such as, but not limited to, lost wages, attorney's fees, or lost vehicle rental expenses) which result from any breach or claim related to or arising out of (A) this limited warranty, (b) other warranties, if any, (c) any agreement between HME and the customer, or (d) the HME products or any actual or alleged defect related to HME product. Limitation on Implied Warranties: Any implied warranties which arise by way of applicable state or provincial law, including any implied warranty of merchantability or fitness for a particular purpose, are limited in duration to the applicable warranty period and are limited in scope of coverage to the covered parts covered by this limited warranty. Third Party Representations HME does not authorize any person to create for HME or any other obligations or liability in connection with its products, and HME is not responsible for any representation, promise or warranty made by an HME Sales Representative, component or vehicle manufacturer, or other person beyond what is expressly stated in this limited warranty. How to Obtain the Limited Warranty To be eligible for this limited warranty, you MUST return a completed "Warranty Registration" form to HME within 60 days of delivery date. It is the responsibility of the original purchaser/owner to submit, either directly or thru an HME Sales Representative, the warranty registration form. The Warranty Registration form is in both the HME chassis Owner's Manual supplied with your new vehicle, as well as at the end of this limited warranty document. Legal Remedies Any claim or controversy arising out of or relating to this limited warranty, or breach thereof, shall be settled by arbitration administered by the American Arbitration Association in the state of Michigan, in accordance with the Commercial Arbitration Rules of the American Arbitration Association. The determination of the arbitrator(s) shall be in writing and shall include an explanation of the basis for the determination. The determination of the arbitrator(s) shall be final and binding and judgment upon such determination may be entered in any court having jurisdiction. HME, Inc. Warranty Limited Warranty Registration This form must be completed in its entirety and returned to HME Inc., to register this apparatus for the HME Limited Warranty. Receipt of this document by HME will activate the HME new product "Limited Warranty'. HME's warranty registration does not register the chassis axles, engine, transmission, or any parts or components added to the chassis by another party for warranty. For warranty information on axles, engine, transmission or any parts or components added to the chassis by another party, contact the respective manufacturers. The HME Limited Warranty shall not become valid and will remain void if the registration form is not completed and returned to HME within 60 -days of the date of delivery. HME Identification Number (last five (5) digits of the VIN after the letter Z): Delivery Date: / / Mileage on Odometer at Delivery: miles / kilometers (circle one) Selling Dealer: Customer Information: Fire Department/Municipality: Street: City: State: Zip: Contact Person: Telephone: _ Customer Signature: Date: / E-mail Address: Position: HME, Inc. Warranty 9 TEN (10) YEAR LIMITED WARRANTY BODY AND STRUCTURE US Fire Pump, Inc. warrants, to the original purchaser, the body structure of the new firefighting apparatus against cracking and corrosion perforation for a period of TEN (10) years from the date of delivery. The entire apparatus shall be warranted against defects in material and workmanship for a period of two (2) year from the date of delivery. Only the apparatus body and its components manufactured by US Fire Pump, Inc. are bound by this warranty. Components of other manufacturers are covered only by the warranties set forth by the component manufacturers. However, US Fire Pump, Inc. will process all warranty claims after notification of said claim(s). THIS WARRANTY IS EXPRESSLY IN LIEU OF ALL OTHER WARRANTIES, EXPRESSED OR IMPLIED, INCLUDING THE WARRANTIES OF MERCHANTABILITY AND FITNESS FOR USE, AND OF ALL OTHER OBLIGATIONS OR LIABILITIES ON OUR PART. WE NEITHER ASSUME NOR AUTHORIZE ANY OTHER PERSON OR ENTITY TO ASSUME FOR US ANY OTHER LIABILITY IN CONNECTION WITH THE SALE OF THIS FIREFIGHTING APPARATUS. THIS WARRANTY SHALL NOT APPLY TO THIS FIREFIGHTING APPARATUS OR ANY PART THEREOF WHICH HAS BEEN SUBJECT TO ACCIDENT, NEGLIGENCE, ALTERATION, ABUSE, OR MISUSE. WE MAKE NO WARRANTY WHATSOEVER IN RESPECT TO ACCESSORIES OR PARTS NOT SUPPLIED BY US. THE BUYER ACKNOWLEDGES THAT NO OTHER REPRESENTATIONS WERE MADE TO HIM OR RELIED UPON BY HIM WITH RESPECT TO THE QUALITY AND FUNCTION OF THE GOODS HEREIN SOLD. THE PERFORMANCE OF REPAIRS OR REPLACEMENTS OF PARTS UNDER THE TERMS SET FORTH HEREIN ARE THE EXCLUSIVE REMEDIES AFFORDED TO THE BUYER, AND NEITHER THE MANUFACTURER NOR ANY OF ITS DISTRIBUTORS OR AGENTS SHALL BE LIABLE FOR CONSEQUENTIAL OR INCIDENTAL DAMAGE OR DELAY RESULTING FROM BREACH OF WARRANTY OR THE SELLER'S NEGLIGENCE IN THE MANUFACTURE, DESIGN, OR SALE OF THE FIREFIGHTING APPARATUS. THE SELLER SHALL IN NO EVENT BE LIABLE FOR ANY BREACH OF WARRANTY IN AN AMOUNT EXCEEDING THE PURCHASE PRICE OF THE MACHINERY. THIS WARRANTY SHALL NOT BE EXTENDED, ALTERED, OR VARIED EXCEPT BY A WRITING SIGNED BY SELLER AND BUYER. Phone: 225-209-6551 • Email: info@usfirepump.com • www.usfirepump.com �, f C ,C INILI 11C Two -Year Limited Warranty US Fire Pump, Inc. ("US Fire Pump") warrants each new fire and rescue vehicle manufactured by US Fire Pump to be free of defects in material and workmanship for a warranty period of two years after the date on which the vehicle is first delivered to the original purchaser. US Fire Pump's obligation under this warranty is limited to repairing or replacing, as US Fire Pump may elect, without charge to the original purchaser, the item or items which US Fire Pump, after examination, finds, to US Fire Pump's satisfaction, to be defective as to material or workmanship. US Fire Pump's obligation under this warranty is subject to the conditions precedent that the claimed defect shall have first appeared during the warranty period; that the original purchaser shall have notified US Fire Pump in writing of the claimed defect within thirty (30) days after the claimed defect shall have first appeared, and that, unless US Fire Pump directs otherwise, the claimed defective item or items shall have been returned to US Fire Pump, or to US Fire Pump's designee, promptly after the notification, with transportation charges prepaid. US Fire Pump reserves the right to thoroughly examine the vehicle or parts thereof before conducting or approving any repair or replacement to determine whether the claimed defect is covered by this warranty. In advance of the original purchaser effecting repair or replacement of an item or items found by US Fire Pump to be defective as to material or workmanship, approval for the repair or replacement must be obtained from US Fire Pump's Customer Service Department. Repair or replacement must be made by a facility approved in advance by US Fire Pump. Failure to obtain either or both of the advance approvals voids this warranty. Coverage under this warranty of labor for repair or replacement is limited to the time or amounts reasonably necessary, as determined by US Fire Pump, to make the repair or replacement. Labor time or amounts deemed excessive by US Fire Pump are not covered under this warranty. Any repair or replacement effected by US Fire Pump under this warranty is itself warranted under this warranty for the duration of the warranty period, subject, however, to the provisions of this warranty applicable to the item or items repaired or replaced by US Fire Pump. This warranty terminates upon the transfer of possession or ownership of the vehicle from the original purchaser. This warranty does not apply to or cover: normal maintenance services or adjustments; any item that has been repaired, replaced, or altered by a facility not approved in advance by US Fire Pump's Customer Service Department, or in a manner which, in US Fire Pump's judgment, may adversely affect the operation or longevity of the vehicle or item; special, incidental, or consequential damages, including, but not limited to, loss of time, inconvenience, loss of use, or lost profits; any malfunction resulting from misuse, negligence, alteration, accident, or lack of Phone: 225-209-6551 • Email: info@usfirepump.com • www.usfirepump.com J operational knowledge or normal maintenance or adjustments; time required to unload or reload the vehicle or item; replacement of maintenance items including, but not limited to, filters, screens, lubricants, light bulbs, and other incidentals; transportation fees or charges to or from any facility; or any item manufactured by a party other than US Fire Pump and separately warranted by that party. This warranty is void if US Fire Pump determines that the vehicle or item has been neglected, misused, altered, overloaded, loaded beyond specified compartment weight limits, loaded to a state of excessive imbalance side to side, or damaged. This warranty is also void if US Fire Pump determines that the warranty claim is false or misrepresented, that the vehicle or item has been damaged in an accident or by an act of God, or that the defect is attributable to the use or operation of the vehicle or item in a manner or for a purpose other than that for which US Fire Purnp intended or designed the vehicle or item. THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESSED OR IMPLIED (INCLUDING, BUT NOT LIMITED TO, WARRANTIES ARISING BY OPERATION OF LAW, COURSE OF DEALING, COURSE OF PERFORMANCE, OR USAGE OF TRADE), ALL OTHER REPRESENTATIONS TO THE ORIGINAL PURCHASER, AND ALL OTHER OBLIGATIONS OR LIABILITIES WHATSOEVER, INCLUDING, BUT NOT LIMITED TO, ANY OBLIGATION OR LIABILITY FOR SPECIAL. INCIDENTAL, OR CONSEQUENTIAL DAMAGES. US FIRE PUMP, INC. NEITHER GIVES NOR ASSUMES, NOR AUTHORIZES ANY OTHER PERSON TO GIVE OR ASSUME, ANY OTHER WARRANTY, OBLIGATION, OR LIABILITY ON US FIRE PUMP, INC.'S BEHALF, UNLESS EXPRESSLY GIVEN OR ASSUMED IN WRITING BY US FIRE PUMP, INC. Phone: 225-209-6551 • Email: info@usfirepump.com • www.usfirepump.com