<<

City of Brownsville Finance Department - Procurement Services

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownville Fire Department

BID # FPT-27-0320

PRE- BID MEETING DATE: March 10, 2020 PRE- BID MEETING TIME: 11:00 A.M. At Purchasing Department – Conference Room

BID DUE DATE: March 26, 2020 BID DUE TIME: 4:00 P.M.

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Contents ...... 1 Calendar of Events ...... 3 Acknowledgment of Receipt ...... 5 MISCELLANEOUS ...... 6 BID OPENING DATE ...... 7 SUBMISSION OF REQUESTS FOR CLARIFICATIONS OR CHANGES: ...... 7 Bid Bond...... 7 Payment and Performance Bond Requirements ...... 8 PAYMENT AND PERFORMANCE BONDING CAPACITY LETTER ...... 9 LIQUIDATED DAMAGES ...... 9 INDEMNIFICATION ...... 9 BID REJECTION OR PARTIAL ACCEPTANCE ...... 10 CHANGE ORDERS ...... 10 SINGLE PROPOSAL ...... 10 CANCELLATION OF PROCUREMENT ...... 10 AVAILABILITY OF FUNDS ...... 10 BID PRICING ...... 10 NON-APPROPRIATION CLAUSE ...... 10 BASIS OF BID AWARD ...... 11 BID DOCUMENT SUBMITTAL REQUIREMENTS ...... 11 Exhibit A – Technical Specifications, Drawings, Construction Specifications, Scope of work/services, quantities/estimates, brand names/samples, special forms and requirements, etc., etc...... 11 INSURANCE ...... 11 APPLICATION FOR PROGRESS PAYMENT ...... 12 REVIEW OF APPLICATIONS FOR PROGRESS PAYMENT ...... 12 Restrictions on Lobbying Activity ...... 13 AUTHORIZED CONTACT FORM ...... 16 REQUEST FOR APPROVED EQUALS ...... 18 Change Form / Request for Approved Equals ...... 18 FORM FOR PROPOSAL DEVIATIONS ...... 19 NON-COLLUSIVE BIDDING CERTIFICATION ...... 20 DISCLOSURE OF INTERESTS ...... 21 DEFINITIONS ...... 23 Sec. 252.043. AWARD OF CONTRACT ...... 24 Nepotism Chart ...... 26 Certificate of Interested Parties ...... 27 House Bill 1295 ...... 27 Historically Underutilized Businesses “HUB” ...... 29 CERTIFICATION FORM ...... 30 Protest Procedure ...... 31 CHAPTER 2253. PUBLIC WORK PERFORMANCE AND PAYMENT BONDS ...... 33 TEXAS OPEN RECORDS ACT AND CONFIDENTIALITY ...... 42 CERTIFICATION OF COMPLIANCE WITH TEXAS FAMILY CODE PROVISION ...... 43 CERTIFICATION OF COMPLIANCE WITH HOUSE BILL 89...... 43 HOUSE BILL 793 ...... 43 Cooperative & Interlocal Agreements ...... 44 CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS ...... 45 Exhibit “A” ...... 113

Page 2 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Calendar of Events

1. Advertise Solicitation: Sunday, March 1, and 8, 2020

2. Pre-Bid Meeting Date and Time: Thursday, March 10, 2020 at 11:00 A.M.

3. Due Date for Written Questions: Friday, March 13, 2020, at 3:00 P.M

4. Due Date for Written Answers/Addendum: Tuesday, March 17, 2020 at 4:00 P.M.

5. Due Date for Bids: Thursday, March 26, 2020 at 4:00 P.M.

6. Tentative Award Date: Tuesday, April 7, 2020

Page 3 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. INVITATION * B/P/Q (Bid/Proposal/Qualifications)

Description NUMBER Pre-Bid Meeting OPENING Invitation for Bids for the *B March 10, 2020 at 11:00 March 26, 2020 at 4:00 P.M. Purchase and Delivery of FPT-27-0320 A.M. One (1) New Fire Pumper for the City of Brownsville Fire Department

Sealed, bids/proposals will be received by the City of Brownsville, at the Office of Jose F. Perez, Assistant Director, located at City Hall, 1001 E. Elizabeth Street, Suite 101, Brownsville, Texas 78520, (956) 548-6087, e-mail: [email protected].

Copies of the bid documents consisting of detailed specifications, general requirements or other information may be obtained at the Office of Procurement Services.

Interested Bidders/Proposer are invited to attend the Bid/Proposal opening at the Office of Procurement Services on the dates specified. Presence is not mandatory. Specifications may also be viewed and downloaded at:

http://www.cob.us http://www.bidnetdirect.com

Jose F. Perez Assistant Director

Page 4 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Acknowledgment of Receipt

Please submit this page upon receipt.

For any clarifications, please contact Mr. Jose F. Perez, Assistant Director, at the City of Brownsville Purchasing & Contract Services at (956) 548-6087 or e-mail: [email protected].

Please fax, and/or e-mail this page upon receipt of I.F.B.

Fax: (956) 546-2711

If you are unable to respond on this item, kindly indicate your reason for “Not Responding” below and fax back. This will insure you remain active on our vendor list.

Date: ______

( ) Yes, I will be able to submit a Bid.

( ) No, I will not be able to submit a Bid for the following reason:

______

______

______

Name: ______

Company: ______

Phone #: ______Fax #: ______

E-mail address: ______

PLEASE NOTE:

Please take a moment to register your Company with the City of Brownsville Purchasing Department or update your registration on our new form at the following web site address: http://purchasing.cob.us https://idp.bidnetdirect.com

Page 5 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

MISCELLANEOUS

GENERAL INFORMATION: It is the intent of the City of Brownsville, Texas to solicit sealed competitive bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department

Point of Contact: For information regarding bidding procedures contact Mr. Jose F. Perez, Assistant Director (956) 548-6087

TERMINATION BY THE CITY - The City of Brownsville reserves the right of unilateral termination of the contract by providing a thirty (30) day written notice of such intent.

Forms. Enclosed you will find a Disclosure of Interests Form and a Statement of Non-Collusion. Fill-in both forms and return with your bid.

DISCLOSURE OF INTEREST FORM - Please complete the attached Disclosure of Interest form and submit with your bid proposal.

STATEMENT OF NON-COLLUSION FORM - Enclosed is a Statement of Non-Collusion, which must be completed by the vendor and submitted with the bid.

CERTIFICATION FORM - Compliance with requirements for the participation of DBE’s/ Debarment, Suspension, and other ineligibility and voluntary exclusion lower tier covered transactions/ Certification regarding restrictions on lobbying.

ADDENDA

The following Addenda have been received. The modifications to the Contract Documents noted therein have been considered and all costs thereto are included in the Bid Price.

Addendum No. Dated

Addendum No. Dated

Addendum No. Dated

Addendum No. Dated

Addendum No. Dated

Page 6 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. BID OPENING DATE

The public bid opening shall be held on March 26 , 2020 at 4:00 P.M, in the Office of Procurement Services. Said office is located at City Hall, 1001 E. Elizabeth St., 1st Floor, Suite No. 101, Brownsville, Texas 78521

SUBMISSION OF BIDS:

One (1) original (marked original) and one (1) electronic version (Acrobat PDF format only) of the Invitation for Bid are to be submitted. Once submitted, bids become the property of the City. Invitation for Bids must be signed by a duly authorized official of the Firm’s/Contractor's organization.

Mark Envelope:

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department

Bid Opening Date: March 26, 2020 Bid Opening Time: 4:00 P.M.

 Telegraphic bids will not be considered.  Bids may not be withdrawn after the bid opening.  The City of Brownsville reserves the right to reject any and all bids.

SUBMISSION OF REQUESTS FOR CLARIFICATIONS OR CHANGES:

All requests for approved equals, modifications or clarifications must be received in writing, no later than Friday, March 13, 2020 at 3:00 P.M, Central Time, to Mr. Jose F. Perez, Assistant Director, City of Brownsville, City Hall 1001 E. Elizabeth St., First Floor, Suite 101, Brownsville, Texas, 78520.

Bid Bond

A certified or cashier's Check or an original Bid Bond Proposal Guaranty issued by a corporate surety company licensed to do business in the State of Texas and payable to the order of the City of Brownsville, Texas, in an amount not less than five percent (5%) of the greatest total amount of the Bid Proposal, must accompany each Bid as a guarantee that if awarded the Contract, the successful Bidder will promptly enter into a Contract and execute payment and performance bonds as outlined in the specification and Contract Documents.

Page 7 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Payment and Performance Bond Requirements

Sec. 252.044. CONTRACTOR'S BOND. (a) If the contract is for the construction of public works, the bidder to whom the contract is awarded must execute a good and sufficient bond. The bond must be: (1) in the full amount of the contract price; (2) conditioned that the contractor will faithfully perform the contract; and (3) executed, in accordance with Chapter 2253, Government Code, by a surety company authorized to do business in the state. (b) Repealed by Acts 1993, 73rd Leg., ch. 865, Sec. 2, eff. Sept. 1, 1993. (c) The governing body of a home-rule municipality by ordinance may adopt the provisions of this section and Chapter 2253, Government Code, relating to contractors' surety bonds, regardless of a conflicting provision in the municipality's charter.

Acts 1987, 70th Leg., ch. 149, Sec. 1, eff. Sept. 1, 1987. Amended by Acts 1993, 73rd Leg., ch. 865, Sec. 2, eff. Sept. 1, 1993; Acts 1995, 74th Leg., ch. 76, Sec. 5.95(17), eff. Sept. 1, 1995.

A Payment & Performance Bond (Only applies to Construction/Construction- Rehabilitation), in an amount of not less than one hundred percent (100%) of the Contract Price, conditioned upon the faithful performance of the Contract; a Payment Bond, as required by Chapter §2253 of the Texas Government Code, guaranteeing the payment of all persons supplying labor and furnishing materials; and an Extended Warranty Bond, either by separate instrument or incorporated in the foregoing bonds, will be required. Payment and performance bonds provided to the City of Brownsville for these purposes are required to conform with Article 7.19-1 of the Texas Insurance Code. To that end, all bonds provided (i) must be executed by a surety company holding a certificate of authority from the United States secretary of the treasury to qualify on obligations permitted or required under federal law–or- (ii) must be provided by a surety company that is covered by reinsurance for any liability in excess of $100,000.00 from a reinsurer authorized and admitted as a reinsurer in Texas holding a certificate of authority from the United States secretary of the treasury to qualify on obligations permitted or required under federal law. (See Chapter 2253 – Performance and Payment Bond)

A. A listing on the Department of the Treasury Listing of Approved Sureties on the date of bond issuance shall be sufficient proof of the previously mentioned certificate of authority.

B. A copy of the reinsurance contract(s) with accompanying cover letter with original signature shall be sufficient proof of the previously mentioned reinsurance.

Page 8 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Contractor shall provide either a copy of the list as described in “A.” above, or the contract(s) and letter described in “B.” above, together with the payment and

performance bonds.

Bid Bonds, Performance Bonds, Payment Bonds, and Extended Warranty Bonds issued by a corporate surety company not licensed to do business in the State of Texas will not be accepted.

PAYMENT AND PERFORMANCE BONDING CAPACITY LETTER - To be included with bid package.

LIQUIDATED DAMAGES The undersigned BIDDER further agrees to complete the project and achieve substantial completion within (______) Consecutive Calendar Days submittal from the date of Commencement, unless such time is extended by the City of Brownsville and that ($0.00) per each consecutive calendar day will be the measure of liquidated damages assessed the undersigned for each calendar day in excess required to complete work under the contract for each portion of the project.

INDEMNIFICATION BIDDER covenants and agrees to FULLY INDEMNIFY, DEFEND and HOLD HARMLESS, the CITY and the elected officials, employees, officers, directors, volunteers and representatives of the CITY, individually and collectively, from and against any and all costs, claims, liens, damages, losses, expenses, fees, fines, penalties, proceedings, actions, demands, causes of action, liability and suits of any kind and nature, including but not limited to, personal or bodily injury, death and property damage, made upon the CITY directly or indirectly arising out of, resulting from or related to BIDDER’S activities under this contract, including any acts or omissions of BIDDER, any agent, officer, director, representative, employee, consultant or subcontractor of BIDDER, and their respective officers, agents employees, directors and representatives while in the exercise of the rights or performance of the duties under this contract. The indemnity provided for in this paragraph shall not apply to any liability resulting from the negligence of CITY, its officers or employees, in instances where such negligence causes personal injury, death, or property damage. IN THE EVENT BI DDER AND CITY ARE FOUND JOINTLY LIABLE BY A COURT OF COMPETENT JURISDICTION, LIABILITY SHALL BE APPORTIONED COMPARATIVELY IN ACCORDANCE WITH THE LAWS FOR THE STATE OF TEXAS, WITHOUT, HOWEVER, WAIVING ANY GOVERNMENTAL IMMUNITY AVAILABLE TO THE CITY UNDER TEXAS LAW AND WITHOUT WAIVING ANY DEFENSES OF THE PARTIES UNDER TEXAS LAW.

The provisions of this INDEMNITY are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. BIDDER shall advise the CITY in writing within 24 hours of any claim or demand against the CITY or BIDDER known to BIDDER related to or arising out of BIDDER's activities under this contract, and shall see to the investigation and defense of such claim or demand at BIDDER's

Page 9 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. cost. The CITY shall have the right, at its option and at its own expense, to participate in such defense without relieving BIDDER of any of its obligations under this paragraph.

BID REJECTION OR PARTIAL ACCEPTANCE – The CITY OF BROWNSVILLE reserves the right to reject any or all bids. It further reserves the right to waive technicalities and formalities in bids, as well as to accept in whole or in part such bid or bids where it deems it advisable in protection of the best interests of the City.

CHANGE ORDERS - No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting contract. All change orders will be made in writing by the City of Brownsville Purchasing & Contract Services Department.

SINGLE PROPOSAL - In the event a single proposal is received, the City will, at its option, conduct a price and/or cost analysis of the proposal and negotiate the award, or reject the proposal and re-advertise. A price analysis would be performed by comparing price quotations submitted on other current quotations, current price lists, or other established or competitive prices.

CANCELLATION OF PROCUREMENT - The City of Brownsville reserves the right to cancel the procurement, at any time for any reason before the Contract is fully executed and approved on behalf of the City.

AVAILABILITY OF FUNDS - This procurement is subject to the availability of funding. The City’s obligation hereunder is contingent upon the availability of appropriated funds from which payment for the Contract purposes can be made. No legal liability on the part of the City for any payment shall arise until funds are made available to the Contracting Officer for this Contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Any award of Contract hereunder will be conditioned upon said availability of funds for the Contract.

FUNDING SOURCE – U.S. Housing Urban Development through the Community Development Block Grant (CDBG)

BID PRICING - The proposal prices quoted on this form are firm proposal prices, which are good for Ninety-(90) calendar days following the acknowledgement of proposals and are not subject to price adjustments. I have attached and initialed a copy of the City’s specifications for the item(s) proposal on this form to clarify my understanding as to what features shall be required in the equipment.

BID AWARD – Bid award will be made on ALL on nothing basis.

NON-APPROPRIATION CLAUSE: Not withstanding any provisions of this agreement, the parties agree that the services are payable by city from appropriations, grants, and monies from the General Fund and other sources. In the event sufficient appropriation, grants, and monies are not made available to City to pay these services for any fiscal year, this

Page 10 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Agreement shall terminate without further obligation of City. In such event, the City Manager of City shall certify to contractor that sufficient funds have not been made available to City to meet the obligations of this Agreement; such certification shall be conclusive upon parties.

BASIS OF BID AWARD – The contract will be awarded to the responsible and responsive bidder meeting the specifications and having the lowest possible unit price of the Bid, consistent with the quality needed for effective use. All prices quoted will be firm. Award to successful bidder will be made by Commission action.

BID DOCUMENT SUBMITTAL REQUIREMENTS – Bid Documents, all Pages, including bidder’s Initials, Bid Price Form, and other forms are specified on bid package.

Exhibit A – Technical Specifications, Drawings, Construction Specifications, Scope of work/services, quantities/estimates, brand names/samples, special forms and requirements, etc., etc.

INSURANCE - The contractor shall, at no expense to the City, instruct their insurance agent or carrier to furnish a certificate of insurance attesting to the issuance of policies affording coverage as required and listed in this section. Certificates required by this contract shall be submitted prior to award of the contract and should be forwarded to: City of Brownsville Finance Department-Purchasing/Contracting Division City Hall 1001 E. Elizabeth St., 1st Floor, Suite No. 101 P. O. Box 911, Brownsville, Texas 78520 Attention: Mr. Jose F. Perez, Assistant Director BID # FPT-27-0320

A. The contractor shall furnish and keep in full force during the term of this contract the following insurance coverage:

A) Worker’s Compensation Insurance Amount: Statutory B) Comprehensive General Liability Insurance Amount: $500,000 Each Occurrence $1,000.000 General Aggregate C) Comprehensive Automobile Liability Insurance (applicable to owned, non- owned and hired vehicles) Amount: $500,000 Combined Single Limit B. The premiums to be expended for all of the above-enumerated policies of insurance shall be paid by the contractor. The policies of insurance, certificates of insurance and the insurance company(s) issuing such certificates or policies of insurance must be acceptable to the City.

C. All policies or certificates of insurance must be issued indicating that such policies or certificates are applicable to work being performed under a specific contract or to all work performed by the contractor for the City of Brownsville.

Page 11 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. D. All of the aforementioned policies and certificates of insurance should be issued immediately after the contractor receives notification of award. It should be clearly understood that the contractor is not to commence any work until a written notice to proceed is received from the City. Policies and certificates of insurance must clearly indicate that they will remain in force for a period of at least twelve (12) months from inception date.

E. A minimum of thirty (30) days written notification must be given by an insurer of any alteration, material change or cancellation affecting any certificates or policies of insurance as required under this contract. The City of Brownsville is to be named as an additional insured. 1) Such required notification must be sent via registered or certified mail to the address indicated in Section above. APPLICATION FOR PROGRESS PAYMENT: (Construction/Renovation Only) Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the CONTRACT DOCUMENTS. If Payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances (which are hereinafter in these General Conditions referred to as "Liens") and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER'S interest therein, all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be 10% (ten percent). The retainage shall be held by the owner until all the work has been satisfactorily completed and accepted in writing. At that time the retainage may be released and included in the Final Payment.

CONTRACTOR'S WARRANTY OF TITLE: Contractor warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens.

REVIEW OF APPLICATIONS FOR PROGRESS PAYMENT: (Construction/Renovation Only) Architect will, within ten days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to Owner, or return the Application to Contractor indicating in writing ARCHITECT’S reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and re-submit the Application twenty (20) days after the presentation of the Application for Payment with ARCHITECT’S recommendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR.

Page 12 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Restrictions on Lobbying Activity

A. Prohibited Contacts During Contract Evaluation

A vendor/contractor or a vendor’s/contractor’s agent/representative is prohibited from contacting city officials, including elected officials, and employees regarding a proposed contract from the time a Request for Proposal (RFP), a Request for Statements of Qualifications (RFQ-SOQ), a Bid Solicitation (IFB) or other solicitation has been released until the contract has been acted on by the City Commission. If contact is required, such contact will be done in accordance with procedures incorporated into the solicitation document. Violation of this provision by contractors, respondents or their agents, including lobbyists, may lead to disqualification of the respondent’s offer.

B. A Lobbyists or Vendor/ Contractor May Not Place City Official Under Personal Obligation

A Lobbyist or a Vendor/Contractor or any of their agents may not do any act or refrain from any act for the express purpose and intent of placing any city official under personal obligation to the Lobbyist or Vendor/ Contractor.

C. False Statements

A lobbyist or the vendor/contractor or any of their agents/representatives cannot intentionally or knowingly make any false or misleading statement of fact to any city official, or cause a copy of a document with false information to be received by an official without notifying the official in writing of the truth. Likewise, a registrant who learns that a statement in a registration form or activity report during the previous 3 years is false must correct that statement within 30 days by written notification to the Office of the City Secretary.

D. Use of False Identification

A lobbyist or the vendor/contractor or any of their agents/representatives cannot communicate with a city official in the name of any fictitious person or in the name of any real person, without that person’s consent.

E. Improper Influence

A lobbyist or the vendor/contractor or any of their agents/representatives cannot cause or influence the introduction of any ordinance, resolution, appeal, application, petition, nomination, or amendment for the purpose of later being employed as a lobbyist to secure its granting, denial, confirmation, rejection, passage, or defeat.

F. Improper Representation

A lobbyist or the vendor/contractor or any of their agents/representatives cannot represent that the person can control or obtain the vote or action of any city official.

Page 13 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Disclosures and Requirements for City Vendors/Contractors Lobbyists are often retained for the purpose of assisting vendor/contractor seeking to do business with the city. The standards of conduct applicable to city contractors or other vendor/contractor of lobbyists are discussed below.

A. Prohibited Contacts During Contract Evaluation

A vendor/contractor or a vendor’s/contractor’s agent is prohibited from lobbying activities with city officials, including elected officials, and employees regarding a proposed contract from the time a Request for Proposal (RFP), a Request for statements of Qualifications (RFQ-SOQ), a Bid Solicitation (IFB) or other solicitation has been released until the contract is posted as a City Commission agenda item. If contact is required, such contact will be done in accordance with procedures incorporated into the solicitation document. Violation of this provision by respondents or their agents, including lobbyists, may lead to disqualification of the respondent’s offer. There is a parallel no-contact provision for lobbyists and their agents.

B. The City’s Discretionary Contracts Disclosure Form

When seeking a discretionary1[2] city contract, the contractor must submit a form disclosing: . the identity of all parties to the contract; . subcontractors; . partners, parent or subsidiary business entities of any party to the contract; . any lobbyist or public relations firm that has been employed for a purpose related to the contract. The vendor/contractor must also disclose all political contributions2[3] totaling more than $100 made by the parties or the other individuals or entities listed on the form made directly or indirectly to: . any current or former member of City Commission, including the Mayor; . any candidate for City Commission, including the Mayor; . any political action committee (PAC) that contributes to City Commission elections. Indirect contributions include contributions made by an individual’s spouse or by the officers, owners, attorneys, or registered lobbyists of the entity.

Indirect contributions do not include contributions by owners of a business entity who hold less than 5% of the fair market value or voting stock of the entity. If a publicly traded corporation seeks to contract with the city, it will not be required to list contributions made by its shareholders whose holdings are less than 5%. 2 “

C. Chapter 176 of the Local Government Code Effective January 1, 2006, Chapter 176 of the Local Government Code requires all vendors or those who seek to contract for the sale or purchase of property, goods, or services with a local governmental entity to submit a completed “conflict of interest questionnaire” with the Office of the City Secretary within seven (7) days after the person:

1) begins contract discussions or negotiations; or

Page 14 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

2) submits an application, response to a request for proposal or bids, correspondence, or another writing related to a potential agreement with the local governmental entity.

The questionnaire requires the vendor/contractor or contract seeker to disclose business or employment relationships with Commissioners, Mayor and the City Manager. The Texas Ethics Commission is responsible for drafting the questionnaire and a link to the form on the Texas Ethics Commission website is posted on the “Forms” page of the city’s ethics webpage. It is subject to change and anyone subject to the requirement should consult the TEC website to obtain the most up-to-date form.

Violation of Chapter 176 of the Local Government Code is a class C misdemeanor. Please consult your own legal counsel for questions about compliance.

D. Political Contribution Prohibition

Any person or company official acting as a legal signatory for a proposed “high-profile” city contract cannot make a political contribution to any Commissioner or candidate from the time a Request for Proposal (RFP), Request for Statements of Qualifications (RFQ-SOQ) or Invitation for Bids (IFB) is issued or from the time negotiations or discussions for a contract for which no competitive solicitation begins until thirty (30) days after the contract is awarded.

The designation of “high-profile” is assigned in accordance with the City of Brownsville Purchasing Policy Manual.

4. “High-Profile”- A designation of profile assessment, based on contract value, level of community interest, non-competitive acquisition, and contract complexity.

Page 15 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

AUTHORIZED CONTACT FORM:

This *IFB/RFP/SOQ has been issued by City of Brownsville Purchasing & Contract Services Department. The Purchasing & Contract Services Department shall be the vendor’s sole point of contact with regard to the IFB/RFP/SOQ, its content, and all issues concerning it.

All communication regarding this IFB/RFP/SOQ shall be directed to an authorized representativ Purchasing & Contract Services Department. The Purchasing Director or Assistant Director facilit IFB/RFP/SOQ is identified on the cover page, along with his or her telephone number, and he or sh the primary point of contact for discussions or information pertaining to the IFB/RFP/SOQ. Contac other City representative, including elected officials, for the purpose of discussing this IFB/RFP content, or any other issue concerning it, is prohibited unless authorized by the Purchasing & Contrac Department Director or Assistant Director. Violation of this clause, by the vendor having unauthorize (verbally or in writing) with such other City representatives, may constitute grounds for rejecti Purchasing & Contract Services Department of the vendor’s quotation.

The above stated restriction on vendor contact with City representatives shall apply until the City has awarded a purchase order or contract to a vendor or vendors.

SIGNATURE TITLE ______

COMPANY DATE ______

State of , County of ______

Subscribed and sworn to before me this day of , 20 .

Notary Public ______

My Appointment Expires: ______

* IFB – Invitation for Bids RFP – Request for Proposals SOQ – Statements of Qualifications

Page 16 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. The undersigned agrees, if this bid is accepted, to furnish any and all items/materials upon which prices are offered, at the price(s) and upon the terms and conditions contained in the Specifications. The period for acceptance of this Bid Proposal will be thirty (30) calendar days unless a different period is noted by the bidder.

The undersigned affirms that they have read and do understand the specifications and any attachments contained in this bid package.

DATE: ______

COMPANY NAME: ______

AUTHORIZED REPRESENTATIVE:______

TITLE:______

ADDRESS: ______

CITY, STATE, ZIP: ______

TELEPHONE NO: ______FAX NO. ______

Page 17 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. REQUEST FOR APPROVED EQUALS Change Form / Request for Approved Equals

PREPARED BY: DATE:

ADDRESS: PHONE: ( )

SPEC. #: - ) SPEC. DATE:

LOCATION OF REQUEST FOR CHANGE (PAGE, PARAGRAPH #):

CHANGE REQUESTED

COMMENTS / REASON FOR CHANGE:

AGENCY USE ONLY

REVIEWED BY: DATE: CONTROL #: ______ACTION TAKEN:

COMMENT:

Note: A separate form must be submitted for each request for an approved equal. Proposers are required to submit technical information for each item before the due date and time. Any request received without the necessary technical information will be returned.

Page 18 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

FORM FOR PROPOSAL DEVIATIONS

The following form shall be completed for each condition, exception, reservation or understanding (i.e., Deviations) in the proposal according to “Conditions, Exceptions, Reservations and Understandings”.

Deviation # ______Offeror:______

Sollicitation Ref: ______Page:______Section:______

Complete Description of Deviations: ______

______

______

______

______

Rationale (Pros & Cons): ______

______

______

______

______

Page 19 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

VENDOR ACKNOWLEDGMENT FORMS CITY OF BROWNSVILLE NON-COLLUSIVE BIDDING CERTIFICATION

I/We have read instructions to bidder and specifications. My/Our bid conforms with all bid specifications, conditions, and instructions as outlined by CITY OF BROWNSVILLE. Signing the Acknowledgment Form confirms that our company will enter into a binding contract with CITY OF BROWNSVILLE for item(s) awarded to our company. I/We have read instructions to bidder and specifications.

The undersigned Bidder, by signing and executing this bid, certifies and represents to the CITY OF BROWNSVILLE that Bidder has not been offered, conferred or agreed to confer any pecuniary benefit, as defined by §1.07(a)(6) of the Texas Penal Code, or any other thing of value as consideration for the receipt of information or any special treatment or advantage relating to this bid; the Bidder also certifies and represents that Bidder has not offered, conferred or agreed to confer any pecuniary benefit or other things of value as consideration for the recipient's decision, opinion, recommendation, vote or other exercise of discretion concerning this bid; the Bidder certifies and represents that Bidder has neither coerced nor attempted to influence the exercise of discretion by any officer, trustee, agent of employee of the CITY OF BROWNSVILLE concerning this bid on the basis of any consideration not authorized by law; the Bidder also certifies and represents that Bidder has not received any information not available to other bidders so as to give the undersigned a preferential advantage with respect to this bid; the Bidder further certifies and represents that Bidder has not violated any state, federal or local law, regulation or ordinance relating to bribery, improper influence, collusion or the like and that Bidder will not in the future offer, confer, or agree to confer any pecuniary benefit or other thing of value to any officer, trustee, agent or member of the CITY OF BROWNSVILLE in return for the person having exercised the person's official discretion, power or duty with respect to this bid; the Bidder certifies and represents that it has not now and will not in the future offer, confer, or agree to confer a pecuniary benefit or other thing of value to any officer, trustee, agent or member of CITY OF BROWNSVILLE in connection with information regarding this bid, the submission of this bid, the award of this bid or the performance, delivery or sale pursuant to this bid.

Date: ______

Company Name: ______

Signature: ______

Title: ______

Note: This form must be filled in and submitted with the sealed proposal.

Page 20 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. CITY OF BROWNSVILLE DISCLOSURE OF INTERESTS

City of Brownsville, Texas requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with “NA.” Corporations whose shares are publicly traded and listed on national or regional stock exchanges or over-the-counter markets may file a current Securities and Exchange Commission Form 10-K with the City in lieu of answering the questions below. See reverse side for definitions.

Date: ______

FIRM NAME: ______

ADDRESS______

FIRM is: 1. Corporation ( ) 2. Partnership ( ) 3. Sole Owner ( ) 4. Association ( ) 5. Other ( ) ______

DISCLOSURE QUESTIONS

If additional space is necessary, please use the reverse side of this page or attach separate sheet.

1. State the names of each “employee” of the City of Brownsville having an “ownership interest constituting 10% or more of the voting stock or shares of the business entity or ownership of $2,500 or more of the fair market value of the business entity or employed by the above named “firm.”

Name Title Department

2. State the name of each “official” of the City of Brownsville having an “ownership interest” constituting 10% or more of the ownership in the above named “firm”, or employed by the above named “firm.”

Name Title Department

Page 21 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. 3. State the names of each “board member” of the City of Brownsville having an

“ownership interest” constituting 10% or more of the ownership in the above named “firm”, or employed by the above named “firm.”

Name Board, Commission, or Committee

CERTIFICATE

I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Brownsville, Texas as changes occur.

Certifying Person: ______Title:______(Type or Print)

Signature of Certifying Person: ______Date: ______

Page 22 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

DEFINITIONS

The following definitions of terms should be used in answering the questions set forth below: a. “Board member.” A member of any board, commission, or committee appointed by the City Commission of the City of Brownsville, Texas. b. “Employee.” Any person employed by the City of Brownsville, Texas either on a full or part-time basis, but not as an independent contractor. c. “Firm.” Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non- profit organizations. d. “Official.” The Mayor, members of the City Commission, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judge of the City of Brownsville, Texas. e. “Ownership interest.” Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. “Constructively held” refers to holdings or control established through voting trusts, proxies, or special terms of venture of partnership agreements.”

Page 23 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Sec. 252.043. AWARD OF CONTRACT.

(a) If the competitive sealed bidding requirement applies to the contract for goods or services, the contract must be awarded to the lowest responsible bidder or to the bidder who provides goods or services at the best value for the municipality.

(b) In determining the best value for the municipality, the municipality may consider: (1) the purchase price; (2) the reputation of the bidder and of the bidder's goods or services; (3) the quality of the bidder's goods or services; (4) the extent to which the goods or services meet the municipality's needs; (5) the bidder's past relationship with the municipality; (6) the impact on the ability of the municipality to comply with laws and rules relating to contracting with historically underutilized businesses and nonprofit organizations employing persons with disabilities; (7) the total long-term cost to the municipality to acquire the bidder's goods or services; and (8) any relevant criteria specifically listed in the request for bids or proposals. (c) Before awarding a contract under this section, a municipality must indicate in the bid specifications and requirements that the contract may be awarded either to the lowest responsible bidder or to the bidder who provides goods or services at the best value for the municipality.

(d) The contract must be awarded to the lowest responsible bidder if the competitive sealed bidding requirement applies to the contract for construction of: (1) highways, roads, streets, bridges, utilities, water supply projects, water plants, wastewater plants, water and wastewater distribution or conveyance facilities, wharves, docks, airport runways and taxiways, drainage projects, or related types of projects associated with civil engineering construction; or

(2) buildings or structures that are incidental to projects that are primarily civil engineering construction projects.

(e) If the competitive sealed bidding requirement applies to the contract for construction of a facility, as that term is defined by Section 271.111, the contract must be awarded to the lowest responsible bidder or awarded under the method described by Subchapter H, Chapter 271.

Page 24 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. (f) The governing body may reject any and all bids.

(g) A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. This chapter does not change the common law right of a bidder to withdraw a bid due to a material mistake in the bid.

(h) If the competitive sealed proposals requirement applies to the contract, the contract must be awarded to the responsible offeror whose proposal is determined to be the most advantageous to the municipality considering the relative importance of price and the other evaluation factors included in the request for proposals.

(i) This section does not apply to a contract for professional services, as that term is defined by Section 2254.002, Government Code.

Acts 1987, 70th Leg., ch. 149, Sec. 1, eff. Sept. 1, 1987. Amended by Acts 1997, 75th Leg., ch. 1370, Sec. 4, eff. Sept. 1, 1997; Acts 2001, 77th Leg., ch. 1409, Sec. 3, eff. Sept. 1, 2001.

Submitted,

(Name of Bidder)

(Signature)

(Print)

______Date

Page 25 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Nepotism Chart

Page 26 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Certificate of Interested Parties House Bill 1295 In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that a governmental entity or state agency may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity or state agency at the time the business entity submits the signed contract to the governmental entity or state agency. The law applies only to a contract of a governmental entity or state agency that either (1) requires an action or vote by the governing body of the entity or agency before the contract may be signed or (2) has a value of at least $1 million. The disclosure requirement applies to a contract entered into on or after January 1, 2016. The Texas Ethics Commission was required to adopt rules necessary to implement that law, prescribe the disclosure of interested parties form, and post a copy of the form on the commission’s website. The commission adopted the Certificate of Interested Parties form (Form 1295) on October 5, 2015. The commission also adopted new rules (Chapter 46) on November 30, 2015, to implement the law. The commission does not have any additional authority to enforce or interpret House Bill 1295. A business entity must use the application to enter the required information on Form 1295 and print a copy of the completed form, which will include a certification of filing that will contain a unique certification number. An authorized agent of the business entity must sign the printed copy of the form and have the form notarized. The completed Form 1295 with the certification of filing must be filed with the governmental body or state agency with which the business entity is entering into the contract.

Follow the hyperlink below to submit electronic filing application Form 1295 (Must be submitted with bid/proposal package to be considered by the City of Brownsville). The Purchasing/Contracting Department requires “CERTIFICATE OF INTERESTED PARTIES FORM 1295” from your firm in order to be considered as per Government Code section §2252.908

HTTPS://WWW.ETHICS.STATE.TX.US/FILE/

Acknowledged by,

(Name of Bidder)

(Signature)

(Print)

______Date

Note: This page must be filled in and submitted with the sealed bid/proposal as an acknowledgement of bid/proposal document requirements by the City of Brownsville

Page 27 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 28 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. HISTORICALLY UNDERUTILIZED BUSINESSES SUBMITTAL REQUIREMENTS: Historically Underutilized Businesses “HUB”

It is the policy of the City of Brownsville Purchasing & Contract Services Department to promote and encourage contracting and subcontracting opportunities for Historically Underutilized Businesses (HUB) in all contracts. Accordingly, the Purchasing & Contract Services Department has adopted the State of Texas Statewide HUB Program, administered by the Texas Building and Procurement Commission. If the Purchasing & Contract Services Department determines that subcontracting opportunities are probable, then a HUB Subcontracting Plan is a required element of the contract.

Please follow the following link and choose Cameron County to run a HUB search. http://www.window.state.tx.us/procurement//cmbl/cmblhub.html

Page 29 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. CERTIFICATION FORM

A) COMPLIANCE WITH REQUIREMENTS FOR THE PARTICIPATION OF DISADVANTAGED BUSINESS ENTERPRISES (DBE's) The bidder hereby certifies that it will not discriminate on the basis or race, color, national origin, or sex in the performance of this contract. The requirements of 49 CFR Part 26 and U.S. DOT-approved Disadvantage Business Enterprise (DBE) program are incorporated in this contract by reference.

B) DEBARMENT, SUSPENSION, AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS The bidder certifies that neither the bidder, its third party subcontractors, nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

C) CERTIFICATION REGARDING RESTRICTIONS ON LOBBYING The bidder certifies that no Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

SIGNATURE TITLE ______

COMPANY DATE ______

State of , County of ______

Subscribed and sworn to before me this day of , 20 .

Notary Public ______

My Appointment Expires: ______

Page 30 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Protest Procedure

The protest must outline the specific portion of the specification or IFB procedure that had been violated.

Prospective bidders whose direct economic interest would be affected by the award of a contract or by failure to award a contract may file a protest. The purchaser (City of Brownsville/Engineering) will consider all protests requested in a timely manner regarding the award of a contract, whether submitted before or after an award. All protests are to be submitted in writing to: Jose F. Perez, Assistant Director, City of Brownsville Purchasing & Contract Services, City Hall, 1001 E. Elizabeth St., First Floor, Suite 101 Brownsville, TX 78520. Protest submissions should be concise, logically arranged, and clearly state the grounds for protest. Protest must include the following information:

(A) name, address, and telephone number of protestor, (B) identification of contract solicitation number, (C) a detailed statement of the legal and factual grounds of the protest, including copies of relevant documents, and (D) a statement as to what relief is requested.

Protest must be submitted to the City of Brownsville Purchasing Department in accordance with these procedures and time requirements must be complete and contain all issues that the protestor believes relevant.

In the procedure outline below, the Finance Director is considered to be the Contracting Officer.

1.3.1 Protest Before Opening Protests alleging restrictive specifications or improprieties which are apparent prior to the bid deadline or receipt of bids must be submitted in writing to the Contracting Officer at the address above and must be received at least seven (7) days prior to the bid opening. If the written protest is not received by the time specified in bid package may be received and award made in the normal manner unless the Contracting Officer determines that remedial action is required. Oral protest not followed up by a written protest will be disregarded. The Contracting Officer may request additional information from the appealing party and information or responses from other bidder, which shall be submitted to the Contracting Officer not less than ten (10) days after the date of the City of Brownsville’s request. So far as practicable, appeals will be decided based on the written appeal, information and written responses submitted by the appealing party and other proposers. In failure of any party to timely respond to a request form information, it may be deemed by the purchaser that such party does not desire to participate in the proceeding, does not contest the matter, or does not desire to submit a response, and in such case, the protest will proceed and will not be delayed due to the lack of response. Upon receipt and review of written submissions and any independent evaluation deemed Page 31 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. appropriate by the purchaser, the Contracting Officer shall either (a) render a decision, or (b) at the sole election of the Contracting Officer, conduct an informal hearing at which the interested parities will be afforded the opportunity to present their respective positions and facts, documents, justification, and technical information in support thereof. Parties may, but are not required to, be represented by counsel at the informal hearing, which will not be subject to formal rules of evidence or procedures. Following the informal hearing, if one is held, the Contracting Officer will render a decision, which shall be final, and notify all interested parties thereof in writing but no later than ten (10) days from the date of the informal hearing.

1.3.2 Protest After Opening/Prior to Award Proposal protests against the making of an award by the purchaser must be submitted in writing to the Contracting Officer and received within seven (7) days of the award by the purchaser. Notice of the protest and the basis thereto will be given to all proposers. In addition, when a protest against the making of an award by the purchaser is received and it is determined to withhold the award pending disposition of the protest, the proposers whose proposals might become eligible for award shall be requested, before the expiration of the time for acceptance, to extend or to withdraw the proposal. Where a written protest against the making of an award is received in the time period specified, award will not be made prior to seven (7) days after resolution of the protest unless the purchaser determines that:

(A) the items to be purchased are urgently required (B) delivery or performance will be unduly delayed by failure to make an award promptly, or (C) failure to make an award will otherwise cause undue harm to City of Brownsville or the federal government.

1.3.3 Protest After Award In instances where the award has been made, the Contractor shall be furnished with the notice of protest and the basis thereof. If the contractor has not executed the contract as of the date of the protest is received by the City of Brownsville; the execution of the contract will not be made prior to seven (7) days after resolution of the protest unless the City of Brownsville determines that:

(A) the items to be purchased are urgently required (B) delivery or performance will be unduly delayed by failure to make an award promptly, or (C) failure to make an award will otherwise cause undue harm to the City of Brownsville or the federal government.

Page 32 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. GOVERNMENT CODE

CHAPTER 2253. PUBLIC WORK PERFORMANCE AND PAYMENT BONDS

SUBCHAPTER A. GENERAL PROVISIONS

GOVERNMENT CODE

TITLE 10. GENERAL GOVERNMENT

SUBTITLE F. STATE AND LOCAL CONTRACTS AND FUND MANAGEMENT

CHAPTER 2253. PUBLIC WORK PERFORMANCE AND PAYMENT BONDS

SUBCHAPTER A. GENERAL PROVISIONS

Sec. 2253.001. DEFINITIONS. In this chapter: (1) "Governmental entity" means a governmental or quasi-governmental authority authorized by state law to make a public work contract, including: (A) the state, a county, or a municipality; (B) a department, board, or agency of the state, a county, or a municipality; and (C) a school district or a subdivision of a school district. (2) "Payment bond beneficiary" means a person for whose protection and use this chapter requires a payment bond. (3) "Prime contractor" means a person, firm, or corporation that makes a public work contract with a governmental entity. (4) "Public work contract" means a contract for constructing, altering, or repairing a public building or carrying out or completing any public work. (5) "Public work labor" means labor used directly to carry out a public work. (6) "Public work material" means:

Page 33 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

(A) material used, or ordered and delivered for use, directly to carry out a public work; (B) specially fabricated material; (C) reasonable rental and actual running repair costs for construction equipment used, or reasonably required and delivered for use, directly to carry out work at the project site; or (D) power, water, fuel, and lubricants used, or ordered and delivered for use, directly to carry out a public work. (7) "Retainage" means the part of the payments under a public work contract that are not required to be paid within the month after the month in which the public work labor is performed or public work material is delivered under the contract. (8) "Specially fabricated material" means material ordered by a prime contractor or subcontractor that is: (A) specially fabricated for use in a public work; and (B) reasonably unsuitable for another use. (9) "Subcontractor" means a person, firm, or corporation that provides public work labor or material to fulfill an obligation to a prime contractor or to a subcontractor for the performance and installation of any of the work required by a public work contract.

Added by Acts 1993, 73rd Leg., ch. 268, Sec. 1, eff. Sept. 1, 1993. Amended by Acts 1999, 76th Leg., ch. 62, Sec. 8.20, eff. Sept. 1, 1999.

Sec. 2253.002. EXEMPTION. This chapter does not apply to a public work contract entered into by a state agency relating to an action taken under Subchapter F or I, Chapter 361, Health and Safety Code, or Subchapter I, Chapter 26, Water Code.

Added by Acts 1997, 75th Leg., ch. 793, Sec. 18, eff. Sept. 1, 1997.

Page 34 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

SUBCHAPTER B. GENERAL REQUIREMENTS; LIABILITY

Sec. 2253.021. PERFORMANCE AND PAYMENT BONDS REQUIRED. (a) A governmental entity that makes a public work contract with a prime contractor shall require the contractor, before beginning the work, to execute to the governmental entity: (1) a performance bond if the contract is in excess of $100,000; and (2) a payment bond if: (A) the contract is in excess of $25,000, and the governmental entity is not a municipality or a joint board created under Subchapter D, Chapter 22, Transportation Code; or (B) the contract is in excess of $50,000, and the governmental entity is a municipality or a joint board created under Subchapter D, Chapter 22, Transportation Code. (b) The performance bond is: (1) solely for the protection of the state or governmental entity awarding the public work contract; (2) in the amount of the contract; and (3) conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. (c) The payment bond is: (1) solely for the protection and use of payment bond beneficiaries who have a direct contractual relationship with the prime contractor or a subcontractor to supply public work labor or material; and (2) in the amount of the contract. (d) A bond required by this section must be executed by a corporate surety in accordance with Section 1, Chapter 87, Acts of the 56th Legislature, Regular Session, 1959 (Article 7.19-1, Vernon's Texas Insurance Code). (e) A bond executed for a public work contract with the state or a department, board, or agency of the state must be payable to the state and its form must be approved by the

Page 35 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

attorney general. A bond executed for a public work contract with another governmental entity must be payable to and its form must be approved by the awarding governmental entity. (f) A bond required under this section must clearly and prominently display on the bond or on an attachment to the bond: (1) the name, mailing address, physical address, and telephone number, including the area code, of the surety company to which any notice of claim should be sent; or (2) the toll-free telephone number maintained by the Texas Department of Insurance under Subchapter B, Chapter 521, Insurance Code, and a statement that the address of the surety company to which any notice of claim should be sent may be obtained from the Texas Department of Insurance by calling the toll-free telephone number. (g) A governmental entity may not require a contractor for any public building or other construction contract to obtain a surety bond from any specific insurance or surety company, agent, or broker. (h) A reverse auction procedure may not be used to obtain services related to a public work contract for which a bond is required under this section. In this subsection, "reverse auction procedure" has the meaning assigned by Section 2155.062 or a procedure similar to that described by Section 2155.062.

Added by Acts 1993, 73rd Leg., ch. 268, Sec. 1, eff. Sept. 1, 1993. Amended by Acts 1995, 74th Leg., ch. 76, Sec. 5.43(a), eff. Sept. 1, 1995; Acts 2001, 77th Leg., ch. 380, Sec. 1, eff. Sept. 1, 2001; Acts 2001, 77th Leg., ch. 614, Sec. 2, eff. Sept. 1, 2001; Acts 2003, 78th Leg., ch. 1275, Sec. 2(86), eff. Sept. 1, 2003. Amended by: Acts 2005, 79th Leg., Ch. 728 (H.B. 2018), Sec. 11.122, eff. September 1, 2005. Acts 2009, 81st Leg., R.S., Ch. 1304 (H.B. 2515), Sec. 1, eff. September 1, 2009.

Page 36 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Acts 2011, 82nd Leg., R.S., Ch. 1129 (H.B. 628), Sec. 1.01, eff. September 1, 2011. Sec. 2253.022. PERFORMANCE AND PAYMENT BONDS; INSURED LOSS. (a) A governmental entity shall ensure that an insurance company that is fulfilling its obligation under a contract of insurance by arranging for the replacement of a loss, rather than by making a cash payment directly to the governmental entity, furnishes or has furnished by a contractor, in accordance with this chapter: (1) a performance bond as described by Section 2253.021(b) for the benefit of the governmental entity; and (2) a payment bond as described in Section 2253.021(c) for the benefit of the beneficiaries described by that subsection. (b) The bonds required to be furnished under Subsection (a) must be furnished before the contractor begins work. (c) It is an implied obligation under a contract of insurance for the insurance company to furnish the bonds required by this section. (d) To recover in a suit with respect to which the insurance company has furnished or caused to be furnished a payment bond, the only notice required of a payment bond beneficiary is the notice given to the surety in accordance with Subchapter C. (e) This section does not apply to a governmental entity when a surety company is complying with an obligation under a bond that had been issued for the benefit of the governmental entity. (f) If the payment bond required by Subsection (a) is not furnished, the governmental entity is subject to the same liability that a surety would have if the surety had issued the payment bond and the governmental entity had required the bond to be provided. To recover in a suit under this subsection, the only notice required of a payment bond beneficiary is a notice given to the governmental entity, as if the governmental entity were the surety, in accordance with Subchapter C. Added by Acts 1997, 75th Leg., ch. 1132, Sec. 3, eff. Sept. 1, 1997.

Sec. 2253.023. ATTEMPTED COMPLIANCE. (a) A bond furnished Page 37 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. by a prime contractor in an attempt to comply with this chapter shall be construed to comply with this chapter regarding the rights created, limitations on those rights, and remedies provided. (b) A provision in a bond furnished by a prime contractor in an attempt to comply with this chapter that expands or restricts a right or liability under this chapter shall be disregarded, and this chapter shall apply to that bond.

Added by Acts 1993, 73rd Leg., ch. 268, Sec. 1, eff. Sept. 1, 1993. Sec. 2253.024. INFORMATION FROM CONTRACTOR OR SUBCONTRACTOR. (a) A prime contractor, on the written request of a person who provides public work labor or material and when required by Subsection (c), shall provide to the person: (1) the name and last known address of the governmental entity with whom the prime contractor contracted for the public work; (2) a copy of the payment and performance bonds for the public work, including bonds furnished by or to the prime contractor; and (3) the name of the surety issuing the payment bond and the performance bond and the toll-free telephone number maintained by the Texas Department of Insurance under Subchapter B, Chapter 521, Insurance Code, for obtaining information concerning licensed insurance companies. (b) A subcontractor, on the written request of a governmental entity, the prime contractor, a surety on a bond that covers the public work contract, or a person providing work under the subcontract and when required by Subsection (c), shall provide to the person requesting the information: (1) the name and last known address of each person from whom the subcontractor purchased public work labor or material, other than public work material from the subcontractor's inventory;

Page 38 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

(2) the name and last known address of each person to whom the subcontractor provided public work labor or material; (3) a statement of whether the subcontractor furnished a bond for the benefit of its subcontractors and materialmen; (4) the name and last known address of the surety on the bond the subcontractor furnished; and (5) a copy of that bond. (c) Information requested shall be provided within a reasonable time but not later than the 10th day after the receipt of the written request for the information. (d) A person from whom information is requested may require payment of the actual cost, not to exceed $25, for providing the requested information if the person does not have a direct contractual relationship with the person requesting information that relates to the public work. (e) A person who fails to provide information required by this section is liable to the requesting person for that person's reasonable and necessary costs incurred in getting the requested information.

Added by Acts 1993, 73rd Leg., ch. 268, Sec. 1, eff. Sept. 1, 1993. Amended by Acts 2001, 77th Leg., ch. 380, Sec. 2, eff. Sept. 1, 2001. Amended by: Acts 2005, 79th Leg., Ch. 728 (H.B. 2018), Sec. 11.123, eff. September 1, 2005.

Sec. 2253.025. INFORMATION FROM PAYMENT BOND BENEFICIARY. (a) A payment bond beneficiary, not later than the 30th day after the date the beneficiary receives a written request from the prime contractor or a surety on a bond on which a claim is made, shall provide to the contractor or surety: (1) a copy of any applicable written agreement or purchase order; and (2) any statement or payment request of the beneficiary

Page 39 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. that shows the amount claimed and the work performed by the beneficiary for which the claim is made. (b) If requested, the payment bond beneficiary shall provide the estimated amount due for each calendar month in which the beneficiary performed public work labor or provided public work material.

Added by Acts 1993, 73rd Leg., ch. 268, Sec. 1, eff. Sept. 1, 1993. Sec. 2253.026. COPY OF PAYMENT BOND AND CONTRACT. (a) A governmental entity shall furnish the information required by Subsection (d) to any person who applies for the information and who submits an affidavit that the person: (1) has supplied public work labor or material for which the person has not been paid; (2) has contracted for specially fabricated material for which the person has not been paid; or (3) is being sued on a payment bond. (b) The copy of the payment bond or public work contract is prima facie evidence of the content, execution, and delivery of the original. (c) An applicant under this section shall pay any reasonable fee set by the governmental entity for the actual cost of preparation of the copies. (d) A governmental entity shall furnish the following information to a person who makes a request under Subsection (a): (1) a certified copy of a payment bond and any attachment to the bond; (2) the public work contract for which the bond was given; and (3) the toll-free telephone number maintained by the Texas Department of Insurance under Subchapter B, Chapter 521, Insurance Code, for obtaining information concerning licensed insurance companies. Added by Acts 1993, 73rd Leg., ch. 268, Sec. 1, eff. Sept. 1,

Page 40 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

1993. Amended by Acts 2001, 77th Leg., ch. 380, Sec. 3, eff. Sept. 1, 2001. Amended by: Acts 2005, 79th Leg., Ch. 728 (H.B. 2018), Sec. 11.124, eff. September 1, 2005.

Sec. 2253.027. LIABILITY OF GOVERNMENTAL ENTITY. (a) If a governmental entity fails to obtain from a prime contractor a payment bond as required by Section 2253.021: (1) the entity is subject to the same liability that a surety would have if the surety had issued a payment bond and if the entity had obtained the bond; and (2) a payment bond beneficiary is entitled to a lien on money due to the prime contractor in the same manner and to the same extent as if the public work contract were subject to Subchapter J, Chapter 53, Property Code. (b) To recover in a suit under Subsection (a), the only notice a payment bond beneficiary is required to provide to the governmental entity is a notice provided in the same manner as described by Subchapter C. The notice must be provided as if the governmental entity were a surety.

Added by Acts 1993, 73rd Leg., ch. 268, Sec. 1, eff. Sept. 1, 1993. Amended by Acts 2003, 78th Leg., ch. 515, Sec. 1, eff. Sept. 1, 2003.

Page 41 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

TEXAS OPEN RECORDS ACT AND CONFIDENTIALITY

All materials submitted to the City of Brownsville pursuant to this Invitation for Bid/Request for Proposals/Statement of Qualifications become subject to the mandates of the Texas Open Records Act, Government Code, Chapter 552, Subchapter A, §§552.009; Subchapter D, §§552.205; and Subchapter F, §§552.261 through 552.274. The purpose of this Act is to ensure and facilitate the public's right of access to and review of government records so they may efficiently and intelligently exercise their inherent political power. Almost all "records," as that term is defined in the Act, may be disclosed to the public upon request. Except where specific state or federal statues create a confidential privilege, persons who submit information to public bodies have no right to keep this information from public access or reasonable expectation that this information will be kept from public access.

If you believe that any of the information you have submitted to the City pursuant to this Request for Proposals is confidential under a specific state or federal statute and therefore not subject to the public access, you must comply with the following:

A. Place said documents/records in a separate envelope marked "Confidential" DO NOT label your entire response to the Request for Proposals as "Confidential" – label only those portions of the response that you feel are made confidential by state or federal law as "Confidential." If only a portion of a document is confidential, please identify specifically the portions of the document you are claiming are confidential. Under the State of Texas Open Records Act, the City is obligated to produce documents for public inspection even if the documents contain a portion which is confidential, but can redact the confidential parts. B. For each such document for which you are claiming a confidential privilege, identify the federal and/or state law that creates said privilege, e.g., for trade secrets. Should an Open Records request be presented to the City requesting information you have identified as "Confidential," you will be responsible for defending your position in the Court where the proceeding is filed, if needed.

If you fail to identify any records submitted as part of your Proposal as "Confidential" by placing them in the "Confidential" envelope AND you fail to identify the specific state or federal law creating said privilege, you are irrefutably agreeing that said records are not confidential and are subject to public access.

Page 42 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

CERTIFICATION OF COMPLIANCE WITH TEXAS FAMILY CODE PROVISION

As per Section 14.52 of the Texas Family Code, added by S.B. 84, Acts, 73rd Legislature, R.S. (1993), all bidders must complete and submit with the bid the following affidavit: I, the undersigned vendor, do hereby acknowledge that NO sole proprietor, partner, majority shareholder of a corporation, or an owner of 10% or more of another business entity is 30 days or more delinquent in paying child support under a court order or a written repayment agreement. I understand that under this provision, a sole proprietorship, partnership, corporation or other entity in which a sole proprietor, partner, majority shareholder or a corporation, or an owner of 10% or more of another entity is 30 days or more delinquent in paying child support under a court order or a written repayment agreement is NOT eligible to bid or receive a state contract.

CERTIFICATION OF COMPLIANCE WITH HOUSE BILL 89

Vendor certifies that is in compliance with all applicable provisions of the House Bill 89. Purchases made in accordance under the provisions of Subtitle F, Title 10, Government Code Chapter 2270 must comply with the following: 1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract the above-named Company, business or individual with the City of Brownsville

HOUSE BILL 793

Pursuant to Section 2270.002 of the Texas Government Code, Respondent certifies that either (i) it meets an exemption criteria under Section 2270.002; or (ii) it does not boycott Israel and will not boycott Israel during the term of the contract resulting from this solicitation. Respondent shall state any facts that make it exempt from the boycott certification in its Response.

Page 43 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Cooperative & Interlocal Agreements

NOTE: In addition to responding to our “local” solicitation for bids/proposals vendors/contractors are encouraged to provide pricing on the above referenced items/products/services based on BuyBoard, H-GAC, TPASS, TXDOT, US Communities and/or any other State of Texas recognized and approved cooperative which has complied with the bidding requirements for the State of Texas (any and all applicable fees must be included) All cooperative pricing must be submitted on or before bid/proposal opening date and hour.

Page 44 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS.

§ 271.9051. CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS IN CERTAIN MUNICIPALITIES.

(a) This section applies only to a municipality that is authorized under this title to purchase real property or personal property that is not affixed to real property. (b) In purchasing under this title any real property, personal property that is not affixed to real property, or services, if a municipality receives one or more competitive sealed bids from a bidder whose principal place of business is in the municipality and whose bid is within five percent of the lowest bid price received by the municipality from a bidder who is not a resident of the municipality, the municipality may enter into a contract for construction services in an amount of less than $100,000 or a contract for other purchases in an amount of less than $500,000 with: (1) the lowest bidder; or (2) the bidder whose principal place of business is in the municipality if the governing body of the municipality determines, in writing, that the local bidder offers the municipality the best combination of contract price and additional economic development opportunities for the municipality created by the contract award, including the employment of residents of the municipality and increased tax revenues to the municipality. (c) This section does not prohibit a municipality from rejecting all bids. (d) This section does not apply to the purchase of telecommunications services or information services, as those terms are defined by 47 U.S.C. Section 153.

Added by Acts 2005, 79th Leg., Ch. 1205 (H.B. 664), Sec. 1, eff. September 1, 2005. Amended by: Acts 2009, 81st Leg., R.S., Ch. 660 (H.B. 2082), Sec. 1, eff. June 19, 2009. Acts 2009, 81st Leg., R.S., Ch. 1266 (H.B. 987), Sec. 9, eff. June 19, 2009. Acts 2011, 82nd Leg., R.S., Ch. 513 (H.B. 1869), Sec. 2, eff. June 17, 2011. Acts 2011, 82nd Leg., R.S., Ch. 1129 (H.B. 628), Sec. 2.12, eff. September 1, 2011.

“This Act applies only to a contract for which the initial notice soliciting bids is given on or after the effective date of this Act. A contract for which the initial notice soliciting bids is given before that date is governed by the law in effect when the initial notice is given, and the former law is continued in effect for that purpose.”

Page 45 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Consideration of Location of Bidder's Principal Place of Business Local Government Code § 271.9051. Section 271.9051 In purchasing under this title any real property, personal property that is not affixed to real property, or services, if a municipality receives one or more competitive sealed bids from a bidder whose principal place of business is in the municipality and whose bid is within five percent of the lowest bid price received by the municipality from a bidder who is not a resident of the municipality, the municipality may enter into a contract for construction services in an amount of less than $100,000 or a contract for other purchases in an amount of less than $500,000. (1) the lowest bidder; or (2) the bidder whose principal place of business is in the municipality if the governing body of the municipality determines, in writing, that the local bidder offers the municipality the best combination of contract price and additional economic development opportunities for the municipality created by the contract award, including the employment of residents of the municipality and increased tax revenues to the municipality. Request must be submitted with bid package to be considered by the City of Brownsville. The Purchasing/Contracting Department requires a specific economic impact statement from your firm in order to be considered for invocation of the Local Preference Statue § 271.9051. The following information should be submitted in Spreadsheet form: 1. Total Project Cost 2. Direct Labor cost per employee for employees residing in Brownsville. 3. Indirect Labor cost per employee for employees residing in Brownsville. 4. Materials Cost, per line item, showing materials supplied by Brownsville vendors. 5. Profit & Overhead, as distributed to Brownsville residents. 6. A statement defining how the funds if spent in Brownsville, would impact the Brownsville economy.

( ) I WOULD LIKE TO INVOKE “§ 271.9051. CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS” WITH MY BID AND WILL COMPLY WITH THE CITY OF BROWNSVILLE REQUIREMENTS ABOVE. (BIDDER WILL HAVE TO SUBMIT THEIR INFORMATION TO THE PURCHASING & CONTRACT SERVICES DEPARTMENT WITHIN 5 DAYS AFTER THE BID OPENING TO BE CONSIDERED) Submitted,

(Name of Bidder)

(Signature)

(Print) ______Date

Page 46 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Buy America Requirements 49 U.S.C. 5323(j) 49 CFR Part 661 Applicability to Contracts The Buy America requirements apply to the following types of contracts: Construction Contracts and Acquisition of Goods or Rolling Stock (valued at more than $100,000). Flow Down The Buy America requirements flow down from FTA recipients and subrecipients to first tier contractors, who are responsible for ensuring that lower tier contractors and subcontractors are in compliance. The $100,000 threshold applies only to the grantee contract, subcontracts under that amount are subject to Buy America. Mandatory Clause/Language The Buy America regulation, at 49 CFR 661.13, requires notification of the Buy America requirements in FTA-funded contracts, but does not specify the language to be used. The following language has been developed by FTA. Buy America - The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA- funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j) (2) (C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors.

Page 47 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 49 U.S.C. 5323(j) (1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 5323(j) (1) and the applicable regulations in 49 CFR Part 661.5. Date ______Signature______Company Name______Title______

Certificate of Non-Compliance with 49 U.S.C. 5323(j)(1) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 C.F.R. 661.7. Date ______Signature ______Company Name ______Title ______

Seismic Safety Requirements 42 U.S.C. 7701 et seq. 49 CFR Part 41 Applicability to Contracts The Seismic Safety requirements apply only to contracts for the construction of new buildings or additions to existing buildings. Applicability to Micro-Purchases Micro-purchases are defined as those purchases under $2,500. These requirements do not apply to micro-purchases.

Page 48 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Flow Down The Seismic Safety requirements flow down from FTA recipients and subrecipients to first tier contractors to assure compliance, with the applicable building standards for Seismic Safety, including the work performed by all subcontractors. Model Clauses/Language The regulations do not provide suggested language for third-party contract clauses. The following language has been developed by FTA. Seismic Safety - The contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project.

Energy Conservation Requirements 42 U.S.C. 6321 et seq. 49 CFR Part 18 Applicability to Contracts The Energy Conservation requirements are applicable to all contracts. Applicability to Micro-Purchases Micro-purchases are defined as those purchases under $2,500. These requirements do not apply to micro-purchases. Flow Down The Energy Conservation requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subagreements at every tier. Model Clause/Language No specific clause is recommended in the regulations because the Energy Conservation requirements are so dependent on the state energy conservation plan. The following language has been developed by FTA. Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act.

Page 49 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Clean Water Requirements 33 U.S.C. 1251 Applicability to Contracts The Clean Water requirements apply to each contract and subcontract which exceeds $100,000. Flow Down The Clean Water requirements flow down to FTA recipients and subrecipients at every tier. Model Clause/Language While no mandatory clause is contained in the Federal Water Pollution Control Act, as amended, the following language developed by FTA contains all the mandatory requirements. Clean Water - (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 etc. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA.

Lobbying 31 U.S.C. 1352 49 CFR Part 19 49 CFR Part 20 Applicability to Contracts The Lobbying requirements apply to Construction/Architectural and Engineering/Acquisition of Rolling Stock/Professional Service Contract/Operational Service Contract/Turnkey contracts. Applicability to Micro-Purchases Micro-purchases are defined as those purchases under $2,500. These requirements do not apply to micro-purchases.

Page 50 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Flow Down The Lobbying requirements mandate the maximum flow down, pursuant to Byrd Anti- Lobbying Amendment, 31 U.S.C. § 1352(b)(5) and 49 C.F.R. Part 19, Appendix A, Section 7. Mandatory Clause/Language

 Clause and specific language therein are mandated by 49 CFR Part 19, Appendix A. Modifications have been made to the Clause pursuant to Section 10 of the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.]

 Lobbying Certification and Disclosure of Lobbying Activities for third party contractors are mandated by 31 U.S.C. 1352(b)(5), as amended by Section 10 of the Lobbying Disclosure Act of 1995, and DOT implementing regulation, "New Restrictions on Lobbying," at 49 CFR § 20.110(d)

 Language in Lobbying Certification is mandated by 49 CFR Part 19, Appendix A, Section 7, which provides that contractors file the certification required by 49 CFR Part 20, Appendix A. Modifications have been made to the Lobbying Certification pursuant to Section 10 of the Lobbying Disclosure Act of 1995.

 Use of "Disclosure of Lobbying Activities," Standard Form-LLL set forth in Appendix B of 49 CFR Part 20, as amended by "Government wide Guidance For New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96) is mandated by 49 CFR Part 20, Appendix A. Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient.

Page 51 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq .)] 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Page 52 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, ______, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. ______Signature of Contractor's Authorized Official ______Name and Title of Contractor's Authorized Official ______Date

Access to Records and Reports 49 U.S.C. 5325 18 CFR 18.36 (i) 49 CFR 633.17 Applicability to Contracts Reference Chart "Requirements for Access to Records and Reports by Type of Contracts" Applicability to Micro-Purchases Micro-purchases are defined as those purchases under $2,500. These requirements do not apply to micro-purchases. Flow Down FTA does not require the inclusion of these requirements in subcontracts. Model Clause/Language The specified language is not mandated by the statutes or regulations referenced, but the language provided paraphrases the statutory or regulatory language. The specified language is not mandated by the statutes or regulations referenced, but the language provided paraphrases the statutory or regulatory language. Access to Records - The following access to records requirements apply to this Contract:

1. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C. F. R.

Page 53 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C. F. R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 2. Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA Administrator or his authorized representatives, including any PMO Contractor, access to the Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at $100,000. 3. Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the United States or any of their duly authorized representatives with access to any books, documents, papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 4. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 5. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.

6. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or Page 54 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 7. FTA does not require the inclusion of these requirements in subcontracts. Requirements for Access to Records and Reports by Types of Contract Contract Contract Operationa Turnkey Construction Architectura Acquisitio Professiona Characteristic l Service l n of l Services s Contract Engineering Rolling Stock a. Contracts Those I. State below SAT imposed on Grantees ($100,000) None state pass None None None None thru to Contractor b. Contracts Yes, if non- Those above None competitive None unless None None unless imposed on $100,000/Capita unless1 non- award or if non- unless non- non- state pass l Projects competitive funded thru2 competitive competitive competitive thru to award 5307/5309/53 award award award Contractor 11 II. Non State a. Contracts Those Grantees below SAT imposed on ($100,000) non-state Yes3 Yes Yes Yes Yes Grantee pass thru to Contractor b. Contracts Those above imposed on $100,000/Capita non-state Yes3 Yes Yes Yes Yes l Projects Grantee pass thru to Contractor Sources of Authority 1. 49 USC 5325 (a) 2. 49 CFR 633.17 3. 18 CFR 18.36 (i)

Federal Changes 49 CFR Part 18 Applicability to Contracts

Page 55 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. The Federal Changes requirement applies to all contracts. Applicability to Micro-Purchases Micro-purchases are defined as those purchases under $2,500. These requirements do not apply to micro-purchases. Flow Down The Federal Changes requirement flows down appropriately to each applicable changed requirement. Model Clause/Language No specific language is mandated. The following language has been developed by FTA. Federal Changes - Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract.

Bonding Requirements Applicability to Contracts For those construction or facility improvement contracts or subcontracts exceeding $100,000, FTA may accept the bonding policy and requirements of the recipient, provided that they meet the minimum requirements for construction contracts as follows: a. A bid guarantee from each bidder equivalent to five (5) percent of the bid price. The "bid guarantees" shall consist of a firm commitment such as a bid bond, certifies check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required within the time specified. b. A performance bond on the part to the Contractor for 100 percent of the contract price. A "performance bond" is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. c. A payment bond on the part of the contractor for 100 percent of the contract price. A "payment bond" is one executed in connection with a contract to assure payment, as required by law, of all persons supplying labor and material in the execution of the work provided for in the contract. Payment bond amounts required from Contractors are as follows: 1. 50% of the contract price if the contract price is not more than $1 million; 2. 40% of the contract price if the contract price is more than $1 million but not more than $5 million; or Page 56 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. 3. $2.5 million if the contract price is more than $5 million. d. A cash deposit, certified check or other negotiable instrument may be accepted by a grantee in lieu of performance and payment bonds, provided the grantee has established a procedure to assure that the interest of FTA is adequately protected. An irrevocable letter of credit would also satisfy the requirement for a bond. Flow Down Bonding requirements flow down to the first tier contractors. Model Clauses/Language FTA does not prescribe specific wording to be included in third party contracts. FTA has prepared sample clauses as follows: Bid Bond Requirements (Construction) a. Bid Security A Bid Bond must be issued by a fully qualified surety company acceptable to (Recipient) and listed as a company currently authorized under 31 CFR, Part 223 as possessing a Certificate of Authority as described thereunder. b. Rights Reserved In submitting this Bid, it is understood and agreed by bidder that the right is reserved by (Recipient) to reject any and all bids, or part of any bid, and it is agreed that the Bid may not be withdrawn for a period of [ninety (90)] days subsequent to the opening of bids, without the written consent of (Recipient). It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bid within [ninety (90)] days after the bid opening without the written consent of (Recipient), shall refuse or be unable to enter into this Contract, as provided above, or refuse or be unable to furnish adequate and acceptable Performance Bonds and Labor and Material Payments Bonds, as provided above, or refuse or be unable to furnish adequate and acceptable insurance, as provided above, he shall forfeit his bid security to the extent of (Recipient's) damages occasioned by such withdrawal, or refusal, or inability to enter into an agreement, or provide adequate security therefor. It is further understood and agreed that to the extent the defaulting bidder's Bid Bond, Certified Check, Cashier's Check, Treasurer's Check, and/or Official Bank Check (excluding any income generated thereby which has been retained by (Recipient) as provided in [Item x "Bid Security" of the Instructions to Bidders]) shall prove inadequate to fully recompense (Recipient) for the damages occasioned by default, then the undersigned bidder agrees to indemnify (Recipient) and pay over to (Recipient) the difference between the bid security and (Recipient's) total damages, so as to make (Recipient) whole.

Page 57 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. The undersigned understands that any material alteration of any of the above or any of the material contained on this form, other than that requested, will render the bid unresponsive. Performance and Payment Bonding Requirements (Construction) The Contractor shall be required to obtain performance and payment bonds as follows: a. Performance bonds 1. The penal amount of performance bonds shall be 100 percent of the original contract price, unless the (Recipient) determines that a lesser amount would be adequate for the protection of the (Recipient). 2. The (Recipient) may require additional performance bond protection when a contract price is increased. The increase in protection shall generally equal 100 percent of the increase in contract price. The (Recipient) may secure additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond. b. Payment bonds 1. The penal amount of the payment bonds shall equal: i. Fifty percent of the contract price if the contract price is not more than $1 million. ii. Forty percent of the contract price if the contract price is more than $1 million but not more than $5 million; or iii. Two and one half million if the contract price is more than $5 million. 2. If the original contract price is $5 million or less, the (Recipient) may require additional protection as required by subparagraph 1 if the contract price is increased. Performance and Payment Bonding Requirements (Non-Construction) The Contractor may be required to obtain performance and payment bonds when necessary to protect the (Recipient's) interest. a. The following situations may warrant a performance bond: 1. (Recipient) property or funds are to be provided to the contractor for use in performing the contract or as partial compensation (as in retention of salvaged material). 2. A contractor sells assets to or merges with another concern, and the (Recipient), after recognizing the latter concern as the successor in interest, desires assurance that it is financially capable. 3. Substantial progress payments are made before delivery of end items starts. Page 58 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. 4. Contracts are for dismantling, demolition, or removal of improvements. b. When it is determined that a performance bond is required, the Contractor shall be required to obtain performance bonds as follows: 1. The penal amount of performance bonds shall be 100 percent of the original contract price, unless the (Recipient) determines that a lesser amount would be adequate for the protection of the (Recipient). 2. The (Recipient) may require additional performance bond protection when a contract price is increased. The increase in protection shall generally equal 100 percent of the increase in contract price. The (Recipient) may secure additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond. c. A payment bond is required only when a performance bond is required, and if the use of payment bond is in the (Recipient's) interest. d. When it is determined that a payment bond is required, the Contractor shall be required to obtain payment bonds as follows: 1. The penal amount of payment bonds shall equal: i. Fifty percent of the contract price if the contract price is not more than $1 million; ii. Forty percent of the contract price if the contract price is more than $1 million but not more than $5 million; or iii. Two and one half million if the contract price is increased. Advance Payment Bonding Requirements The Contractor may be required to obtain an advance payment bond if the contract contains an advance payment provision and a performance bond is not furnished. The (recipient) shall determine the amount of the advance payment bond necessary to protect the (Recipient).

Patent Infringement Bonding Requirements (Patent Indemnity) The Contractor may be required to obtain a patent indemnity bond if a performance bond is not furnished and the financial responsibility of the Contractor is unknown or doubtful. The (recipient) shall determine the amount of the patent indemnity to protect the (Recipient). Warranty of the Work and Maintenance Bonds 1. The Contractor warrants to (Recipient), the Architect and/or Engineer that all materials and equipment furnished under this Contract will be of highest quality and new unless otherwise specified by (Recipient), free from faults and defects and in conformance with the Contract Documents. All work not so conforming to

Page 59 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. these standards shall be considered defective. If required by the [Project Manager], the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 2. The Work furnished must be of first quality and the workmanship must be the best obtainable in the various trades. The Work must be of safe, substantial and durable construction in all respects. The Contractor hereby guarantees the Work against defective materials or faulty workmanship for a minimum period of one (1) year after Final Payment by (Recipient) and shall replace or repair any defective materials or equipment or faulty workmanship during the period of the guarantee at no cost to (Recipient). As additional security for these guarantees, the Contractor shall, prior to the release of Final Payment [as provided in Item X below], furnish separate Maintenance (or Guarantee) Bonds in form acceptable to (Recipient) written by the same corporate surety that provides the Performance Bond and Labor and Material Payment Bond for this Contract. These bonds shall secure the Contractor's obligation to replace or repair defective materials and faulty workmanship for a minimum period of one (1) year after Final Payment and shall be written in an amount equal to ONE HUNDRED PERCENT (100%) of the CONTRACT SUM, as adjusted (if at all).

CLEAN AIR 42 U.S.C. 7401 40 CFR 15.61 49 CFR Part 18 Applicability to Contracts The Clean Air requirements apply to all contracts exceeding $100,000, including indefinite quantities where the amount is expected to exceed $100,000 in any year.

Flow Down The Clean Air requirements flow down to all subcontracts which exceed $100,000. Model Clauses/Language No specific language is required. FTA has proposed the following language. Clean Air - (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office.

Page 60 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. (2) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA.

Recycled Products 42 U.S.C. 6962 40 CFR Part 247 Executive Order 12873 Applicability to Contracts The Recycled Products requirements apply to all contracts for items designated by the EPA, when the purchaser or contractor procures $10,000 or more of one of these items during the fiscal year, or has procured $10,000 or more of such items in the previous fiscal year, using Federal funds. New requirements for "recovered materials" will become effective May 1, 1996. These new regulations apply to all procurement actions involving items designated by the EPA, where the procuring agency purchases $10,000 or more of one of these items in a fiscal year, or when the cost of such items purchased during the previous fiscal year was $10,000. Applicability to Micro-Purchases Micro-purchases are defined as those purchases under $2,500. These requirements do not apply to micro-purchases. Flow Down These requirements flow down to all to all contractor and subcontractor tiers. Model Clause/Language No specific clause is mandated, but FTA has developed the following language. Recovered Materials - The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247.

Davis-Bacon and Copeland Anti-Kickback Acts Background and Application The Davis-Bacon and Copeland Acts are codified at 40 USC 3141, et seq. and 18 USC 874. The Acts apply to grantee construction contracts and subcontracts that “at least partly are financed by a loan or grant from the Federal Government.” 40 USC 3145(a), 29 CFR 5.2(h), 49 CFR 18.36(i)(5). The Acts apply to any construction contract over $2,000. 40 USC 3142(a), 29 CFR 5.5(a). ‘Construction,’ for purposes of the Acts, includes “actual construction, alteration and/or repair, including painting and Page 61 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. decorating.” 29 CFR 5.5(a). The requirements of both Acts are incorporated into a single clause (see 29 CFR 3.11) enumerated at 29 CFR 5.5(a) and reproduced below. The clause language is drawn directly from 29 CFR 5.5(a) and any deviation from the model clause below should be coordinated with counsel to ensure the Acts’ requirements are satisfied. Clause Language Davis-Bacon and Copeland Anti-Kickback Acts (1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classifications and wage rates conformed under paragraph (1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

Page 62 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. 1. Except with respect to helpers as defined as 29 CFR 5.2(n)(4), the work to be performed by the classification requested is not performed by a classification in the wage determination; and 2. The classification is utilized in the area by the construction industry; and 3. The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and 4. With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed.

(B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

Page 63 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. (v)(A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: 1. The work to be performed by the classification requested is not performed by a classification in the wage determination; and 2. The classification is utilized in the area by the construction industry; and 3. The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(v) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2) Withholding - The [ insert name of grantee ] shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction Page 64 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. or development of the project), all or part of the wages required by the contract, the [ insert name of grantee ] may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the [ insert name of grantee ] for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: 1. (1) That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 and that such information is correct and complete; 2. (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions Page 65 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; 3. (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees - (i) Apprentices - Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered Page 66 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity - The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

Page 67 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment - A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements - All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility - (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

Contract Work Hours and Safety Standards Act Background and Application The Contract Work Hours and Safety Standards Act is codified at 40 USC 3701, et seq. The Act applies to grantee contracts and subcontracts “financed at least in part by loans or grants from … the [Federal] Government.” 40 USC 3701(b)(1)(B)(iii) and (b)(2), 29 CFR 5.2(h), 49 CFR 18.36(i)(6). Although the original Act required its application in any construction contract over $2,000 or non-construction contract to which the Act applied over $2,500 (and language to that effect is still found in 49 CFR 18.36(i)(6)), the Act no longer applies to any “contract in an amount that is not greater than $100,000.” 40 USC 3701(b)(3)(A)(iii).

Page 68 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. The Act applies to construction contracts and, in very limited circumstances, non- construction projects that employ “laborers or mechanics on a public work.” These non- construction applications do not generally apply to transit procurements because transit procurements (to include rail and buses) are deemed “commercial items.” 40 USC 3707, 41 USC 403 (12). A grantee that contemplates entering into a contract to procure a developmental or unique item should consult counsel to determine if the Act applies to that procurement and that additional language required by 29 CFR 5.5(c) must be added to the basic clause below. The clause language is drawn directly from 29 CFR 5.5(b) and any deviation from the model clause below should be coordinated with counsel to ensure the Act’s requirements are satisfied. Clause Language Contract Work Hours and Safety Standards 1. Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. 3. Withholding for unpaid wages and liquidated damages - The (write in the name of the grantee) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section.

Page 69 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. 4. Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.

No Government Obligation to Third Parties Applicability to Contracts Applicable to all contracts. Applicability to Micro-Purchases Micro-purchases are defined as those purchases under $2,500. These requirements do not apply to micro-purchases.

Flow Down Not required by statute or regulation for either primary contractors or subcontractors, this concept should flow down to all levels to clarify, to all parties to the contract, that the Federal Government does not have contractual liability to third parties, absent specific written consent. Model Clause/Language While no specific language is required, FTA has developed the following language. No Obligation by the Federal Government. 1. The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. 2. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. Page 70 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Program Fraud and False or Fraudulent Statements and Related Acts 31 U.S.C. 3801 et seq. 49 CFR Part 31 18 U.S.C. 1001 49 U.S.C. 5307 Applicability to Contracts These requirements are applicable to all contracts. Applicability to Micro-Purchases Micro-purchases are defined as those purchases under $2,500. These requirements do not apply to micro-purchases. Flow Down These requirements flow down to contractors and subcontractors who make, present, or submit covered claims and statements. Model Clause/Language These requirements have no specified language, so FTA proffers the following language. Program Fraud and False or Fraudulent Statements or Related Acts. 1. The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § § 3801 et seq . and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate.

2. The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority

Page 71 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. 3. The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions.

Termination 49 U.S.C.Part 18 FTA Circular 4220.1E Applicability to Contracts All contracts (with the exception of contracts with nonprofit organizations and institutions of higher education,) in excess of $10,000 shall contain suitable provisions for termination by the grantee including the manner by which it will be effected and the basis for settlement. (For contracts with nonprofit organizations and institutions of higher education the threshold is $100,000.) In addition, such contracts shall describe conditions under which the contract may be terminated for default as well as conditions where the contract may be terminated because of circumstances beyond the control of the contractor. Flow Down The termination requirements flow down to all contracts in excess of $10,000, with the exception of contracts with nonprofit organizations and institutions of higher learning. Model Clause/Language FTA does not prescribe the form or content of such clauses. The following are suggestions of clauses to be used in different types of contracts: a. Termination for Convenience (General Provision) The (Recipient) may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to (Recipient) to be paid the Contractor. If the Contractor has

Page 72 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. any property in its possession belonging to the (Recipient), the Contractor will account for the same, and dispose of it in the manner the (Recipient) directs. b. Termination for Default [Breach or Cause] (General Provision) If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the (Recipient) may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the (Recipient) that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the (Recipient), after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure (General Provision) The (Recipient) in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to (Recipient)'s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from (Recipient) setting forth the nature of said breach or default, (Recipient) shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude (Recipient) from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that (Recipient) elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by (Recipient) shall not limit (Recipient)'s remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. e. Termination for Convenience (Professional or Transit Service Contracts) The (Recipient), by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the Recipient shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination.

Page 73 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. f. Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. g. Termination for Default (Transportation Services) If the Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the Contractor has possession of Recipient goods, the Contractor shall, upon direction of the (Recipient), protect and preserve the goods until surrendered to the Recipient or its agent. The Contractor and (Recipient) shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the (Recipient). h. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provisions of this contract, the (Recipient) may terminate this contract for default. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the Recipient may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the Recipient resulting from the Contractor's refusal or failure Page 74 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the Recipient in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages under this clause if- 1. the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the Recipient, acts of another Contractor in the performance of a contract with the Recipient, epidemics, quarantine restrictions, strikes, freight embargoes; and 2. the contractor, within [10] days from the beginning of any delay, notifies the (Recipient) in writing of the causes of delay. If in the judgment of the (Recipient), the delay is excusable, the time for completing the work shall be extended. The judgment of the (Recipient) shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Recipient. i. Termination for Convenience or Default (Architect and Engineering) The (Recipient) may terminate this contract in whole or in part, for the Recipient's convenience or because of the failure of the Contractor to fulfill the contract obligations. The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the Contracting Officer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process. If the termination is for the convenience of the Recipient, the Contracting Officer shall make an equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. If the termination is for failure of the Contractor to fulfill the contract obligations, the Recipient may complete the work by contact or otherwise and the Contractor shall be liable for any additional cost incurred by the Recipient. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall

Page 75 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. be the same as if the termination had been issued for the convenience of the Recipient. j. Termination for Convenience of Default (Cost-Type Contracts) The (Recipient) may terminate this contract, or any portion of it, by serving a notice or termination on the Contractor. The notice shall state whether the termination is for convenience of the (Recipient) or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the contractor has failed to perform the requirements of the contract. The Contractor shall account for any property in its possession paid for from funds received from the (Recipient), or property supplied to the Contractor by the (Recipient). If the termination is for default, the (Recipient) may fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the (Recipient) and the parties shall negotiate the termination settlement to be paid the Contractor. If the termination is for the convenience of the (Recipient), the Contractor shall be paid its contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to the time of termination. If, after serving a notice of termination for default, the (Recipient) determines that the Contractor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of the contractor, the (Recipient), after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience.

Government-Wide Debarment and Suspension (Nonprocurement) 49 CFR Part 29 Executive Order 12549 Background and Applicability In conjunction with the Office of Management and Budget and other affected Federal agencies, DOT published an update to 49 CFR Part 29 on November 26, 2003. This government-wide regulation implements Executive Order 12549, Debarment and Suspension, Executive Order 12689, Debarment and Suspension, and 31 U.S.C. 6101 note (Section 2455, Public Law 103-355, 108 Stat. 3327). The provisions of Part 29 apply to all grantee contracts and subcontracts at any level expected to equal or exceed $25,000 as well as any contract or subcontract (at any level) for Federally required auditing services. 49 CFR 29. 220(b). This represents a change from prior practice in that the dollar threshold for application of these rules has

Page 76 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. been lowered from $100,000 to $25,000. These are contracts and subcontracts referred to in the regulation as “covered transactions.” Grantees, contractors, and subcontractors (at any level) that enter into covered transactions are required to verify that the entity (as well as its principals and affiliates) they propose to contract or subcontract with is not excluded or disqualified. They do this by (a) Checking the Excluded Parties List System, (b) Collecting a certification from that person, or (c) Adding a clause or condition to the contract or subcontract. This represents a change from prior practice in that certification is still acceptable but is no longer required. 49 CFR 29.300. Grantees, contractors, and subcontractors who enter into covered transactions also must require the entities they contract with to comply with 49 CFR 29, subpart C and include this requirement in their own subsequent covered transactions (i.e., the requirement flows down to subcontracts at all levels). Clause Language The following clause language is suggested, not mandatory. It incorporates the optional method of verifying that contractors are not excluded or disqualified by certification. Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by {insert agency name}. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to {insert agency name}, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.

Privacy Act 5 U.S.C. 552 Page 77 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Applicability to Contracts When a grantee maintains files on drug and alcohol enforcement activities for FTA, and those files are organized so that information could be retrieved by personal identifier, the Privacy Act requirements apply to all contracts. Applicability to Micro-Purchases Micro-purchases are defined as those purchases under $2,500. These requirements do not apply to micro-purchases. Flow Down The Federal Privacy Act requirements flow down to each third party contractor and their contracts at every tier. Model Clause/Language The text of the following clause has not been mandated by statute or specific regulation, but has been developed by FTA. Contracts Involving Federal Privacy Act Requirements - The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any contract: 1. The Contractor agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. 2. The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA.

Civil Rights Requirements 29 U.S.C. § 623, 42 U.S.C. § 2000 42 U.S.C. § 6102, 42 U.S.C. § 12112 42 U.S.C. § 12132, 49 U.S.C. § 5332 29 CFR Part 1630, 41 CFR Parts 60 et seq. Applicability to Contracts The Civil Rights Requirements apply to all contracts. Page 78 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Applicability to Micro-Purchases Micro-purchases are defined as those purchases under $2,500. These requirements do not apply to micro-purchases. Flow Down The Civil Rights requirements flow down to all third party contractors and their contracts at every tier. Model Clause/Language The following clause was predicated on language contained at 49 CFR Part 19, Appendix A, but FTA has shorten the lengthy text. Civil Rights - The following requirements apply to the underlying contract: 1. Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. 2. Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: a. Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to Page 79 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. b. Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. c. Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. 3. The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties.

Breaches and Dispute Resolution 49 CFR Part 18 FTA Circular 4220.1E Applicability to Contracts All contracts in excess of $100,000 shall contain provisions or conditions which will allow for administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as may

Page 80 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. be appropriate. This may include provisions for bonding, penalties for late or inadequate performance, retained earnings, liquidated damages or other appropriate measures. Flow Down The Breaches and Dispute Resolutions requirements flow down to all tiers. Model Clauses/Language FTA does not prescribe the form or content of such provisions. What provisions are developed will depend on the circumstances and the type of contract. Recipients should consult legal counsel in developing appropriate clauses. The following clauses are examples of provisions from various FTA third party contracts. Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of (Recipient)'s [title of employee]. This decision shall be final and conclusive unless within [ten (10)] days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the [title of employee]. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the [title of employee] shall be binding upon the Contractor and the Contractor shall abide be the decision. Performance During Dispute - Unless otherwise directed by (Recipient), Contractor shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the (Recipient) and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the (Recipient) is located. Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the (Recipient), (Architect) or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any

Page 81 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing.

Disadvantaged Business Enterprise(DBE) 49 CFR Part 26 Background and Applicability The newest version on the Department of Transportation’s Disadvantaged Business Enterprise (DBE) program became effective July 16, 2003. The rule provides guidance to grantees on the use of overall and contract goals, requirement to include DBE provisions in subcontracts, evaluating DBE participation where specific contract goals have been set, reporting requirements, and replacement of DBE subcontractors. Additionally, the DBE program dictates payment terms and conditions (including limitations on retainage) applicable to all subcontractors regardless of whether they are DBE firms or not. The DBE program applies to all DOT-assisted contracting activities. A formal clause such as that below must be included in all contracts above the micro-purchase level. The requirements of clause subsection b flow down to subcontracts. A substantial change to the payment provisions in this newest version of Part 26 concerns retainage (see section 26.29). Grantee choices concerning retainage should be reflected in the language choices in clause subsection d. Clause Language The following clause language is suggested, not mandatory. It incorporates the payment terms and conditions applicable to all subcontractors based in Part 26 as well as those related only to DBE subcontractors. The suggested language allows for the options available to grantees concerning retainage, specific contract goals, and evaluation of DBE subcontracting participation when specific contract goals have been established. Disadvantaged Business Enterprises a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is %. The agency’s overall goal for DBE participation is __ %. A separate contract goal [of _.._ % DBE participation has] [has not] been established for this procurement. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT- assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this Page 82 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. contract or such other remedy as {insert agency name} deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). c. {If a separate contract goal has been established, use the following} Bidders/offerors are required to document sufficient DBE participation to meet these goals or, alternatively, document adequate good faith efforts to do so, as provided for in 49 CFR 26.53. Award of this contract is conditioned on submission of the following [concurrent with and accompanying sealed bid] [concurrent with and accompanying an initial proposal] [prior to award]: 1. The names and addresses of DBE firms that will participate in this contract; 2. A description of the work each DBE will perform; 3. The dollar amount of the participation of each DBE firm participating; 4. Written documentation of the bidder/offeror’s commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; 5. Written confirmation from the DBE that it is participating in the contract as provided in the prime contractor’s commitment; and 6. If the contract goal is not met, evidence of good faith efforts to do so. [Bidders][Offerors] must present the information required above [as a matter of responsiveness] [with initial proposals] [prior to contract award] (see 49 CFR 26.53(3)). {If no separate contract goal has been established, use the following} The successful bidder/offeror will be required to report its DBE participation obtained through race-neutral means throughout the period of performance. d. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor’s receipt of payment for that work from the {insert agency name}. In addition, [the contractor may not hold retainage from its subcontractors.] [is required to return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed.] [is required to return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor’s work by the {insert agency name} and contractor’s receipt of the partial retainage payment related to the subcontractor’s work.] e. The contractor must promptly notify {insert agency name}, whenever a DBE subcontractor performing work related to this contract is terminated or fails to

Page 83 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of {insert agency name}.

Incorporation of Federal Transit Administration (FTA) Terms FTA Circular 4220.1E Applicability to Contracts The incorporation of FTA terms applies to all contracts. Applicability to Micro-Purchases Micro-purchases are defined as those purchases under $2,500. These requirements do not apply to micro-purchases. Flow Down The incorporation of FTA terms has unlimited flow down. Model Clause/Language FTA has developed the following incorporation of terms language: Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1E are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any (name of grantee) requests which would cause (name of grantee) to be in violation of the FTA terms and conditions.

§ 135.38 Section 3 clause. All section 3 covered contracts shall include the following clause (referred to as the section 3 clause): A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons,

Page 84 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. particularly persons who are recipients of HUD assistance for housing. B. The parties to this contract agree to comply with HUD’s regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. C. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers’ representative of the contractor’s commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor’s obligations under 24 CFR part 135. F. Noncompliance with HUD’s regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b).

Page 85 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Section 3 Plan Guide Form

APPLICANT’S NAME: ______

NAME OF FUNDING FISCAL AMOUNT PROJECT SOURCE YEAR

______

This Plan will serve as the Section 3 Plan for the above project in compliance with the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended.

The purpose of Section 3 of the Housing and Urban Development Act of 1968, as amended (12. U.S.C. 1701u) (Section 3), is to ensure that training, employment and other economic opportunities generated by certain HUD financial assistance shall, to the greatest extent feasible, and consistent with existing Federal, State and Local laws and regulations, be directed to the greatest extent possible to low- and very low-income persons, particularly those who are recipients of government assistance for housing, and to business concerns, which provide economic opportunities to low- and very low-income persons.

NUMERICAL GOALS FOR TRAINING AND EMPLOYMENT OPPORTUNITIES

The______(Applicant’s Name) will, to the greatest extent feasible, when awarding contracts or providing training and/or employment opportunities for activities or projects subject to the requirements of Section 3, strive to comply with the goals established in this section.

The numerical goals established in this section represent minimum numerical targets.

Training and employment opportunities will be made available to Section 3 residents as follows:

(i) 10 percent of the aggregate number of new hires/training opportunities resulting from funds awarded for FY 2010. Number of Section 3 jobs and/or training opportunities anticipated_____

(ii) 20 percent of the aggregate number of new hires/training opportunities resulting from funds awarded for FY2011. Number of Section 3 jobs/training opportunities anticipated_____

(iii) 30 percent of the aggregate number of new hires/training opportunities resulting from funds awarded for FY 2012 and continuing thereafter. Number of Section 3 jobs/training opportunities anticipated _____.

Page 86 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

PREFERENCE FOR SECTION 3 RESIDENTS IN TRAINING AND EMPLOYMENT OPPORTUNITIES

In providing training and employment opportunities, generated from the expenditure of Section 3 activities to Section 3 residents, the following order of preference will be followed:

(i) First priority will be given to Section 3 residents from the Brownsville/Harlingen MSA, service area, or neighborhood in which the Section 3 covered project is located.

(ii) Second priority will be given to participants in HUD Youthbuild Programs.

(iii) Third priority will be given to Homeless persons residing in the area or neighborhood in which the Section 3 covered project is located for housing constructed under the Stewart B. McKinney Homeless Assistance Act.

(iv) Other Section 3 residents.

NUMERICAL GOALS FOR CONTRACTING ACTIVITIES:

These goals apply to contract awards in excess of $100,000 in connection with a Section 3 eligible project, and it applies to developers, contractors and subcontractors.

The______commits to award to Section 3 business concerns:

1. At least 10 percent of the total dollar amount of all Section 3 covered contracts for building trades work arising in connection with housing rehabilitation, housing construction and other public construction; and

2. At least 3 percent of the total dollar amount of all other Section 3 covered contracts

Page 87 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

PREFERENCE FOR SECTION 3 BUSINESS CONCERNS:

The following order of preference will be followed when providing contracting opportunities to Section 3 businesses:

(i) First priority will be given to Section 3 business concerns that provide economic opportunities for Section 3 residents in the Brownsville/Harlingen MSA, service area, or neighborhood in which the Section 3 covered project is located.

(ii) Second priority will be given to applicants selected to carry out HUD Youthbuild Programs.

(iii) Other Section 3 Residents.

In compliance with the Section 3 Plan requirements, you must develop a list of strategies to be adopted for compliance with the stated employment, training and contracting goals. Contracts in excess of $100,000 must include the Section 3 Clause.

If Federal and State funds are combined to fund an eligible Section 3 project, the combined amount is subject to the Section 3 requirements.

In compliance with the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, we the undersigned have read and have received a copy of the Section 3 Plan for this project. We acknowledge being a party to this Plan and further pledge our commitment to adhere to the objectives set forth.

______Applicant’s Chief Executive Officer

______Date

______General Contractor’s Chief Executive Officer

______Date

Page 88 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Section 3 Training/Employment Goals

Developer’s Name: ______

Contractor’s Name: ______

Name: ______

Total Number Section 3 Developer’s Contractor’s Employees Filled Goal Vacancy Vacancy Required ( X ) ( X )

Other Skilled

Semi-Skilled

Skilled Trainees

Unskilled Trainees

Semi-Skilled Trainees Professional & Admin. Clerical

Apprentices

Section 3 Contracting Goals

Signature: ______Date: ______

Contractor’s Name: ______

Project Name: ______

Page 89 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Section 3 Goal

Type of Work Number of Combined Number and

Contracts Dollar Value Value

Page 90 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Contractor/Subcontractor Certification Regarding Section 3 and Segregated Facilities

COMPANY’S NAME PROJECT NAME ______

The undersigned hereby certifies that:

(a) Section 3 provisions are included in the Contract.

(b) The above stated company is a signatory to the developer’s Section 3 Plan.

(c) No segregated facilities will be maintained as required by Title VI of the Civil Rights Act of 1964.

NAME AND TITLE OF SIGNER (PRINT OR TYPE)

______SIGNATURE DATE

Page 91 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Section 3 Resident Certification

Section 3 of the Housing and Urban Development Act of 1968, as amended, requires recipients of community development funds to make a good faith effort to provide employment and training opportunities resulting from this project to low- and very low- income persons.

In order to demonstrate that you meet the definition of a low-or very low-income person, please provide one of the following:

1. Proof of residency in a public housing development;

2. A copy of your section 8 voucher certificate or voucher;

3. Evidence of your eligibility or participation in a federally-assisted program for low- and very low-income persons (e.g. Jobs, JTPA, Job Corps, etc);

4. Evidence of your eligibility or participation in a State or Local Assistance Program for low- or very low-income persons or receipt of AFDC;

5. Income tax records.

6. Other.

I ______(participant’s name) certify that I meet the requirement stipulated in #______above. I have provided the following document to demonstrate evidence of this______. ______Participant’s Signature ______Date

Page 92 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. Section 3 Contractor Certification Project Name: ______

Developer’s Name: ______I UNDERSTAND THAT MY CONTRACT WITH______(NAME OF DEVELOPER/CONTRACTOR) IS SUBJECT TO THE REQUIREMENTS OF SECTION 3 OF THE HOUSING AND URBAN DEVELOPMENT ACT OF 1968, AS AMENDED AND TO THE SECTION 3 PLAN FOR THIS PROJECT. I CERTIFY THAT THE FIRM OF ______(COMPANY’S NAME) IS A BONAFIDE SECTION 3 COMPANY, AND THAT IT MEETS THE FOLLOWING DEFINITION OF A SECTION 3 BUSINESS (CHECK ONE): 51% or more of the ownership of this company is owned by Section 3 residents, as defined by the developer of this project.

Currently, at least 30% of the employees of the company are Section 3 residents, as defined by the developer of this project.

At least 30% of the employees of the company were Section 3 residents, as defined by the developer of this project, within three years of the date of first employment with this company.

I commit to subcontract at least 25% of the total value of this contract to Section 3 subcontractors, as these companies are defined above, and to provide the necessary evidence to substantiate this. ______Signature of Chief Executive Officer ______Date

Page 93 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 94 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 95 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 96 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 97 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 98 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 99 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 100 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 101 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 102 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 103 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 104 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 105 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 106 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 107 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 108 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 109 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 110 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

Page 111 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M. REQUEST FOR CLARIFICATION

PREPARED BY: DATE:

ADDRESS: PHONE:

SPEC. #: SPEC. DATE:

LOCATION OF REQUEST FOR CHANGE (PAGE, PARAGRAPH #): Section: Title: Ref. Pg.:

CHANGE REQUESTED

COMMENTS / REASON FOR CHANGE:

OWNER USE ONLY

REVIEWED BY: DATE:

ACTION TAKEN:

COMMENT:

Page 112 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M.

BID FORM ITEM DESCRIPTION

One (1) New Fire Pumper

UNIT PRICE

$______

Unit Price in words:

______

Make and Model: ______Year of manufacture: ______

Servicing Dealer in Brownsville: ______Phone #: ______

Delivery Date Guarantee – I agree to furnish the above equipment in the number of calendar days indicated below, following the date of issuance of a purchase order by the City. I understand purchase orders may be canceled due to late delivery unless a determination of due cause can be made. Calendar days required for delivery (ARO) ______(to be filled in by bidder) The bid prices quoted on this form are firm bids which are good for one hundred eighty (180) calendar days following the opening of bid proposals and are not subject to price adjustments.

I have attached and initialed a copy of the City’s specifications for the item(s) bid on this form to clarify my understanding as to what features shall be required in the equipment.

Date:______Signed______

Company:______Title______

Page 113 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M Exhibit “A” MODEL

The cab and shall include design considerations for multiple emergency vehicle applications, rapid transit and maneuverability. The chassis shall be manufactured for heavy duty service with the strength and capacity to support a fully laden apparatus, one hundred (100) percent of the time.

CAB AND CHASSIS LABELING LANGUAGE

The cab and chassis shall include the applicable caution, warning, and safety notice labels with text to be written in English. All applicable exterior caution, warning, and safety notice labels shall be in a decorative chrome bezel.

APPARATUS TYPE

The apparatus shall be a pumper vehicle designed for emergency service use which shall be equipped with a permanently mounted fire pump which has a minimum rated capacity of 750 gallons per minute (3000 L/min). The apparatus shall include a water tank and hose body whose primary purpose is to combat structural and associated fires.

VEHICLE TYPE

The chassis shall be manufactured for use as a straight truck type vehicle and designed for the installation of a permanently mounted apparatus behind the cab. The apparatus of the vehicle shall be supplied and installed by the apparatus manufacturer.

VEHICLE ANGLE OF APPROACH PACKAGE

The angle of approach of the apparatus shall be a minimum of 8.00 degrees. NFPA1901 Angle of Approach definition:

“To determine the angle of approach, place a thin steel strip against the front of the where they touch the ground or stretch a tight string from one front to the other at the front where they touch the ground. Determine the lowest point (component or equipment) on the vehicle forward of the front tire that would make the smallest angle of approach. Hang a plumb bob from the lowest point and mark the point on the ground where the point of the plumb bob touches.

Measure the vertical distance from the ground to the point where the plumb bob was hung (distance V). Measure the horizontal distance from the plumb bob point to the steel strip or string running from front tire to front tire (distance H). Divide the vertical distance by the horizontal distance. The ratio of V/H is the tangent of the angle of approach. If the ratio is known, the angle of approach can be determined from a table of trigonometric functions of angles or from a math calculator. The standard requires a minimum angle of approach of 8.00 degrees: since the tangent of 8.00 degrees is 0.1405, if V divided by H is 0.1405 or larger, the angle of approach is 8.00 degrees or greater.”

Page 114 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

AXLE CONFIGURATION

The chassis shall feature a 4 x 2 axle configuration consisting of a single rear drive axle with a single front steer axle.

GROSS AXLE WEIGHT RATINGS FRONT

The front gross axle weight rating (GAWR) of the chassis shall be 20,000 pounds. This front gross axle weight rating shall be adequate to carry the weight of the completed apparatus including all equipment and personnel.

GROSS AXLE WEIGHT RATINGS REAR

The rear gross axle weight rating (GAWR) of the chassis shall be 26,000 pounds. This rear gross axle weight rating shall be adequate to carry the weight of the completed apparatus including all equipment and personnel.

CAB STYLE

The cab shall be a custom, fully enclosed, EMFD model with a 10.00 inch raised roof over the driver, officer, and crew area, designed and built specifically for use as an emergency response vehicle by a company specializing in cab and chassis design for all emergency response applications. The cab shall be designed for heavy-duty service utilizing superior strength and capacity for the application of protecting the occupants of the vehicle. This style of cab shall offer up to eight (8) seating positions.

The cab shall incorporate a fully enclosed design with side wall roof supports, allowing for a spacious cab area with no partition between the front and rear sections of the cab. To provide a superior finish by reducing welds that fatigue cab metal; the roof, the rear wall and side wall panels shall be assembled using a combination of welds and proven industrial adhesives designed specifically for aluminum fabrication for construction.

The cab shall be constructed using multiple aluminum extrusions in conjunction with aluminum plate, which shall provide proven strength and the truest, flattest body surfaces ensuring less expensive paint repairs if needed. All aluminum welding shall be completed to the American Welding Society and ANSI D1.2-96 requirements for structural welding of aluminum.

All interior and exterior seams shall be sealed for optimum noise reduction and to provide the most favorable efficiency for heating and cooling retention.

The cab shall be constructed of 5052-H32 corrosion resistant aluminum plate. The cab shall incorporate tongue and groove fitted 6061-T6 0.13 & 0.19 inch thick aluminum extrusions for extreme duty situations. A single formed, one (1) piece extrusion shall be used for the “A” , adding strength and rigidity to the cab as well as additional roll-over protection. The cab side walls and lower roof skin shall be 0.13 inch thick; the rear wall and raised roof skins shall be 0.09 inch thick; the front cab structure shall be 0.19 inch thick.

Page 115 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

The exterior width of the cab shall be 94.00 inches wide with a minimum interior width of 88.00 inches. The overall cab length shall be 137.10 inches with 60.00 inches from the centerline of the front of the axle to the back of the cab.

The cab interior shall be designed to afford the maximum usable interior space and attention to ergonomics with hip and legroom while seated which exceeds industry standards. The crew cab floor shall be flat across the entire walking area for ease of movement inside the cab.

The cab shall offer an interior height of 57.50 inches from the front floor to the headliner and a rear floor to headliner height of 65.00 inches in the raised roof area, at a minimum. The cab shall offer an interior measurement at the floor level from the rear of the engine tunnel to the rear wall of the cab of 57.88 inches. All interior measurements shall include the area within the interior trimmed surfaces and not to any unfinished surface.

The cab shall include a driver and officer area with two (2) cab doors large enough for personnel in full firefighting gear. The front doors shall offer a clear opening of 40.25 inches wide X 53.50 inches high, from the cab floor to the top of the door opening. The cab shall also include a crew area with up to two (2) cab doors, also large enough for personnel in full firefighting gear.

The rear doors shall offer a clear opening of 32.25 inches wide X 61.00 inches high, from the cab floor to the top of the door opening.

The cab shall incorporate a progressive two (2) step configuration from the ground to the cab floor at each door opening. The progressive steps are vertically staggered and extend the full width of each step well allowing personnel in full firefighting gear to enter and exit the cab easily and safely.

The first step for the driver and officer area shall measure approximately 11.50 inches deep X 31.13 inches wide. The intermediate step shall measure approximately 8.50 inches deep X 32.50 inches wide. The height from the first step to the intermediate step and the intermediate step to the cab floor shall not exceed 11.00 inches.

The first step for the crew area shall measure approximately 11.50 inches deep X 20.44 inches wide. The intermediate step shall measure approximately 10.25 inches deep X 22.75 inches wide. The height from the first step to the intermediate step and the intermediate step to the cab floor shall not exceed 12.80 inches.

OCCUPANT PROTECTION

The vehicle shall include a Protection System which shall secure belted occupants and increase the survivable space within the cab. The system shall selectively deploy integrated systems to protect against injuries in qualifying frontal impact, side impact, and rollover events. The increase in survivable space and security of the system shall also provide ejection mitigation protection.

Page 116 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

The system components shall include:

 Driver steering wheel airbag

 Driver dual knee air bags with energy management mounting (patent pending) and officer knee airbag.

 Large driver, officer, and crew area side curtain airbags

 Advanced seat belt system - retractor pre-tensioners tighten the seat belts around the occupants, securing the occupants in seats and load limiters play out some of the seat belt webbing to reduce seat belt to chest and torso force upon impact as well as mitigate head and neck injuries

 Heavy truck Restraints Control Module (RCM) - receives inputs from the outboard sensors, selectively deploys systems, and records sensory inputs immediately before and during a detected qualifying event

 Integrated outboard crash sensors mounted at the perimeter of the vehicle - detects a qualifying front or side impact event and monitors and communicates vehicle status and real time diagnostics of all critical subsystems to the RCM

 Fault-indicating Supplemental Restraint System (SRS) light on the driver’s instrument panel

 Frontal impact protection shall be provided by the outboard sensors and the RCM. In a qualifying front impact event the outboard sensors provide inputs to the RCM. The RCM activates the steering wheel airbag, driver side dual knee airbags (patent pending), officer side knee airbag, and advanced seat belts for each occupant in the cab.

 Rollover, side impact, and ejection mitigation shall be provided by the outboard sensors and the RCM. In qualifying rollover or side impact events the outboard sensors provide inputs to the RCM. The RCM activates the side curtain airbags and advanced seat belts for each occupant in the cab. The RCM measures roll angle, lateral acceleration, and roll rate to determine if a rollover event or side impact event is imminent or occurring.

In the event of a qualifying offset or other non-frontal impact, the RCM shall determine and intelligently deploy the front impact protection system, the side impact protection system, or both front and side impact protection systems based on the inputs received from the outboard crash sensors.

Page 117 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

CAB FRONT FASCIA

The front cab fascia shall be constructed of 5052-H32 Marine Grade, 0.13 of an inch thick aluminum plate which shall be an integral part of the cab.

The cab fascia will encompass the entire front of the aluminum cab structure from the bottom of the to the bottom of the cab and shall be the “Classic” design.

The front cab fascia shall include two (2) molded plastic modules on each side accommodating a total of up to four (4) Hi/Low beam headlights and two (2) turn signal lights or up to four (4) warning lights. A chrome plated molded plastic bezel shall be provided on each side around each set of four lamps.

FRONT

The front fascia shall include a box style, 304 stainless steel front grille 44.45 inches wide X 33.50 inches high X 1.50 inches deep. The grille shall include a minimum free air intake of 732.00 square inches. The upper portion of the grille shall be hinged to provide service access behind the grille.

CAB UNDERCOAT

There shall be a rubberized undercoating applied to the underside of the cab that provides abrasion protection, sound deadening and corrosion protection.

CAB SIDE DRIP RAIL

There shall be a drip rail along the top radius of each cab side. The drip rails shall help prevent water from the cab roof running down the cab side.

CAB PAINT EXTERIOR

The cab shall be painted prior to the installation of glass accessories and all other cab trim to ensure complete paint coverage and the maximum in corrosion protection of all metal surfaces.

All metal surfaces on the entire cab shall be ground by disc to remove any surface oxidation or surface debris which may hinder the paint adhesion. Once the surface is machine ground a high quality acid etching of base primer shall be applied. Upon the application of body fillers and their preparation, the cab shall be primed with a coating designed for corrosion resistance and surface paint adhesion. The maximum thickness of the primer coat shall be 2.00 mils.

The entire cab shall then be coated with an intermediate solid or epoxy surfacing agent that is designed to fill any minor surface defects, provide an adhesive bond between the primer and the paint and improve the color and gloss retention of the color. The finish to this procedure shall be a sanding of the cab with 360 grit paper followed by sealing the seams with SEM brand seam sealer.

Page 118 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

The cab shall then be painted the specific color designated by the customer with an acrylic urethane type system designed to retain color and resist acid rain and most atmospheric chemicals found on the fire ground or emergency scene. The paint shall have a minimum thickness of 2.00 mils, followed by a clear top coat not to exceed 2.00 mils. The entire cab shall then be baked at 180 degrees for one (1) hour to speed the curing process of the coatings.

CAB PAINT MANUFACTURER

The cab shall be painted with PPG Industries paint.

CAB PAINT PRIMARY/LOWER COLOR

The primary/lower paint color shall be PPG FBCH 935115 red.

CAB PAINT WARRANTY

The cab and chassis shall be covered by a limited manufacturer paint warranty which shall be in effect for ten (10) years from the first owner’s date of purchase or in service or the first 100,000 actual miles, whichever occurs first.

CAB PAINT INTERIOR

The visible interior cab structure surfaces shall feature a medium gray Spar-Liner spray on bedliner coating which shall mold to each surface of the cab interior. The Spar-Liner shall be environmentally friendly and chemically resistant.

CAB ENTRY DOORS

The cab shall include four (4) entry doors, two (2) front doors and two (2) crew doors designed for ease of entering and egress when outfitted with an SCBA. The doors shall be constructed of extruded aluminum with a nominal thickness of 0.13 inch. The exterior skins shall be constructed of 0.13 inch aluminum plate.

The doors shall include a double rolled style automotive rubber seal around the perimeter of each door frame and door edge which ensures a weather tight fit.

All door hinges shall be hidden within flush mounted cab doors for a pleasing smooth appearance and perfect fit along each side of the cab. Each door hinge shall be piano style with a 0.38 inch pin and shall be constructed of stainless steel.

CAB ENTRY DOOR TYPE

All cab entry doors shall be barrier clear design resulting in exposed lower cab steps. The doors shall provide approximately 32.00 inches of clearance from the ground to the bottom of the door so cab doors may be opened un-hindered by most obstacles encountered, such as guard rails along interstate highways.

Entry doors shall include Pollak mechanical plunger style switches for electrical component activation.

Page 119 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

CAB INSULATION

The cab ceiling and walls shall include 1.00 inch thick foam insulation. The insulation shall act as a barrier absorbing noise as well as assisting in sustaining the desired climate within the cab interior.

CAB STRUCTURAL WARRANTY

The cab structure shall be warranted for a period of ten (10) years or one hundred thousand (100,000) miles which ever may occur first. The warranty period shall commence on the date the vehicle is delivered to the first end user.

CAB TEST INFORMATION

The cab shall have successfully completed the preload side impact, static roof load application and frontal impact without encroachment to the occupant survival space when tested in accordance with Section 4 of SAE J2420 COE Frontal Strength Evaluation Dynamic Loading Heavy Trucks, Section 5 of SAE J2422 Cab Roof Strength Evaluation Quasi –Static Loading Heavy Trucks and ECE R29 Uniform Provisions Concerning the Approval of Vehicles with regard to the Protection of the Occupants of the Cab of a Commercial Vehicles Annex 3 Paragraph 5.

The above tests have been witnessed by and attested to by an independent third party. The test results were recorded using cameras, high speed imagers, accelerometers and strain gauges. Documentation of the testing shall be provided upon request.

ELECTRICAL SYSTEM

The chassis shall include a single starting electrical system which shall include a 12 volt direct current multiplexing system, suppressed per SAE J551. The wiring shall be appropriate gauge cross link with 311 degree Fahrenheit insulation. All SAE wires in the chassis shall be color coded and shall include the circuit number and function where possible. The wiring shall be protected by 275 degree Fahrenheit minimum high temperature flame retardant loom. All nodes and sealed Deutsch connectors shall be waterproof.

MULTIPLEX DISPLAY

The multiplex electrical system shall include a Weldon Vista IV display which shall be located on the left side of the dash in the switch panel. The Vista IV shall feature a full color LCD display screen which includes a message bar displaying the time of day and important messages requiring acknowledgement by the user which shall all be displayed on the top of the screen in the order they are received. There shall be eight (8) push button virtual controls, four (4) on each side of the display for the on-board diagnostics. The display screen shall be video ready for back- up cameras, thermal cameras, and DVD.

The Vista IV display shall offer varying fonts and background colors. The display shall be fully programmable to the needs of the customer and shall offer virtually infinite flexibility for screen configuration options.

LOAD MANAGEMENT SYSTEM

The apparatus load management shall be performed by the included multiplex system. The multiplex system shall also feature the priority of sequences and shall shed electrical loads based on the priority

Page 120 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M list specifically programmed.

DATA RECORDING SYSTEM

The chassis shall have a Weldon Vehicle Data Recorder (VDR) system installed. The system shall be designed to meet NFPA 1901 and shall be integrated with the Weldon Multiplex electrical system. The following information shall be recorded:  Vehicle Speed  Acceleration  Deceleration  Engine Speed  Engine Throttle Position  ABS Event  Seat Occupied Status  Seat Belt Status  Master Optical Warning Device Switch Position  Time  Date

Each portion of the data shall be recorded at the specified intervals and stored for the specified length of time to meet NFPA 1901 guidelines and shall be retrievable by connecting a laptop computer to the VDR system.

ACCESSORY POWER

The electrical distribution panel shall include two (2) power studs. The studs shall be size #10 and each of the power studs shall be circuit protected with a fuse of the specified amperage. One (1) power stud shall be capable of carrying up to a 40 amp battery direct load. One (1) power stud shall be capable of carrying up to a 15 amp ignition switched load. The two (2) power studs shall share one (1) #10 ground stud. A 150 amp master switched and manually resettable breaker protected power and ground stud shall be provided and installed on the chassis near the left hand battery box for body connections.

AUXILIARY ACCESSORY POWER

An auxiliary six (6) position Blue Sea Systems 5025 blade type fuse panel shall be installed behind the switch panel. The fuse panel shall be protected by a 40 amp fuse. The panel shall be capable of carrying up to a maximum 40 amp battery direct load.

EXTERIOR ELECTRICAL TERMINAL COATING

All terminals exposed to the elements will be sprayed with a high visibility protective rubberized coating to prevent corrosion.

Page 121 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

ENGINE

The chassis engine shall be a Cummins L9 engine. The L9 engine shall be an in-line six (6) cylinder, four cycle diesel powered engine. The engine shall offer a rating of 450 horse power at 2100 RPM and shall be governed at 2200 RPM. The torque rating shall feature 1250 foot pounds of torque at 1400 RPM with 543 cubic inches (8.9 liters) of displacement.

The L9 engine shall feature a VGT™ Turbocharger, a high pressure common rail fuel system, fully integrated electronic controls with an electronic governor, and shall be EPA certified to meet the 2017 emissions standards using cooled exhaust gas recirculation and selective catalytic reduction technology. The engine shall include an engine mounted combination full flow/by-pass oil filter with replaceable spin on cartridge for use with the engine lubrication system. The engine shall include Citgo brand Citgard 500, or equivalent 15W40 CK-4 low ash engine oil which shall be utilized for proper engine lubrication.

A wiring harness shall be supplied ending at the back of the cab. The harness shall include a connector which shall allow an optional harness for the pump panel. The included circuits shall be provided for a tachometer, oil pressure, engine temperature, hand throttle, high idle and a PSG system. A circuit for J1939 data link shall also be provided at the back of the cab.

CAB ENGINE TUNNEL

The cab interior shall include an integrated engine tunnel constructed of 5052-H32 Marine Grade, 0.19 of an inch thick aluminum. The tunnel shall be a maximum of 41.50 inches wide X 25.50 inches high.

DIESEL PARTICULATE FILTER CONTROLS

There shall be two (2) controls for the diesel particulate filter. One (1) control shall be for regeneration and one (1) control shall be for regeneration inhibit.

ENGINE PROGRAMMING HIGH IDLE SPEED

The engine high idle control shall maintain the engine idle at approximately 1250 RPM when engaged.

ENGINE HIGH IDLE CONTROL

The vehicle shall be equipped with an automatic high-idle speed control. It shall be pre-set so when activated, it will operate the engine at the appropriate RPM to increase alternator output. This device shall operate only when the master switch is activated and the transmission is in neutral with the parking brake set. The device shall disengage when the operator depresses the brake pedal, or the transmission is placed in gear, and shall be available to manually or automatically re-engage when the brake is released, or when the transmission is placed in neutral. There shall be an indicator on the Vista display and control screen for the high idle speed control.

ENGINE PROGRAMMING ROAD SPEED GOVERNOR

The engine shall include programming which will govern the top speed of the vehicle.

Page 122 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

AUXILIARY ENGINE BRAKE

A compression brake, for the six (6) cylinder engine shall be provided. A cutout relay shall be installed to disable the compression brake when in pump mode or when an ABS event occurs.

The engine compression brake shall activate upon 0% accelerator when in operation mode and actuate the vehicle’s brake lights.

The engine shall utilize a variable geometry turbo (VGT) as an integrated auxiliary engine brake to offer a variable rate of exhaust flow, which when activated in conjunction with the compression brake shall enhance the engine's compression braking capabilities.

AUXILIARY ENGINE BRAKE CONTROL

An engine compression brake control device shall be included. The electronic control device shall monitor various conditions and shall activate the engine brake only if all of the following conditions are simultaneously detected:

 A valid gear ratio is detected.  The driver has requested or enabled engine compression brake operation.  The throttle is at a minimum engine speed position.  The electronic controller is not presently attempting to execute an electronically controlled final drive gear shift.

The compression brake shall be controlled via an off/low/medium/high virtual button on the Vista display and control screen. The multiplex system shall remember and default to the last engine brake control setting when the vehicle is shut off and re-started.

ELECTRONIC ENGINE OIL LEVEL INDICATOR

The engine oil shall be monitored electronically and shall send a signal to activate a warning in the instrument panel when levels fall below normal. The warning shall activate in a low oil situation upon turning on the master battery and ignition switches without the engine running.

FLUID FILLS

The front of the chassis shall accommodate fluid fill for the engine oil through the grille. This area shall also accommodate a check for the engine oil. The transmission, power steering, and coolant fluid fills and checks shall be under the cab. The windshield washer fill shall be accessible through the front left side mid step.

ENGINE DRAIN PLUG

The engine shall include an original equipment manufacturer installed oil drain plug.

ENGINE WARRANTY

The Cummins engine shall be warranted for a period of five (5) years or 100,000 miles, whichever occurs first.

Page 123 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

REMOTE THROTTLE HARNESS

An apparatus interface wiring harness for the engine and transmission pump interlocks shall be supplied with the chassis. The harness shall include a connector for connection to a chassis pump panel harness supplied by the body builder and shall terminate in the left frame rail behind the cab for connection by the body builder. The harness shall include circuits deemed for a pump panel and shall contain circuits for a hand throttle, and a multiplexed gauge.

Separate circuits shall also be included for a pump control switch, “Pump Engaged” and “OK to Pump” indicator lights, open compartment ground, start signal, park brake ground, ignition signal, master power, clean power, customer ignition, air horn solenoid switch, high idle switch and high idle indicator light. The harness shall contain interlocks that will prevent shifting to road or pump mode unless the transmission output speed translates to less than 1 mph and the transmission is in neutral. The shift to pump mode shall also require the park brake be set.

ENGINE PROGRAMMING REMOTE THROTTLE

The engine ECM (Electronic Control Module) discreet wire remote throttle circuit shall be turned off for use with a J1939 based pump controller or when the discreet wire remote throttle controls are not required.

ENGINE PROGRAMMING IDLE SPEED

The engine low idle speed will be programmed at 750 rpm.

ENGINE FAN DRIVE

The engine cooling system fan shall incorporate a thermostatically controlled, Horton clutched type fan drive.

When the clutched fan is disengaged it shall facilitate improved vehicle performance, cab heating in cold climates, and fuel economy. The fan clutch design shall be fail safe so that if the clutch drive fails the fan shall engage to prevent engine overheating due to the fan clutch failure.

ENGINE COOLING SYSTEM

There shall be a heavy-duty aluminum cooling system designed to meet the demands of the emergency response industry. The cooling system shall have the capacity to keep the engine properly cooled under all conditions of road and pumping operations. The cooling system shall be designed and tested to meet or exceed the requirements specified by the engine and transmission manufacturer and all EPA requirements. The complete cooling system shall be mounted to isolate the entire system from vibration or stress. The individual cores of the cooling system shall be mounted in a manner to allow expansion and contraction at various rates without inducing stress into the adjoining cores.

The cooling system shall utilize a charge air cooler to radiator serial flow package that provides the maximum cooling capacity for the specified engine as well as serviceability. The main components shall include a surge tank, an air to air charge air cooler bolted to the front of the radiator, recirculation shields, a shroud, a fan, and required tubing.

Page 124 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

The radiator shall be a down-flow design constructed with aluminum cores, plastic end tanks, and a steel frame. The radiator shall be equipped with a drain cock to drain the coolant for serviceability.

The cooling system shall include a one-piece injection molded polymer fan with a three (3) piece fiberglass fan shroud. The cooling system shall be equipped with a surge tank that is capable of removing entrained air from the system. The surge tank shall be equipped with a low coolant probe and rearward oriented sight glass to monitor the level of the coolant. The surge tank shall have a dual seal cap that meets the engine manufacturer's pressure requirements, and allows for expansion and recovery of coolant into a separate integral expansion chamber.

All radiator tubes shall be formed from aluminized steel tubing. Recirculation shields shall be installed where required to prevent heated air from reentering the cooling package and affecting performance.

The charge air cooler shall be a cross-flow design constructed completely of aluminum with cast tanks. All charge air cooler tubes shall be formed from aluminized steel tubing and installed with silicone hump hoses and stainless steel “constant torque” style clamps meeting the engine manufacturer’s requirements.

The radiator and charge air cooler shall be removable through the bottom of the chassis.

ENGINE COOLING SYSTEM PROTECTION

The engine cooling system shall include a recirculation shield designed to act as a light duty skid plate below the radiator to provide additional protection for the engine cooling system from light impacts, stones, and road debris. The skid plate shall be painted to match the frame components.

ENGINE COOLANT

The cooling package shall include Extended Life Coolant (ELC). The use of ELC provides longer intervals between coolant changes over standard coolants providing improved performance. The coolant shall contain a 50/50 mix of ethylene glycol and de-ionized water to keep the coolant from freezing to a temperature of -34 degrees Fahrenheit.

ELECTRONIC COOLANT LEVEL INDICATOR

The instrument panel shall feature a low engine coolant indicator light which shall be located in the center of the instrument panel. An audible tone alarm shall also be provided to warn of a low coolant incident.

ENGINE PUMP HEAT EXCHANGER

A single bundle type coolant to water heat exchanger shall be installed between the engine and the radiator. The heat exchanger shall be designed to prohibit water from the pump from coming in contact with the engine coolant. This shall allow the use of water from the discharge side of the pump to assist in cooling the engine.

COOLANT HOSES

The cooling systems hose shall be formed silicone hose and formed aluminized steel tubing and include stainless steel constant torque band clamps.

Page 125 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

ENGINE AIR INTAKE

The engine air intake system shall include an ember separator. This ember separator shall be designed to protect the downstream air filter from embers using a combination of unique flat and crimped metal screens packaged in a heavy duty galvanized steel frame. This multilayered screen shall trap embers and allow them to burn out before passing through the pack.

The engine air intake system shall also include an air cleaner mounted above the radiator. This air cleaner shall utilize a replaceable dry type filter element designed to prevent dust and debris from being ingested into the engine. A service cover shall be provided on the housing, reducing the chance of contaminating the air intake system during air filter service.

The air intake system shall include a restriction indicator light in the warning light cluster on the instrument panel, which shall activate when the air cleaner element requires replacement.

ENGINE EXHAUST SYSTEM

The exhaust system shall include an end-in end-out horizontally mounted single module after treatment device, downpipe from the charge air cooled turbo. The single module shall include four temperature sensors, diesel particulate filter (DPF), urea dosing module (UL2), and a selective catalytic reduction (SCR) catalyst to meet current EPA standards. The selective catalytic reduction catalyst utilizes a diesel exhaust fluid solution consisting of urea and purified water to convert NOx into nitrogen, water, and trace amounts of carbon dioxide. The solution shall be mixed and injected into the system through the between the DPF and SCR.

The system shall utilize 0.07 inch thick stainless steel exhaust tubing between the engine turbo and the DPF. Zero leak clamps seal all system joints between the turbo and DPF.

The single module after treatment through the end of the tailpipe shall be connected with zero leak clamps. The discharge shall terminate horizontally on the right side of the vehicle ahead of the rear tires.

DIESEL EXHAUST FLUID TANK

The exhaust system shall include a molded cross linked polyethylene tank for Diesel Exhaust Fluid (DEF). The tank shall have a capacity of six (6) usable gallons and shall be mounted on the left hand side of the chassis frame behind the batteries below the frame.

The DEF tank shall be designed with capacity for expansion in case of fluid freezing. Engine coolant, which shall be thermostatically controlled, shall be run through lines in the tank to help prevent the DEF from freezing and to provide a means of thawing the fluid if it should become frozen.

The tank fill tube shall be routed under the rear of the cab with the fill neck and splash guard accessible in the top rear step.

ENGINE EXHAUST ACCESSORIES

An exhaust temperature mitigation device shall be shipped loose for installation by the body manufacturer on the vehicle. The temperature mitigation device shall lower the temperature of the exhaust by combining ambient air with the exhaust gasses at the exhaust outlet.

Page 126 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

ENGINE EXHAUST WRAP

The exhaust tubing between the engine turbo and the diesel particulate filter (DPF) shall be wrapped with a thermal cover in order to retain the necessary heat for DPF regeneration. The exhaust wrap shall also help protect surrounding components from radiant heat which can be transferred from the exhaust.

TRANSMISSION

The drive train shall include an Allison model EVS 3000 torque converting, automatic transmission which shall include electronic controls. The transmission shall feature two (2) 10-bolt PTO pads located on the converter housing.

The transmission shall include two (2) internal oil filters and Castrol TranSynd™ synthetic TES 295 transmission fluid which shall be utilized in the lubrication of the EVS transmission. An electronic oil level sensor shall be included with the readout located in the shift selector.

The transmission gear ratios shall be:

 1st 3.49:1  2nd 1.86:1  3rd 1.41:1  4th 1.00:1  5th 0.75:1  Rev 5.03:1

TRANSMISSION MODE PROGRAMMING

The transmission, upon start-up, will automatically select a four (4) speed operation. The fifth speed over drive shall be available with the activation of the mode button on the shifting pad.

TRANSMISSION FEATURE PROGRAMMING

The Allison Gen V-E transmission EVS group package number 127 shall contain the 198 vocational package in consideration of the duty of this apparatus as a pumper. This package shall incorporate an automatic neutral with selector override. This feature commands the transmission to neutral when the park brake is applied, regardless of drive range requested on the shift selector. This requires re-selecting drive range to shift out of neutral for the override.

This package shall be coupled with the use of a split shaft PTO and incorporate pumping circuits. These circuits shall be used allowing the vehicle to operate in the fourth range lockup while operating the pump mode due to the 1 to 1 ratio through the transmission, therefore the output speed of the engine is the input speed to the pump. The pump output can be easily calculated by using this input speed and the drive ratio of the pump itself to rate the gallons of water the pump can provide.

A transmission interface connector shall be provided in the cab. This package shall contain the following input/output circuits to the transmission control module. The Gen V-E transmission shall include prognostic diagnostic capabilities. These capabilities shall include the monitoring of the fluid life, filter change indication, and transmission clutch maintenance.

Page 127 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

Function ID Inputs Description Wire assignment C PTO Request 142 J Fire Truck Pump Mode (4th Lockup) 122 / 123 Outputs C Range Indicator 145 (4th) G PTO Enable Output 130 Signal Return 103

TRANSMISSION SHIFT SELECTOR

An Allison pressure sensitive range selector touch pad shall be provided and located to the right of the driver within clear view and easy reach. The shift selector shall have a graphical Vacuum Florescent Display (VFD) capable of displaying two lines of text. The shift selector shall provide mode indication and a prognostic indicator (wrench symbol) on the digital display. The prognostics monitor various operating parameters and shall alert you when a specific maintenance function is required.

ELECTRONIC TRANSMISSION OIL LEVEL INDICATOR

The transmission fluid shall be monitored electronically and shall send a signal to activate a warning in the instrument panel when levels fall below normal.

TRANSMISSION PRE-SELECT WITH AUXILIARY BRAKE

When the auxiliary brake is engaged, the transmission shall automatically shift to second gear to decrease the rate of speed assisting the secondary braking system and slowing the vehicle.

TRANSMISSION COOLING SYSTEM

The transmission shall include a water to oil cooler system located in the cooling loop between the radiator and the engine. The transmission cooling system shall meet all transmission manufacturer requirements. The transmission cooling system shall feature continuous flow of engine bypass water to maintain uninterrupted transmission cooling.

TRANSMISSION DRAIN PLUG

The transmission shall include an original equipment manufacturer installed magnetic transmission fluid drain plug.

TRANSMISSION WARRANTY

The Allison EVS series transmission shall be warranted for a period of five (5) years with unlimited mileage. Parts and labor shall be included in the warranty.

PTO LOCATION

The transmission shall have two (2) power take off (PTO) mounting locations, one (1) in the 8:00 o’clock position and one (1) in the 4:00 o’clock position.

Page 128 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

DRIVELINE

All drivelines shall be heavy duty metal tube and equipped with Spicer 1710 series universal joints. The shafts shall be dynamically balanced prior to installation to alleviate future vibration. In areas of the driveline where a slip shaft is required, the splined slip joint shall be coated with Glide Coat®.

MIDSHIP PUMP / GEARBOX

A temporary jackshaft driveline shall be installed by the chassis manufacturer to accommodate the mid- ship split shaft pump as specified by the apparatus manufacturer.

The midship pump/gearbox provisions shall be for a Waterous CSUC20 pump.

PUMP SHIFT CONTROLS

One (1) air pump shift control panel shall be located on the left hand side of the engine tunnel, integrated with the shifter pod. The following shall be provided on the panel: a three (3) position control lever; an engraved PUMP ENGAGED identification light; and an engraved OK TO PUMP identification light. The pump shift control panel shall be black with a yellow border outline and shall include pump instructions. An instruction plate describing the transmission shift selector position used for pumping shall be provided and located so it can be read from the driver’s position per NFPA 16.10.1.3. The road mode shall be selected when the control lever is in the forward position and pump mode shall be selected when the control lever is in the rearward position.

The control lever center position shall exhaust air from both pump and road sides of the pump gear box shift cylinder.

PUMP SHIFT CONTROL PLUMBING

Air connections shall be provided from the air supply tank to the pump shift control valve and from the pump shift control valve to the frame mounted bracket. The frame mounted bracket shall include labeling identifying the pump and road connection points with threaded 0.25 inch NPT fittings on the solenoid for attaching the customer installed pump. The air supply shall be pressure protected from service brake system.

FUEL FILTER/WATER SEPARATOR

The fuel system shall have a Fleetguard FS1098 fuel filter/water separator as a primary filter. The fuel filter shall have a drain valve.

A water in fuel sensor shall be provided and wired to an instrument panel lamp and audible alarm to indicate when water is present in the fuel/water separator.

A secondary fuel filter shall be included as approved by the engine manufacturer.

FUEL LINES

The fuel system supply and return lines installed from the fuel tank to the engine shall be black textile braided lines which are reinforced with braided high tensile steel wire. The fuel lines shall be connected with reusable steel fittings.

Page 129 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

FUEL SHUTOFF VALVE

There shall be two (2) fuel shutoff valves which shall be installed, one (1) in the fuel draw line at the primary fuel filter and one (1) in the fuel outlet line at the primary fuel filter to allow the fuel filters to be changed without loss of fuel to the fuel pump.

A third fuel shutoff valve shall be installed in the fuel draw line, near the fuel tank to allow maintenance to be performed with minimal loss of fuel.

ELECTRIC FUEL PRIMER

Integral to the engine assembly is an electric lift pump that serves the purpose of pre-filter fuel priming.

FUEL COOLER

An aluminum cross flow air to fuel cooler shall be provided to lower fuel temperature allowing the vehicle to operate at higher ambient temperatures. The fuel cooler shall be located behind the rear axle.

FUEL TANK

The fuel tank shall have a capacity of sixty-eight (68) gallons and shall measure 35.00 inches in width X 17.00 inches in height X 29.00 inches in length. The baffled tank shall have a vent port to facilitate venting to the top of the fill neck for rapid filling without "blow-back" and a roll over ball check vent for temperature related fuel expansion and draw.

The tank is designed with dual draw tubes and sender flanges. The tank shall have 2.00 inch NPT fill ports for right or left hand fill. A 0.50 inch NPT drain plug shall be centered in the bottom of the tank.

The fuel tank shall be mounted below the frame, behind the rear axle. Two (2) three-piece strap hanger assemblies with “U” straps bolted midway on the fuel tank front and rear shall be utilized to allow the tank to be easily lowered and removed for service purposes. Rubber isolating pads shall be provided between the tank and the upper tank mounting brackets. Strap mounting studs through the rail, hidden behind the body shall not be acceptable.

FUEL TANK MATERIAL AND FINISH

The fuel tank shall be constructed of 12 gauge aluminized steel. The exterior of the tank shall be powder coated black and then painted to match the frame components.

All powder coatings, primers and paint shall be compatible with all metals, pretreatments and primers used. The cross hatch adhesion test per ASTM D3359 Method B, results to be 5B minimum. The pencil hardness test per ASTM D3363 shall have a final post-curved pencil hardness of H-2H. The direct impact resistance test per ASTM D2794, results to be 5B minimum.

Any proposals offering painted fuel tanks with variations from the above process shall not be accepted. The film thickness of vendor supplied parts shall also be sufficient to meet the performance standards as stated above.

Page 130 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

FUEL TANK STRAP MATERIAL

The fuel tank straps shall be constructed of ASTM A-36 steel. The fuel tank straps shall be powder coated black and then painted to match the frame components if possible.

FUEL TANK FILL PORT

The fuel tank fill ports shall be provided with two (2) left fill ports located one (1) in the forward position and one (1) in the middle position and the right fill port located in the middle position of the fuel tank.

A 1.50 inch diameter hole shall be provided in the left and right frame rails for vent hose routing provisions. The holes shall be located adjacent to the fuel tank and 5.13 inches up from the bottom of each rail.

FUEL TANK SERVICEABILTY PROVISIONS

The chassis fuel lines shall have additional length provided so the tank can be easily lowered and removed for service purposes. The additional 8.00 feet of length shall be located above the fuel tank and shall be coiled and secured. The fuel line fittings shall be pointed towards the right side (curbside) of the chassis.

FUEL TANK DRAIN PLUG

A 0.5 inch NPT magnetic drain plug shall be centered in the bottom of the fuel tank.

FRONT AXLE

The front axle shall include an independent front suspension (IFS) offering superior ride and improved handling.

The suspension shall utilize fully independent double wishbone arms with carrier and kingpin for optimized scrub radius. Air springs are tuned for ride and help reduce suspension weight. The IFS reduces turn radius with improved wheel cut over beam axles.

The hydraulic damper shall feature rebound control to ensure the maximum load stability and superior driver comfort. The IFS system shall improve handling and offer better braking because of improved ground to tire ratio. This design shall allow for independent adjustment of the vehicle’s alignment settings.

Proposals offering independent front axles comprised of torsion bar style suspensions shall not be considered.

FRONT AXLE WARRANTY

The front axle shall be warranted by Tuthill for three (3) years or 150,000 miles, which ever comes first.

FRONT WHEEL BEARING LUBRICATION

The front axle wheel bearings shall be lubricated with oil. The oil level can be visually checked via clear inspection windows in the front axle hubs.

Page 131 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

FRONT SHOCK ABSORBERS

Two (2) Koni shock absorbers shall be provided and installed as part of the front suspension system. Each shock shall deliver improved road handling and durability.

FRONT SUSPENSION

The independent front suspension (IFS) system shall improve handling and offer better braking because of improved ground to tire ratio. Lower spring rates and independent wheel travel shall reduce the shock within the wheel and feedback throughout the axle. Increased roll stiffness reduces chassis lean in cornering. The suspension travel of the IFS shall be approximately 6.50 inches, providing 3.00 inches jounce and 3.50 inches rebound of the suspension. This feature shall offer a smoother ride for personnel and sensitive equipment. The IFS front axle shall be rated between 18,000 and 20,000 pounds.

Proposals offering independent front axles comprised of torsion bar style suspensions shall not be considered.

STEERING COLUMN/ WHEEL

The cab shall include a Douglas Autotech steering column which shall include a seven (7) position tilt, a 2.25 inch telescopic adjustment, and an 18.00 inch, four (4) spoke steering wheel located at the driver’s position. The steering wheel shall be covered with black polyurethane foam padding.

The steering column shall contain a horn button, self-canceling turn signal switch, four-way hazard switch and dimmer switch.

ELECTRONIC POWER STEERING FLUID LEVEL INDICATOR

The power steering fluid shall be monitored electronically and shall send a signal to activate an audible alarm and visual warning in the instrument panel when fluid level falls below normal.

POWER STEERING PUMP

The hydraulic power steering pump shall be a Vickers V20F and shall be gear driven from the engine. The pump shall be a fixed displacement vane type. The power steering system shall include an oil to air passive cooler.

FRONT AXLE CRAMP ANGLE

The chassis shall have a front axle cramp angle of 53-degrees to the left and right.

POWER STEERING GEAR

The power steering gear shall be a TRW model TAS 85/RCS 85.

Page 132 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M CHASSIS ALIGNMENT

The chassis frame rails shall be measured to insure the length is correct and cross checked to make sure they run parallel and are square to each other. The front and rear axles shall be laser aligned. The front tires and wheels shall be aligned and toe-in set on the front tires by the chassis manufacturer.

REAR AXLE

The rear axle shall be a Meritor model RS-25-160 single drive axle. The axle shall include precision forged, single reduction differential gearing, and shall have a fire service rated capacity of 27,000 pounds.

The axle shall be built of superior construction and quality components to provide the rugged dependability needed to stand up to the fire industry’s demands. The axle shall include rectangular shaped, hot-formed housing with a standard wall thickness of 0.63 of an inch for extra strength and rigidity and a rigid differential case for high axle strength and reduced maintenance.

The axle shall have heavy-duty Hypoid gearing for longer life, greater strength and quieter operation. Industry-standard wheel ends for compatibility with both disc and drum brakes, and unitized oil seal technology to keep lubricant in and help prevent contaminant damage will be used.

REAR AXLE DIFFERENTIAL LUBRICATION

The rear axle differential shall be lubricated with oil.

REAR AXLE WARRANTY

The rear axle shall be warranted by Meritor for two (2) years with unlimited miles under the general service application.

REAR WHEEL BEARING LUBRICATION

The rear axle wheel bearings shall be lubricated with oil.

VEHICLE TOP SPEED

The top speed of the vehicle shall be approximately 68 MPH +/-2 MPH at governed engine RPM.

REAR SUSPENSION

The single rear axle shall feature a Reyco 79KB vari-rate, self-leveling captive slipper type parabolic five (5) leaf spring pack suspension with 57.50 inch X 3.00 inch springs. The suspension shall also utilize one (1) adjustable and one (1) fixed torque rod.

The rear suspension capacity shall be rated from 21,000 to 26,000 pounds.

REAR ADJUSTMENT

The rear ride height shall be increased 1.00 inch by the addition of one (1) 1.00 inch thick spacer installed between the springs and the axle. This spacer shall be in addition to any spacers that are normally provided for the specific chassis configuration and may cause the frame to not be level when loaded to the rated capacity of the axles.

Page 133 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M FRONT TIRE

The front tires shall be Michelin 365/70R-22.5 20PR "L" tubeless radial XZA highway tread.

The front tire stamped load capacity shall be 21,000 pounds per axle with a speed rating of 75 miles per hour when properly inflated to 125 pounds per square inch.

REAR TIRE

The rear tires shall be Michelin 12R-22.5 16PR "H" tubeless radial XDN2 all-weather tread.

The rear tire stamped load capacity shall be 27,120 pounds per axle with a nominal speed rating of 75 miles per hour when properly inflated to 120 pounds per square inch.

The Michelin Intermittent Service Rating maximum load capacity shall be 29,020 pounds per axle with a maximum speed of 75 miles per hour when properly inflated to 120 pounds per square inch.

The Michelin Intermittent Service Rating maximum speed capacity shall match the nominal speed rating.

The Michelin Intermittent Service Rating limits the operation of the emergency vehicle to no more than fifty (50) miles of continuous operation under maximum recommended payload, or without stopping for at least twenty (20) minutes. The emergency vehicle must reduce its speed to no more than 50 MPH after the first fifty (50) miles of travel.

REAR AXLE RATIO

The rear axle ratio shall be 5.13:1.

TIRE PRESSURE INDICATOR

There shall be electronic chrome LED valve caps which shall illuminate with a red LED when tire pressure drops 8psi provided. The valve caps are self-calibrating and set to the pressure of the tire upon installation.

FRONT WHEEL

The front wheels shall be Alcoa hub piloted, 22.50 inch X 10.50 inch polished aluminum wheels. The hub piloted mounting system shall provide easy installation and shall include two-piece flange nuts. The wheels shall feature one-piece forged strength and shall include Alcoa’s Dura- Bright® finish with XBR technology as an integral part of the wheel surface. Alcoa Dura-Bright® wheels keep their shine without polishing. Brake dust, grime and road debris are easily removed by simply cleaning the wheels with soap and water.

REAR WHEEL

The rear wheels shall be Alcoa hub piloted, 22.50 inch X 8.25 inch LvL One™ aluminum wheels with a polished outer surface and Alcoa Dura-Bright® wheel treatment with XBR® technology as an integral part of the wheel. The hub piloted mounting system shall provide easy installation and shall include two- piece flange nuts.

Page 134 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

BALANCE WHEELS AND TIRES

All of the wheels and tires, including any spare wheels and tire assemblies, shall be dynamically balanced. WHEEL TRIM

The front wheels shall include stainless steel lug nut covers and stainless steel baby moons. The baby moons shall have cutouts for oil seal viewing when applicable.

The rear wheels shall include stainless steel lug nut covers and band mounted spring clip stainless steel high hats.

The lug nut covers, baby moons, and high hats shall be RealWheels® brand constructed of 304L grade, non-corrosive stainless steel with a mirror finish. Each wheel trim component shall meet D.O.T. certification.

BRAKE SYSTEM

A rapid build-up air brake system shall be provided. The air brakes shall include a two (2) air tank, three (3) reservoir system with a total of 4152 cubic inch of air capacity. A floor mounted treadle valve shall be mounted inside the cab for graduated control of applying and releasing the brakes. An inversion valve shall be installed to provide a controlled service brake application during the unlikely event of primary air supply loss. All air reservoirs provided on the chassis shall be labeled for identification.

The rear axle spring brakes shall automatically apply in any situation when the air pressure falls below 25 PSI and shall include a mechanical means for releasing the spring brakes when necessary. An audible alarm shall designate when the system air pressure is below 60 PSI.

A four (4) sensor, four (4) modulator Anti-lock Braking System (ABS) shall be installed on the front and rear axles in order to prevent the brakes from locking or skidding while braking during hard stops or on icy or wet surfaces. This in turn shall allow the driver to maintain steering control under heavy braking and in most instances, shorten the braking distance. The electronic monitoring system shall incorporate diagonal circuitry which shall monitor wheel speed during braking through a sensor and tone ring on each wheel. A dash mounted ABS lamp shall be provided to notify the driver of a system malfunction. The ABS system shall automatically disengage the auxiliary braking system device when required. The speedometer screen shall be capable of reporting all active defaults using PID/SID and FMI standards.

Additional safety shall be accommodated through Automatic Traction Control (ATC) which shall be installed on the single rear axle. The ATC system shall apply the ABS when the drive wheels loose traction. The system shall scale the electronic engine throttle back to prevent wheel spin while accelerating on ice or wet surfaces. The ATC light shall illuminate during excessive wheel slip and ATC is operational.

A virtual style switch shall be provided and properly labeled “mud/snow”. When the switch is pressed once, the system shall allow a momentary wheel slip to obtain traction under extreme mud and snow conditions. During this condition the ATC light shall blink continuously notifying the driver of activation. Pressing the switch again shall deactivate the mud/snow feature.

Page 135 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

FRONT BRAKES

The front brakes shall be Bendix ADB 22X disc brakes with 17.00 inch vented rotors.

REAR BRAKES

The rear brakes shall be Meritor EX225 Disc Plus disc brakes with 17.00 inch vented rotors. PARK BRAKE

Upon application of the push-pull valve in the cab, the rear brakes will engage via mechanical spring force. This is accomplished by dual chamber rear brakes, satisfying the FMVSS parking brake requirements.

PARK BRAKE CONTROL

A Meritor-Wabco manual hand control push-pull style valve shall operate the parking brake system. The control shall be yellow in color.

The parking brake actuation valve shall be mounted in the switch panel. A horiztonal orientation guard shall be installed over the parking brake control to prevent accidental application or release.

AIR DRYER

The brake system shall include a Wabco System Saver 1200 air dryer with an integral heater with a Metri- Pack sealed connector. The air dryer incorporates an internal turbo cutoff valve that closes the path between the air compressor and air dryer purge valve during the compressor "unload" cycle. The turbo cutoff valve allows purging of moisture and contaminants without the loss of turbo boost pressure. The air dryer shall be mounted behind the battery box on the left hand side.

FRONT BRAKE CHAMBERS

The front brakes shall be provided with type 24 brake chambers as supplied with the independent front suspension axle.

REAR BRAKE CHAMBERS

The rear axle shall include TSE 24/30 H.O.T. (High Output Technology) brake chambers shall convert the energy of compressed air into mechanical force and motion. This shall actuate the brake camshaft, which in turn shall operate the foundational brake mechanism forcing the brake pads against the brake rotor.

AIR COMPRESSOR

The air compressor provided for the engine shall be a Wabco® SS318 single cylinder pass- through drive type compressor which shall be capable of producing 18.7 CFM at 1200 engine RPMs. The air compressor shall feature a higher delivery efficiency translating to more air delivery per horsepower absorbed. The compressor shall include an aluminum cylinder head which shall improve cooling, reduce weight and decrease carbon formation. Superior piston and bore finishing technology shall reduce oil consumption and significantly increasing the system component life.

Page 136 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

AIR GOVERNOR An air governor shall be provided to control the cut-in and cut-out pressures of the engine mounted air compressor. The governor shall be calibrated to meet FMVSS requirements. The air governor shall be located on the air dryer bracket behind the battery box. AUXILIARY AIR RESERVOIR One (1) auxiliary air reservoir with a 2084 cubic inch capacity shall be installed on the chassis to act as an additional reserve supply to the air system for air horn, air tool, or other non-service brake use. The reservoir shall be isolated with a 90 PSI pressure protection valve on the reservoir supply side to prevent depletion of the air to the air brake system.

MOISTURE EJECTORS A heated, automatic moisture ejector with a manual drain provision shall be installed on the wet tank of the air supply system. The reservoir located above the fuel tank shall have a manual cable actuation drain valve installed with an actuation pull cable routed to the nearest accessible location under the chassis. Manual pet-cock type drain valves shall be installed on all remaining reservoirs of the air supply system.

AIR SUPPLY LINES The air system on the chassis shall be plumbed with color coded reinforced nylon tubing air lines. The primary (rear) brake line shall be green, the secondary (front) brake line red, the parking brake line orange and the auxiliary (outlet) will be blue.

Brass compression type fittings shall be used on the nylon tubing. All drop hoses shall include fiber reinforced neoprene covered hoses.

AUXILIARY AIR CONNECTION An auxiliary air line shall be plumbed off the auxiliary air tank and routed inside the cab terminating under the center dash area.

AIR TANK SPACERS There shall be spacers included with the air tank mounting. The spacers shall move the air tanks 3.00 inches inward towards the center of the chassis. This shall provide clearance between the air tanks and the frame for body U-bolt clearance.

REAR AIR TANK MOUNTING If a combination of wheelbase, air tank quantity, or other requirements necessitate the location of one or more air tanks to be mounted rear of the fuel tank, these tank(s) will be mounted parallel to frame.

WHEELBASE The chassis wheelbase shall be 184.00 inches.

REAR The chassis rear overhang shall be 47.00 inches.

Page 137 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M FRAME

The frame shall consist of double rails running parallel to each other with cross members forming a ladder style frame. The frame rails shall be formed in the shape of a "C" channel, with the outer rail measuring 10.25 inches high X 3.50 inches deep upper and lower flanges X 0.38 inches thick with an inner channel of 9.44 inches high X 3.13 inches deep and 0.38 inches thick. Each rail shall be constructed of 110,000 psi minimum yield high strength low alloy steel. Each double rail section shall be rated by a Resistance Bending Moment (RBM) minimum of 3,213,100 inch pounds and have a minimum section modulus of 29.21 cubic inches. The frame shall measure 35.0 inches in width.

Proposals calculating the frame strength using the “box method” shall not be considered.

Proposals including heat treated rails shall not be considered. Heat treating frame rails produces rails that are not uniform in their mechanical properties throughout the length of the rail. Rails made of high strength, low alloy steel are already at the required yield strength prior to forming the rail.

A minimum of seven (7) fully gusseted 0.25 inch thick cross members shall be installed. The inclusion of the body mounting, or mounting shall not be considered as a cross member. The cross members shall be attached using zinc coated grade 8 fasteners. The bolt heads shall be flanged type, held in place by distorted thread flanged lock nuts. Each cross member shall be mounted to the frame rails utilizing a minimum of 0.25 inch thick gusset reinforcement plates at all corners balancing the area of force throughout the entire frame.

Any proposals not including additional reinforcement for each cross member shall not be considered.

All relief areas shall be cut in with a minimum 2.00 inch radius at intersection points with the edges ground to a smooth finish to prevent a stress concentration point.

The frame and cross members shall carry a lifetime warranty to the original purchaser. A copy of the frame warranty shall be made available upon request.

Proposals offering warranties for frames not including cross members shall not be considered.

FRAME WARRANTY

The frame and cross members shall carry a limited lifetime warranty to the original purchaser. The warranty period shall commence on the date the vehicle is delivered to the first end user.

REAR TOW DEVICE

The frame rails shall contain (6) holes per frame in a pattern specified for mounting tow eyes at the rear of the frame.

FRAME PAINT

The frame rails shall be hot dip galvanized prior to assembly and attachment of any components. The components that shall be galvanized shall include:

 Main frame “C” channel or channels

Page 138 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

The frame parts which are not galvanized shall be powder coated prior to any attachment of components. Parts which shall be powder coated shall include but are not limited to:  Steering gear bracket  Front splayed rails and fish plates  Bumper extensions  Cross members  Cross member gussets  Fuel tank mounting brackets  Fuel tank straps (unless material/finish is specified in 3130 subcat)  Air tanks (unless color coded tanks are specified in 3205 subcat)  Air tank mounting brackets  Exhaust mounting brackets  Air cleaner skid plate  Radiator skid plate  Battery supports, battery trays and battery covers

Other non-galvanized under carriage components which are received from the suppliers with coatings already applied shall include but are not limited to:

 Suspension components  Front and rear axles

All powder coatings, primers and paint used on the non-galvanized components shall be compatible with all metals, pretreatments and primers used. The cross hatch adhesion test per ASTM D3359 shall not have a fail of more than ten (10) squares. The pencil hardness test per ASTM D3363 shall have a final post-curved pencil hardness of H-2H. The direct impact resistance test per ASTM D2794 shall have an impact resistance of 120.00 inches per pound at 2 mils.

REAR MUD FLAP The unit shall be equipped with a temporary wooden and mud flap assembly for transport to the body manufacturer.

FRONT BUMPER The chassis shall be equipped with a severe duty front bumper constructed from structural steel channel. The bumper material shall be 0.38 thick ASTM A36 steel which shall measure 12.00 inches high with a 3.05 inch flange and shall be 99.00 inches wide with angled front corners.

The front bumper shall be extended approximately 21.00 inches ahead of the cab. The front bumper shall be painted the same as the lower cab color. The bumper shall include a reflective tape chevron with red and yellow stripes.

FRONT BUMPER APRON The 21.00 inch extended front bumper shall include an apron constructed of 0.19 inch thick embossed aluminum tread plate.

The apron shall be installed between the bumper and the front face of the cab affixed using stainless steel bolts attaching the apron to the top bumper flange.

Page 139 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M FRONT BUMPER COMPARTMENT CENTER The front bumper shall include a compartment in the bumper apron located in the center between the frame rails which may be used as a hose well. The compartment shall be constructed of 0.13 inch 5052- H32 grade aluminum and shall include drain holes in the bottom corners to allow excess moisture to escape. The compartment shall be the full size of available space in the apron from the cab fascia to the bumper and 38.00 inches wide X 10.88 inches deep. The clear opening shall be 37.75 inches wide. The compartment shall include a cover constructed of 0.19 inch thick bright embossed aluminum tread plate.

The front bumper compartment cover(s) shall include gas cylinder stays which shall hold the cover open. Each cover shall be held in the closed position via a D-ring style latch.

MECHANICAL SIREN The front bumper shall include an electro mechanical Federal Q2B™ siren, which shall be streamlined, chrome-plated and shall produce 123 decibels of sound at 10.00 feet. The Q2B™ siren produces a distinctive warning sound that is recognizable at long distances. A unique clutch design provides a longer coast down sound while reducing the amp draw to 100 amps. The siren shall measure 10.50 inches wide X 10.00 inches high X 14.00 inches deep. The siren shall include a pedestal mount to surface mount on a horizontal surface.

The siren shall be pedestal mounted on the bumper apron on the furthest outboard section of the bumper on the driver side.

AIR HORN The chassis shall include two (2) Grover brand Stutter Tone air horns which shall measure 24.50 inches long with a 6.00 inch round flare. The air horns shall be trumpet style with a chrome finish.

The air horns shall be recess mounted in the front bumper face, one (1) on the right side of the bumper in the outboard position relative to the right hand frame rail and one (1) on the left side of the bumper in the outboard position relative to the left hand frame rail.

Two (2) air reservoirs, with a 1200 cubic inch capacity each, shall be installed on the chassis to act as a supply tank for operating air horns. The reservoirs shall be isolated with a 90 PSI pressure protection valve on the reservoir supply side to prevent depletion of the air to the air brake system. Each of the two tanks will supply air to one horn independent of the other horn.

ELECTRONIC SIREN SPEAKER There shall be two (2) Cast Products Inc. model SA4301, 100 watt speakers provided. Each speaker shall measure 6.20 inches tall X 7.36 inches wide X 3.06 inches deep. Each speaker shall include a flat mounting flange which shall be polished aluminum.

The two (2) electronic siren speakers shall be located on the front bumper face outboard of the frame rails with one (1) on the right side and one (1) on the left side in the inboard positions.

FIRE BELL A chromed cast formed fireman’s bell shall be installed on the front bumper. The bell shall include an eagle perched at the top and feature a polished chrome finish. The bell shall measure approximately 17.50 inches in height from the top of the eagle to the base of the bell.

The fire bell shall be located on the right side of the bumper apron.

Page 140 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M FRONT BUMPER TOW HOOKS

Two (2) heavy duty tow hooks, painted to match the frame components, shall be installed below the front bumper in the forward position, bolted directly to the underside of each chassis frame rail with grade 8 bolts.

CAB TILT SYSTEM

The entire cab shall be capable of tilting approximately 45-degrees to allow for easy maintenance of the engine and transmission. The cab tilt pump assembly shall be located on the right side of the chassis above the battery box.

The electric-over-hydraulic lift system shall include an ignition interlock and red cab lock down indicator lamp on the tilt control which shall illuminate when holding the “Down” button to indicate safe road operation.

It shall be necessary to activate the master battery switch and set the parking brake in order to tilt the cab. As a third precaution the ignition switch must be turned off to complete the cab tilt interlock safety circuit.

Two (2) spring-loaded hydraulic hold down hooks located outboard of the frame shall be installed to hold the cab securely to the frame. Once the hold-down hooks are set in place, it shall take the application of pressure from the hydraulic cab tilt lift pump to release the hooks.

Two (2) cab tilt cylinders shall be provided with velocity fuses in each cylinder port. The cab tilt pivots shall be 1.90 inch ball and be anchored to frame brackets with 1.25 inch diameter studs.

A steel safety channel assembly, painted safety yellow shall be installed on the right side cab lift cylinder to prevent accidental cab lowering. The safety channel assembly shall fall over the lift cylinder when the cab is in the fully tilted position. A cable release system shall also be provided to retract the safety channel assembly from the lift cylinder to allow the lowering of the cab.

CAB TILT LIMIT SWITCH

A cab tilt limit switch shall be installed. The switch will effectively limit the travel of the cab when being tilted. The limit adjustment of the switch shall be preset by the chassis manufacturer to prevent damage to the cab or any bumper mounted option mounted in the cab tilt arc. Further adjustment to the limit by the apparatus manufacturer shall be available to accommodate additional equipment.

CAB TILT CONTROL RECEPTACLE

A 25.00 foot cab tilt control harness shall be provided on the right side of frame just behind the cab. This harness shall consist of an 8.00 foot harness connected to the tilt pump and a 17.00 foot extension harness with a six (6) pin Deutsch connector with cap for mounting in a compartment in the body. The remote control pendant shall include 20.00 feet of cable with a mating Deutsch connector. The remote control pendant shall be shipped loose with the chassis.

Page 141 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M CAB TILT LOCK DOWN INDICATOR

The cab dash shall include a message located within the dual air pressure gauge which shall alert the driver when the cab is unlocked and ajar. The alert message shall cease to be displayed when the cab is in the fully lowered position and the hold down hooks are secured and locked to the cab mounts.

In addition to the alert message an audible alarm shall sound when the cab is unlocked and ajar with the parking brake released.

CAB WINDSHIELD

The cab windshield shall have a surface area of 2825.00 square inches and be of a two (2) piece wraparound design for maximum visibility.

The glass utilized for the windshield shall include standard automotive tint. The left and right windshield shall be fully interchangeable thereby minimizing stocking and replacement costs.

Each windshield shall be installed using black self-locking window rubber.

GLASS FRONT DOOR

The front cab doors shall include a window which is 27.00 inches in width X 26.00 inches in height. These windows shall have the capability to roll down completely into the door housing. This shall be accomplished manually utilizing a crank style handle on the inside of the door. A reinforced window regulator assembly shall be provided for severe duty use.

There shall be an irregular shaped fixed window which shall measure 2.50 inches wide at the top, 8.0 inches wide at the bottom X 26.00 inches in height, more commonly known as “cozy glass” ahead of the front door roll down windows.

The windows shall be mounted within the frame of the front doors trimmed with a black anodized ring on the exterior.

The windows located in the left and right front doors shall include a dark gray automotive tint which shall allow forty-five percent (45%) light transmittance. The dark tint shall aid in cab cooling and help protect passengers from radiant solar energy.

GLASS REAR DOOR RH

The rear right hand side door shall include a window which is 27.00 inches in width X 26.00 inches in height. This window shall roll up and down manually utilizing a crank style handle on the inside of the door. A reinforced window regulator assembly shall be provided for severe duty use.

The window located in the right hand side rear window shall include a dark gray automotive tint which shall allow forty-five percent (45%) light transmittance. The dark tint shall aid in cab cooling and help protect passengers from radiant solar energy.

Page 142 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M GLASS REAR DOOR LH The rear left hand side door shall include a window which is 27.00 inches in width X 26.00 inches in height. This window shall roll up and down manually utilizing a crank style handle on the inside of the door. A reinforced window regulator assembly shall be provided for severe duty use.

The window located in the left hand side rear door shall include a dark gray automotive tint which shall allow forty-five percent (45%) light transmittance. The dark tint shall aid in cab cooling and help protect passengers from radiant solar energy.

GLASS SIDE MID RH The cab shall include a window on the right side behind the front and ahead of the crew door which shall measure 16.00 inches wide X 26.00 inches high. This window shall be fixed within this space and shall be rectangular in shape. The window shall be mounted using self-locking window rubber. The glass utilized for this window shall include a green automotive tint unless otherwise noted.

The window located on the right hand side of the cab between the front and rear doors shall include a dark gray automotive tint which shall allow forty-five percent (45%) light transmittance. The dark tint shall aid in cab cooling and help protect passengers from radiant solar energy.

GLASS SIDE MID LH The cab shall include a window on the left side behind the front door and ahead of the crew door and above the wheel well which shall measure 16.00 inches wide X 26.00 inches high. This window shall be fixed within this space and shall be rectangular in shape. The window shall be mounted using self-locking window rubber. The glass utilized for this window shall include a green automotive tint unless otherwise noted.

The window located on the left hand side of the cab between the front and rear doors shall include a dark gray automotive tint which shall allow forty-five percent (45%) light transmittance. The dark tint shall aid in cab cooling and help protect passengers from radiant solar energy.

CLIMATE CONTROL A ceiling mounted combination defroster and cabin heating and air conditioning system shall be located above the engine tunnel area. The system covers and plenums shall be of severe duty design made of aluminum which shall be coated with a customer specified interior paint. The design of the system’s covers shall provide quick access to washable air intake filters as well as easy access to other serviceable items.

The air delivery plenums provide targeted airflow directly to the vehicle occupants. Six (6) adjustable louvers will provide comfort for the front seat occupants and ten (10) adjustable louvers will provide comfort for the rear crew occupants.

The system shall be capable of producing up to 12 FPM of air velocity at all occupant seating positions. Separate front and rear blower motors shall be of brushless design and shall be controlled independently. It shall be capable of reducing the interior cabin air temperature from 122˚ F (+/- 3˚ F) to 80˚ F in thirty minutes with 50% relative humidity and full solar load as described in SAE J2646.

The system shall also provide heater pull up performance which meets or exceeds the performance requirements of SAE J1612 as well as defrost performance that meets or exceeds the performance requirements of SAE J381.

Page 143 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M A gravity drain system shall be provided that is capable of evacuating condensate from the vehicle while on a slope of up to a 13% grade in any direction.

The air conditioning system plumbing shall be a mixture of custom bent zinc coated steel fittings and Aeroquip flexible hose with Aeroquip EZ-Clip fittings.

The overhead heater/defroster plumbing shall include an electronic flow control valve that re- directs hot coolant away from the evaporator, via a bypass loop, as the temperature control is moved toward the cold position.

Any component which needs to be accessed to perform system troubleshooting shall be accessible by one person using basic hand tools. Regularly serviced items shall be replaceable by one person using basic hand tools.

Individual component level BTU ratings is not an accurate indicator of the performance capability of the completed system. System individual component BTU ratings:

Air conditioning evaporator total BTU/HR: 82,000 Air conditioning condenser total BTU/HR: 59,000 Heater coil total BTU/HR: 98,000

Performance data specified is based on testing performed by an independent third-party test facility using a medium four-door 10” Raised roof chassis equipped with an ISL engine.

CLIMATE CONTROL DRAIN

The climate control system shall include a gravity drain for water management. The gravity drain shall remove condensation from the air conditioning system without additional mechanical assistance.

CLIMATE CONTROL ACTIVATION

The heating, defrosting and air conditioning controls shall be located on the center dash panel in the upper left hand side, in a position which is easily accessible to the driver. The climate control shall be activated by a rotary switch.

HVAC OVERHEAD COVER PAINT The overhead HVAC cover shall be painted with a multi-tone silver gray texture finish.

A/C CONDENSER LOCATION A roof mounted A/C condenser shall be installed centered on the cab forward of the raised roof against the slope rise.

A/C COMPRESSOR The air-conditioning compressor shall be a belt driven, engine mounted compressor. The compressor shall be compatible with R134-a refrigerant.

Individual component level ratings are not an accurate indicator of the performance capability of the completed system.

Refrigerant Compressor displacement: 19.1 cubic inches per revolution.

Page 144 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M UNDER CAB INSULATION

The underside of the cab tunnel surrounding the engine and the underside of the entire cab floor shall be lined with multi-layer insulation, engineered for application inside diesel engine compartments. In addition, the insulation on the underside of the cab floor shall have an expanded metal overlay to assist in retaining the insulation tight against the cab and the insulation inside the tunnel shall have a removable aluminum overlay installed to protect the insulation and assist in retaining the insulation tight against the engine tunnel surfaces.

The insulation shall act as a noise barrier, absorbing noise thus keeping the decibel level in the cab well within NFPA recommendations. As an additional benefit, the insulation shall assist in sustaining the desired temperature within the cab interior.

The engine tunnel insulation shall measure approximately 0.75 inch thick including a vertically lapped polyester fiber layer, a 1.0 lb/ft² PVC barrier layer, an open cell foam layer, and a moisture and heat reflective foil facing reinforced with a woven fiberglass layer. The foil surface acts as protection against moisture and other contaminants. The insulation shall meet or exceed FMVSS 302 flammability test.

The cab floor insulation shall measure 0.56 inch thick including a 1.0#/sf PVC barrier and a moisture and heat reflective foil facing, reinforced with fiberglass strands. The foil surface acts as protection against moisture and other contaminants. The insulation shall meet or exceed FMVSS 302 flammability test.

The insulation shall be cut precisely to fit each section and sealed for additional heat and sound deflection. The insulation shall be held in place by 3 mils of acrylic pressure sensitive adhesive and aluminum pins with hard hat, hold in place fastening heads.

INTERIOR TRIM FLOOR

The floor of the cab shall be covered with a multi-layer mat consisting of 0.25 inch thick sound absorbing closed cell foam with a 0.06 inch thick non-slip vinyl surface with a pebble grain finish. The covering shall be held in place by a pressure sensitive adhesive and embossed treadplate trim that shall wrap 2” horizontally and vertically. All exposed seams shall be sealed with silicone caulk matching the color of the floor mat to reduce the chance of moisture and debris retention.

INTERIOR TRIM

The cab interior shall include trim on the front ceiling, rear crew ceiling, and the cab walls. It shall be easily removable to assist in maintenance. The trim shall be constructed of insulated vinyl over a hard board backing.

REAR WALL INTERIOR TRIM

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

HEADER TRIM

The cab interior shall feature header trim over the driver and officer dash constructed of 5052- H32 Marine Grade, 0.13 inch thick aluminum.

Page 145 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M TRIM CENTER DASH The main center dash area shall be constructed of 5052-H32 Marine Grade, 0.13 inch thick aluminum plate. There shall be four (4) holes located on the top of the dash near each outer edge of the electrical access cover for ventilation. The center dash electrical access cover shall include a gas cylinder stay which shall hold the cover open during maintenance.

TRIM LH DASH The left hand dash shall be constructed of 5052-H32 Marine Grade, 0.13 inch thick aluminum plate for a perfect fit around the instrument panel. For increased occupant protection the extreme duty left hand dash utilizes patent pending break away technology to reduce rigidity in the event of a frontal crash. The left hand dash shall offer lower vertical surface area to the left and right of the steering column to accommodate control panels.

TRIM RH DASH The right hand dash shall be constructed of 5052-H32 Marine Grade, 0.13 of an inch thick aluminum plate and shall include a glove compartment with a hinged door and a Mobile Data Terminal (MDT) provision. The glove compartment size will measure 14.00 inches wide X 6.38 inches high X 5.88 inches deep. The MDT provision shall be provided above the glove compartment.

ENGINE TUNNEL TRIM The cab engine tunnel shall be covered with a multi-layer mat consisting of 0.25 inch closed cell foam with a 0.06 inch thick non-slip vinyl surface with a pebble grain finish. The mat shall be held in place by pressure sensitive adhesive. The engine tunnel mat shall be trimmed with anodized aluminum stair nosing trim for an aesthetically pleasing appearance.

POWER POINT DASH MOUNT The cab shall include a dual universal serial bus (USB) charging receptacle in the cab dash offset to the right hand side below the center switch panel to provide a power source for USB chargeable electrical equipment. The dual USB receptacle shall include two ports and shall be capable of up to a 5 Volt 2.1 amp output. Port 1 is optimized for fast charging at 1 amp. Port 2 is optimized for fast charging up to 2.1 amps, when used individually. The receptacles shall be wired battery direct.

AUXILIARY POWER POINT ENGINE TUNNEL The cab interior shall include a universal serial bus (USB) charging receptacle to provide a power source for USB chargeable electrical equipment. The dual USB receptacle shall include two ports and shall be capable of up to a 5 Volt 2.1 amp output. Port 1 is optimized for fast charging at 1 amp. Port 2 is optimized for fast charging up to 2.1 amps, when used individually. The receptacles shall be wired battery direct. The receptacle shall be located in the mirror control switch panel in the extreme duty dash near the transmission shift module on the tunnel.

STEP TRIM Each cab entry door shall include a three step entry. The first step closest to the ground shall be constructed of polished 5052 H32 aluminum Grip Strut® grating with angled outer corners. The grating shall allow water and other debris to flow through rather than becoming trapped within the stepping surface. The lower step shall be mounted to a frame which is integral with the construction of the cab for rigidity and strength. The middle step shall be integral with the cab construction and shall be trimmed in 0.08 inch thick 3003-H22 embossed aluminum tread plate.

Page 146 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

STEP TRIM KICKPLATE

The cab steps shall include a kick plate in the rise of each step. The risers shall be trimmed in 3003-H22 bright aluminum tread-plate which is 0.07 inch thick.

UNDER CAB ACCESS DOOR

The cab shall include an access door in the left crew step riser constructed of aluminum tread plate with a push and turn latch. The under cab access door shall provide access to the diesel exhaust fluid fill.

INTERIOR DOOR TRIM

The interior trim on the doors of the cab shall consist of an aluminum panel constructed of Marine Grade 5052-H32 0.13 of an inch thick aluminum plate. The door panels shall include a painted finish.

INTERIOR GRAB HANDLE "A" PILLAR

There shall be two (2) rubber covered 11.00 inch grab handles installed inside the cab, one on each “A” post at the left and right door openings. The left handle shall be located 7.88 inches above the bottom of the door window opening and the right handle shall be located 2.88 inches above the bottom of the door window opening. The handles shall assist personnel in entering and exiting the cab.

INTERIOR GRAB HANDLE FRONT DOOR

Each front door shall include one (1) ergonomically contoured 9.00 inch cast aluminum horizontal grab handle which shall be located at the upper-most center of the door panel, and one (1) 9.00 inch vertical grab handle which shall be located outboard of the paddle latch at the center of the door panel. Each handle shall feature a DA sand finish and assist personnel entering and exiting the cab.

INTERIOR GRAB HANDLE REAR DOOR

A DA sanded cast aluminum assist handle shall be provided on the inside of each rear crew door. A 30.00 inch long handle shall extend horizontally the width of the window just above the window sill. The handle shall assist personnel in exiting and entering the cab.

INTERIOR SOFT TRIM COLOR

The cab interior soft trim surfaces shall be gray in color.

INTERIOR TRIM SUNVISOR The header shall include two (2) sun visors, one each side forward of the driver and officer seating positions above the windshield. Each sun visor shall be constructed of Masonite and covered with padded vinyl trim.

INTERIOR FLOOR MAT COLOR The cab interior floor mat shall be gray in color.

CAB PAINT INTERIOR The inner door panel surfaces shall feature a medium gray Spar-Liner spray on bedliner coating.

Page 147 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M HEADER TRIM INTERIOR PAINT

The metal surfaces in the header area shall feature a medium gray Spar-Liner spray on bedliner coating.

TRIM CENTER DASH INTERIOR PAINT

The entire center dash and any accessory pods attached to the dash shall feature a medium gray Spar- Liner spray on bedliner coating.

TRIM LEFT HAND DASH INTERIOR PAINT

The left hand dash shall feature a medium gray Spar-Liner spray on bedliner coating.

TRIM RIGHT HAND DASH INTERIOR PAINT

The right hand dash shall feature a medium gray Spar-Liner spray on bedliner coating.

DASH PANEL GROUP

The main center dash area shall include three (3) aluminum removable panels located one (1) to the right of the driver position, one (1) in the center of the dash and one (1) to the left of the officer position. The panels shall be coated with a black texture finish. The center panel shall be within comfortable reach of both the driver and officer.

SWITCHES CENTER PANEL

The center dash panel shall include no rocker switches or legends.

SWITCHES LEFT PANEL

The left dash panel shall include three (3) switches. Two (2) of the switches shall be rocker type and the left one (1) shall be the windshield wiper/washer control switch.

A rocker switch with a blank legend installed directly above shall be provided for any position not designated by a specific option. The non-designated switches shall be two-position, black switches with a green indicator light. Each blank switch legend can be custom engraved by the body manufacturer. All switch legends shall have backlighting provided.

SWITCHES RIGHT PANEL The right dash panel shall six (6) rocker switch positions in a three (3) over three (3) switch configuration.

A rocker switch with a blank legend installed directly above shall be provided for any position without a switch and legend designated by a specific option. The non-specified switches shall be two-position, black switches with a green indicator light. Each blank switch legend can be custom engraved by the body manufacturer. All switch legends shall have backlighting provided.

SEAT BELT WARNING A Weldon seat belt warning system, integrated with the Vehicle Data Recorder system, shall be installed for each seat within the cab. The system shall provide a visual warning indicator in the Vista display and control screen(s), an indicator light in the instrument panel, and an audible alarm.

Page 148 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M The warning system shall activate when any seat is occupied with a minimum of 60 pounds, the corresponding seat belt remains unfastened, and the park brake is released. The warning system shall also activate when any seat is occupied, the corresponding seat belt was fastened in an incorrect sequence, and the park brake is released. Once activated, the visual indicators and audible alarm shall remain active until all occupied seats have the seat belts fastened.

SEAT MATERIAL

The Bostrom Firefighter seats shall include a covering of extra high strength, wear resistant vinyl made of durable Vinyl. A PVC coating shall be bonded to the back side of the material to help protect the seats from UV rays and from being saturated or contaminated by fluids. Vinyl meets or exceeds specification of the common trade name Imperial 1800. The material meets FMVSS 302 flammability requirements.

If applicable, Theatre style seats located in the cab shall be high strength, wear resistant vinyl made of durable ballistic polyester. A PVC coating shall be bonded to the back side of the material to help protect the seats from UV rays and from being saturated or contaminated by fluids.

SEAT COLOR All seats supplied with the chassis shall be gray in color. All seats shall include red seat belts.

SEAT BACK LOGO The seat back shall include the Brownsville Fire Department logo. The logo shall be centered on the standard headrest of the seat back and on the left side of a split headrest.

SEAT DRIVER The driver's seat shall be an H.O. Bostrom 500 Series Firefighter Sierra model seat. The seat shall feature eight-way electric positioning. The eight positions shall include up and down, fore and aft with 8.00 inches of travel, back angle adjustment and seat rake adjustment. The seat shall feature integral springs to isolate shock.

The seat shall feature an all belts to seat (ABTS) style of safety restraint. The ABTS feature shall include a three-point shoulder harness with the lap belt, automatic retractor and buckle as an integral part of the seat assembly. The ABTS feature shall also include the RiteHite™ shoulder adjustment feature to provide enhanced comfort and safety by allowing customized seat belt fit.

The minimum vertical dimension from the seat H-point to the ceiling for this belted seating position shall be 35.00 inches measured with the seat height adjusted to the lowest position of travel.

This model of seat shall have successfully completed the static load tests set forth by FMVSS 207, 209, and 210 in effect at the time of manufacture. This testing shall include a simultaneous forward load of 3000 pounds each on the lap and shoulder belts and twenty (20) times the weight through the center of gravity.

The materials used in construction of the seat shall also have successfully completed testing with regard to the flammability of materials used in the occupant compartments of motor vehicles as outlined in FMVSS 302, of which dictates the allowable burning rate of materials in the occupant compartments of motor vehicles.

Page 149 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M SEAT BACK DRIVER The driver’s seat shall include a standard seat back incorporating the all belts to seat feature (ABTS). The seat back shall feature a contoured head rest.

SEAT MOUNTING DRIVER The driver’s seat shall be installed in an ergonomic position in relation to the cab dash.

OCCUPANT PROTECTION DRIVER The driver’s position shall be equipped with the an Protection System. The system shall selectively deploy integrated systems to protect against injuries in qualifying frontal impact, side impact, and rollover events. The increase in survivable space and security of the system shall also provide ejection mitigation protection.

The driver’s seating area system shall include:

 Advanced seat belt system - retractor pre-tensioner tightens the seat belt around the driver, securing the occupant in the seat and the load limiter plays out some of the seat belt webbing to reduce seat belt to chest and torso force upon impact as well as mitigate head and neck injuries.

 Large side curtain airbag - protects the driver’s head, neck, and upper body from dangerous cab side surfaces and contact points with intrusive surfaces as a result of a collision as well as provides ejection mitigation protection to the driver in a qualifying event by covering the window and the upper portion of the door.

 Dual knee airbags with energy management mounting protects the driver's lower body from dangerous surface contact injuries, acceleration injuries, and from intrusion as well as locks the lower body in place so the upper body shall be slowed by the load limiting seat belt.

 Steering wheel airbag - protects the driver’s head, neck, and upper torso from contact injuries, acceleration injuries, and contact points with intrusive surfaces as a result of a collision.

SEAT OFFICER The officer's seat shall be a H.O. Bostrom 500 Series Sierra seat model. The seat shall feature a tapered and padded seat, and cushion. The seat shall be mounted in a fixed position.

The seat shall feature an all belts to seat (ABTS) style of safety restraint. The ABTS feature shall include a three-point shoulder harness with the lap belt and automatic retractor as an integral part of the seat assembly. The buckle portion of the seat belt shall extend from the seat base towards the driver position within easy reach of the occupant. The ABTS feature shall also include the RiteHite™ shoulder adjustment feature to provide enhanced comfort and safety by allowing customized seat belt fit. The minimum vertical dimension from the seat H-point to the ceiling for this belted seating position shall be 35.00 inches. This model of seat shall have successfully completed the static load tests by FMVSS 207/210. This testing shall include a simultaneous forward load of 3000 pounds each on the lap and shoulder belts and twenty (20) times the weight through the center of gravity. This model of seat installed in the cab model, as specified, shall have successfully completed the dynamic sled testing using FMVSS 208 as a guide with the following accommodations. In order to reflect the larger size outfitted firefighters, the test dummy used shall be a 95th percentile hybrid III male weighing 225 pounds rather than the 50th percentile male

Page 150 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M dummy weighing 165 pounds as referenced in FMVSS 208. The model of seats shall also have successfully completed the flammability of materials used in the occupant compartments of motor vehicles as outlined in FMVSS 302, of which decides the burning rate of materials in the occupant compartments of motor vehicles.

SEAT BACK OFFICER

The officer’s seat back shall include an IMMI brand SmartDock® Gen 2 hands-free self-contained breathing apparatus (SCBA) holder. The hands-free holder shall meet NFPA 1901-03 9G dynamic requirements for cylinder restraint systems for use in crew compartments of emergency response vehicles. The bracket shall accommodate and secure most types of self-contained breathing apparatus cylinders.

The hands-free holder shall consist of a back plate, bottom cradle, non-marring top claws, and claw height adjustment knob. The height adjustment knob shall allow for easy adjustment of the claws to the SCBA. The hands-free holder's claws shall lock from inertial forces to prevent the SCBA from becoming a projectile in the event of a crash to meet the NFPA 1901-03 standard for SCBA retention. The SCBA holder shall offer single-motion insertion into the claws and hands- free release when the SCBA fitted seat occupant rises.

The seat back shall include a removable padded cover which shall be provided over the SCBA cavity.

SEAT MOUNTING OFFICER

The officer’s seat shall offer a special mounting position which is approximately 2.50 inches rearward of the standard location offering increased leg room for the occupant. The front face of the officer’s under seat storage box shall be modified 8.13 inches rearward for floor storage below the seat eliminating the under seat storage compartment and access door.

OCCUPANT PROTECTION OFFICER

The officer’s position shall be equipped with an Protection System (APS). The system shall selectively deploy integrated systems to protect against injuries in qualifying frontal impact, side impact, and rollover events. The increase in survivable space and security of the system shall also provide ejection mitigation protection.

The officer’s seating area system shall include:

 Advanced seat belt system - retractor pre-tensioner tightens the seat belt around the officer, securing the occupant in the seat and the load limiter plays out some of the seat belt webbing to reduce seat belt to chest and torso force upon impact as well as mitigate head and neck injuries.

 Large side curtain airbag - protects the officer’s head, neck, and upper body from dangerous cab side surfaces and contact points with intrusive surfaces as a result of a collision as well as provides ejection mitigation protection to the officer in a qualifying event by covering the window and the upper portion of the door.

 Knee airbags - protects the officer's lower body from dangerous surface contact injuries, acceleration injuries, and from contact points with intrusive surfaces as a result of a collision as well as locks the lower body in place so the upper body shall be slowed by the load limiting seat belt.

Page 151 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M POWER SEAT WIRING The power seat or seats installed in the cab shall be wired directly to battery power.

SEAT BELT ORIENTATION CREW The crew position seat belts shall follow the standard orientation which extends from the outboard shoulder extending to the inboard hip.

SEAT FORWARD FACING OUTER LOCATION The crew area shall include two (2) forward facing outboard seats, which include one (1) located next to the outer wall of the cab on the left side of the cab and one (1) located next to the outer wall on the right side of the cab.

SEAT CREW FORWARD FACING OUTER The crew area shall include a seat in the forward facing outer position which shall be a H.O. Bostrom 500 Series Firefighter model seat. The seat shall feature a tapered and padded seat, and cushion. The seat shall be mounted in a fixed position. The seat and cushion shall be hinged and compact in design for additional room. The seat shall include a “Fold and Hold” feature so that the cushion shall remain in the seated position and simply touched to flip up.

The seat shall feature an all belts to seat (ABTS) style of safety restraint. The ABTS feature shall include a three-point shoulder harness with the lap belt and automatic retractor as an integral part of the seat assembly. The buckle portion of the seat belt shall extend from the seat base towards the driver position within easy reach of the occupant. The ABTS feature shall also include the RiteHite™ shoulder adjustment feature to provide enhanced comfort and safety by allowing customized seat belt fit.

The minimum vertical dimension from the seat H-point to the ceiling for each belted seating position shall be 35.00 inches.

This model of seat shall have successfully completed the static load tests by FMVSS 207/210. This testing shall include a simultaneous forward load of 3000 pounds each on the lap and shoulder belts and twenty (20) times the weight through the center of gravity. This model of seat installed in the cab model, as specified, shall have successfully completed the dynamic sled testing using FMVSS 208 as a guide with the following accommodations. In order to reflect the larger size outfitted firefighters, the test dummy used shall be a 95th percentile hybrid III male weighing 225 pounds rather than the 50th percentile male dummy weighing 165 pounds as referenced in FMVSS 208. The model of seats shall also have successfully completed the flammability of materials used in the occupant compartments of motor vehicles as outlined in FMVSS 302, of which decides the burning rate of materials in the occupant compartments of motor vehicles.

SEAT BACK FORWARD FACING OUTER The crew area seat backs shall include an IMMI brand SmartDock® Gen 2 hands-free self-contained breathing apparatus (SCBA) holder. The hands-free holder shall meet NFPA 1901-03 9G dynamic requirements for cylinder restraint systems for use in crew compartments of emergency response vehicles. The bracket shall accommodate and secure most types of self- contained breathing apparatus cylinders.

The hands-free holder shall consist of a back plate, bottom cradle, non-marring top claws, and claw height adjustment knob. The height adjustment knob shall allow for easy adjustment of the claws to the SCBA.

Page 152 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M The hands-free holder's claws shall lock from inertial forces to prevent the SCBA from becoming a projectile in the event of a crash to meet the NFPA 1901-03 standard for SCBA retention. The SCBA holder shall offer single-motion insertion into the claws and hands- free release when the SCBA fitted seat occupant rises.

The seat back shall include a removable padded cover which shall be provided over the SCBA cavity.

SEAT MOUNTING FORWARD FACING OUTER

The forward facing outer seat shall be mounted inboard from the side wall for additional clearance facing the front of the cab.

OCCUPANT PROTECTION FFO

The forward facing outer seat position(s) shall be equipped with a Protection System. The system shall selectively deploy integrated systems to protect against injuries in qualifying frontal impact, side impact, and rollover events. The increase in survivable space and security of the system shall also provide ejection mitigation protection.

Each forward facing outer seating position system shall include:

 Advanced seatbelt system - retractor pre-tensioners tighten the seat belts around each occupant, securing the occupants in seats and load limiters play out some of the seat belt webbing to reduce seat belt to chest and torso force upon impact as well as mitigate head and neck injuries.

 Side curtain airbag - protects each occupant's head, neck, and upper body from dangerous cab side surfaces and contact points with intrusive surfaces as a result of a collision as well as provides ejection mitigation protection to each occupant in a qualifying event by covering the windows and walls adjacent to each seating position with an airbag custom designed for each cab configuration.

SEAT FRAME FORWARD FACING

The forward facing center seating positions shall include an enclosed style seat frame located and installed at the rear wall. The seat frame shall measure 62.38 inches wide X 12.38 inches high X 20.00 inches deep. The seat frame shall be constructed of Marine Grade 5052-H32 0.19 inch thick aluminum plate. The forward corners of the bench shall be chamfered 45-degrees X 4.00 inches.

SEAT FRAME FORWARD FACING STORAGE ACCESS

There shall be two (2) access points to the storage area centered on the front of the seat frame. Each access point shall be covered by a hinged door to allow access for storage in the seat box.

SEAT MOUNTING FORWARD FACING CENTER

The forward facing center seats shall be installed facing the front of the cab.

CAB FRONT UNDERSEAT STORAGE ACCESS DOOR

The left under seat storage area shall have a solid aluminum hinged door with non-locking latch.

Page 153 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M SEAT COMPARTMENT DOOR FINISH

All underseat storage compartment access doors shall feature a medium gray Spar-Liner spray on bedliner coating.

WINDSHIELD WIPER SYSTEM

The cab shall include a dual arm wiper system which shall clear the windshield of water, ice and debris. There shall be two (2) windshield wipers; each shall be affixed to a radial arm. The wiper motor shall be activated by an intermittent wiper control located within easy reach of the driver’s position.

ELECTRONIC WINDSHIELD FLUID LEVEL INDICATOR

The level shall be monitored electronically. When the washer fluid level becomes low the yellow “Check Message Center” indicator light on the instrument panel shall illuminate and the message center in the dual air pressure gauge shall display a “Check Washer Fluid Level” message.

CAB DOOR HARDWARE

The cab entry doors shall be equipped with exterior pull handles, suitable for use while wearing firefighter gloves. The handles shall be made of aluminum with a chrome plated finish.

The interior exit door handles shall be flush paddle type with a black finish, which are incorporated into the upper door panel.

All cab entry doors shall include locks which are keyed alike. The door locks shall be designed to prevent accidental lockout.

DOOR LOCKS

The cab entry doors shall include a Controller Area Network (CAN) based electronic door lock system which shall include two (2) external keypads, one (1) located on the left side next to the front grab handle and one (1) on the right side next to the front grab handle. There shall be one (1) red rocker switch provided on the inside of each front cab entry door to actuate the cab door locks. Each door lock may also be manually actuated from the inside of the cab by means of a red knob located on the paddle handle of the respective door. The electronic door lock system shall include four (4) key fobs for actuation with buttons for cab entry door locks and for compartment door locks.

When the doors are unlocked using the external keypad or the key fobs the interior dome lights shall illuminate and remain on for a period of twenty (20) seconds. The interior dome safety feature shall require the interior lighting power to be battery direct.

Wiring shall also be provided for up to four (4) exterior cab compartments and up to four (4) body compartments.

GRAB HANDLES

The cab shall include one (1) 18.00 inch three-piece knurled aluminum, anti-slip exterior assist handle, installed behind each cab door. The assist handle shall be made of extruded aluminum with a knurled finish to enable non-slip assistance with a gloved hand.

Page 154 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M POWER DOOR LOCK COMPARTMENT ACTIVATION

The power door lock feature shall include activation for exterior compartment door locks through the key fob and keypads.

REARVIEW MIRRORS

Retrac Aerodynamic West Coast style dual vision mirror heads model 613305 shall be provided and installed on each of the front cab doors. The mirrors shall be mounted via 1.00 inch diameter tubular stainless steel arms to provide a rigid mounting to reduce mirror vibration. The mirrors shall measure 8.00 inches wide X 19.00 inches high and shall include an integral convex mirrors installed in the mirror head below the flat glass to provide a wider field of vision. The flat and convex mirrors shall be motorized with remote horizontal and vertical adjustment.

The control switches shall be mounted within easy reach of the driver. The flat and convex mirrors shall be heated for defrosting in severe cold weather conditions.

The mirrors shall be constructed of a vacuum formed chrome plated ABS plastic housing that is corrosion resistant and shall include the finest quality non-glare glass.

REARVIEW MIRROR HEAT SWITCH The heat for the rearview mirrors shall be controlled through a rocker switch on the dash in the switch panel.

EXTERIOR TRIM REAR CORNER There shall be an overlay of 3003-H22 aluminum tread plate which shall be 0.07 inches thick on the outside corners at the back of the cab. The overlay shall wrap 1.00 inches forward on the sides of the cab and 12.00 inches inboard on the rear wall.

CAB FENDER Full width wheel well liners shall be installed on the extruded cab to limit road splash and enable easier cleaning. Each two-piece liner shall consist of an inner liner 16.00 inches wide made of vacuum formed ABS composite and an outer fenderette 5.00 inches wide made of polished aluminum.

IGNITION A master battery system with a keyless start ignition system shall be provided. Each system shall be controlled by a one-quarter turn Cole Hersee switch, both of which shall be mounted to the left of the steering wheel on the dash. A chrome push type starter button shall be provided adjacent to the master battery and ignition switches.

Each switch shall illuminate a green LED indicator light on the dash when the respective switch is placed in the “ON” position.

The starter button shall only operate when both the master battery and ignition switches are in the “ON” position.

BATTERY The single start electrical system shall include six (6) Harris BCI 31 925 CCA batteries with a 210 minute reserve capacity and 4/0 welding type dual path starter cables per SAE J541.

Page 155 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M BATTERY TRAY

The batteries shall be installed within two (2) steel battery trays located on the left side and right side of the chassis, securely bolted to the frame rails. The battery trays shall be coated with the same material as the frame.

The battery trays shall include drain holes in the bottom for sufficient drainage of water. A durable, non- conducting, interlocking mat made by Dri-Dek shall be installed in the bottom of the trays to allow for air flow and help prevent moisture build up. The batteries shall be held in place by non-conducting phenolic resin hold down boards.

BATTERY BOX COVER

Each battery box shall include a stainless steel cover which protects the top of the batteries. Each cover shall be coated the same as the frame and shall include flush latches which shall keep the cover secure as well as a chrome handle for convenience when opening.

BATTERY CABLE

The starting system shall include cables which shall be protected by 275 degree F. minimum high temperature flame retardant loom, sealed at the ends with heat shrink and sealant.

BATTERY JUMPER STUD

The starting system shall include battery jumper studs. These studs shall be located in the forward most portion of the driver's side lower step, 8.00 inches apart. The studs shall allow the vehicle to be jump started, charged, or the cab to be raised in an emergency in the event of battery failure.

ALTERNATOR

The charging system shall include a 320 amp Leece-Neville 12 volt alternator. The alternator shall include a self-exciting integral regulator.

STARTER MOTOR

The single start electrical system shall include a Delco brand starter motor.

BATTERY CONDITIONER

A Kussmaul Auto Charge 40 LPC battery conditioner shall be supplied. The battery conditioner shall provide a 40 amp output for the chassis batteries and a 15 amp output circuit for accessory loads. The battery conditioner shall be mounted in the cab in the LH rear facing outer seating position.

BATTERY CONDITIONER DISPLAY

A Kussmaul battery conditioner display shall be supplied. The battery conditioner display shall be mounted in front of the left side door just below the windshield.

Page 156 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M AUXILIARY AIR COMPRESSOR

A Kussmaul Pump 12V air compressor shall be supplied. The air compressor shall be installed behind the driver's seat. The air compressor shall be plumbed to the air brake system to maintain air pressure. The air compressor shall include an auto drain as an extra precaution to prevent moisture from entering the air system. The automatic moisture drain shall be plumbed into the system between the auxiliary air compressor pump and the air tanks.

ELECTRICAL INLET LOCATION

An electrical inlet shall be installed on the left hand side of the cab ahead of the front door in the mid position.

ELECTRICAL INLET

A Kussmaul 20 amp super auto-eject electrical receptacle shall be supplied. It shall automatically eject the plug when the starter button is depressed.

A single item or an addition of multiple items must not exceed the rating of the electric inlet that it’s connected to.

ELECTRICAL INLET CONNECTION

The electrical inlet shall be connected to the battery conditioner.

ELECTRICAL INLET COLOR

The electrical inlet connection shall include a yellow cover.

HEADLIGHTS

The cab front shall include four (4) rectangular LED with separate high and low beams mounted in bright chrome bezels.

The headlights shall be located on the front fascia of the cab directly below the front warning lights.

FRONT TURN SIGNALS

The front fascia shall include two (2) Whelen model M6 4.00 inch X 6.00 inch amber LED turn signals which shall be installed in a chrome housing above and outboard of the front warning and head lamps.

SIDE TURN/MARKER LIGHTS

The sides of the cab shall include two (2) LED round side marker lights which shall be provided just behind the front cab radius corners.

MARKER AND ICC LIGHTS

In accordance with FMVSS, there shall be five (5) LED cab marker lamps designating identification, center and clearance provided. These lights shall be installed on the face of the cab within full view of other vehicles from ground level.

Page 157 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M HEADLIGHT AND MARKER LIGHT ACTIVATION The headlights and marker lights shall be controlled via a virtual button on the Vista display. The headlamps and markers lamps shall illuminate to 100% brilliance when the ignition switch is in the "On" position.

The dash lights shall only have a dim setting for night and a bright setting for day which shall be controlled with a virtual dimmer control on the Vista display. The last button state selected before master power is turned off for the will be held in memory, and they will return to that state when master power is turned back on providing button selection was made at least fifteen (15) seconds prior to shut down.

GROUND LIGHTS Each door shall include a Tecniq T44 LED ground light mounted to the underside of the cab step below each door. The lights shall include a polycarbonate lens, a housing which is vibration welded and LEDs which shall be shock mounted for extended life. The ground lighting shall be activated by the opening of the door on the respective cab side as well as through a virtual button on the Vista display and control screen.

LOWER CAB STEP LIGHTS The middle step located at each door shall include a recess mounted 4.00 inch round LED light which shall activate with the opening of the respective door.

INTERMEDIATE STEP LIGHTS The intermediate step well area at each door shall include an LED light within a chrome housing. The Egress step lights shall provide visibility to the step well area for the first step exiting the vehicle. The Egress step lights shall activate with Entry step lighting.

UNDER BUMPER LIGHTS There shall be two (2) 4.00 inch round LED NFPA compliant ground lights mounted under the bumper. The lights shall include a polycarbonate lens, a housing which is vibration welded, and LEDs which shall be shock mounted for extended life. The under bumper ground lighting shall be interlocked with the park brake and the marker light activation.

ENGINE COMPARTMENT LIGHT There shall be a LED NFPA compliant light mounted under the engine tunnel for area work lighting on the engine. The light shall include a polycarbonate lens, a housing which is vibration welded and a bulb which shall be shock mounted for extended life. The light shall activate automatically when the cab is tilted.

LIGHTBAR PROVISION There shall be one (1) light bar installed on the cab roof. The light bar installation shall include a lowered mounting that shall place the light bar just above the junction box and wiring.

The lightbar provisions shall be for one (1) Whelen brand Freedom IV LED lightbar mounted centered on the front of the cab roof. The lightbar shall be 72.00 inches in length. The lightbar shall feature twelve (12) red LED light modules and two (2) clear LED light modules. The entire lightbar shall feature a clear lens. The clear lights shall be disabled with park brake engaged. The cable shall exit the lightbar on the right side of the cab.

Page 158 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M LIGHTBAR SWITCH The light bar shall be controlled by a virtual button on the Vista display and control screen. This button shall be clearly labeled for identification.

FRONT SCENE LIGHTS The front of the cab shall include two (2) Whelen Pioneer model PCH2 contour roof mount scene lights installed on the brow of the cab.

Each 150 watt lamp head shall incorporate a 12 volt DC Super-LED combination flood/spot light installed in a die-cast aluminum housing. Each lamp head shall use a collimator/metalized redux spot/flood reflector assembly with Proclera™ silicone optics and a clear non-optic polycarbonate lens. The lens/reflector assembly shall utilize a liquid injected molded silicone gasket to be resistant to water, moisture, dust, and other environmental conditions. The PCH2 shall be vibration resistant. The Pioneer PC boards shall be conformal coated for additional protection.

Each combination flood/spot light lamp head shall draw 13.0 amps in spotlight mode and generate 17,750 lumens total. Each lamp head shall measure 4.25 inches in height X 14.00 inches in width. The lamp heads and brackets shall be powder coated white.

FRONT SCENE LIGHTS ACTIVATION The front scene lighting shall be activated by a virtual button on the Vista display and control screen and a lighted momentary rocker switch on the dash.

FRONT SCENE LIGHT LOCATION There shall be two (2) scene lights mounted to the front brow of the cab inboard of the outer front marker lights.

SIDE SCENE LIGHTS The cab shall include two (2) Whelen model Pioneer PCH2 semi-recess mount lights installed one (1) on each side of the cab.

Each 150 watt lamp head shall incorporate a 12 volt DC Super-LED combination flood/spot light installed in a die-cast aluminum housing. Each lamp head shall use a collimator/metalized redux spot/flood reflector assembly with Proclera™ silicone optics and a clear non-optic polycarbonate lens. The lens/reflector assembly shall utilize a liquid injected molded silicone gasket to be resistant to water, moisture, dust, and other environmental conditions. The PCH2 shall be vibration resistant. The Pioneer PC boards shall be conformal coated for additional protection. Each combination flood light lamp head shall draw 13.0 amps in spotlight mode and generate 17,750 lumens total. Each lamp head shall measure 4.25 inches in height X 14.00 inches in width. Each lamp head shall be mounted within a semi-recess housing featuring a chrome flange which shall measure 7.92 inches in height X 17.17 inches in width. The lamp heads and brackets shall be powder coated white.

SIDE SCENE LIGHT LOCATION The scene lighting located on the left and right sides of the cab shall be mounted rearward of the cab “B” pillar in the 10.00 inch raised roof portion of the cab between the front and rear crew doors.

Page 159 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M SIDE SCENE ACTIVATION The scene lights shall be activated by two (2) virtual buttons on the Vista display and control screen(s), one (1) for each light and by opening the respective side cab doors. The right side scene light shall be activated by a lighted momentary rocker switch located in the switch panel.

INTERIOR OVERHEAD LIGHTS The cab shall include a two-section, red and clear Weldon LED dome lamp located over each door. The dome lamps shall be rectangular in shape and shall measure approximately 7.00 inches in length X 3.00 inches in width with a black colored bezel. The red portion of each lamp shall be activated via the multiplex display. The clear portion of each lamp shall be activated by opening the respective door and via the multiplex display. The virtual button shall be a multilevel switch that cycles red, clear and off. Both the red and clear portion can also be activated by individual push lenses on each lamp. An additional two- section, red and clear Weldon LED dome lamp shall be provided over the engine tunnel which can be activated by individual switches on the lamp.

DO NOT MOVE APPARATUS LIGHT The front headliner of the cab shall include a flashing red Whelen Ion LED light clearly labeled "Do Not Move Apparatus". In addition to the flashing red light, an audible alarm shall be included which shall sound while the light is activated.

The flashing red light shall be located centered left to right for greatest visibility.

The light and alarm shall be interlocked for activation when either a cab door is not firmly closed or an apparatus compartment door is not closed, and the parking brake is released.

MASTER WARNING SWITCH A master switch shall be included, as a virtual button on the Vista display and control screen which shall be labeled “E Master” for identification. The button shall feature control over all devices wired through it. Any warning device switches left in the “ON” position when the master switch is activated shall automatically power up.

HEADLIGHT FLASHER An alternating high beam headlight flashing system shall be installed into the high beam headlight circuit which shall allow the high beams to flash alternately from left to right. Deliberate operator selection of high beams will override the flashing function until low beams are again selected. Per NFPA, these clear flashing lights will also be disabled “On Scene” when the park brake is applied.

HEADLIGHT FLASHER SWITCH The flashing headlights shall be activated through a virtual button on the Vista display and control screen.

INBOARD FRONT WARNING LIGHTS The cab front fascia shall include two (2) Whelen M6 Super LED front warning lights in the left and right inboard positions. The lights shall feature multiple flash patterns including steady burn. The lights shall be mounted to the front fascia of the cab within a chrome bezel. The warning lights shall be set to emit the “TripleFlash 75” in/out flash pattern.

The warning lights mounted on the cab front fascia in the inboard positions shall be red with a clear lens.

Page 160 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M OUTBOARD FRONT WARNING LIGHTS The cab front fascia shall include two (2) Whelen M6 Super LED front warning lights in the left and right outboard positions. The lights shall feature multiple flash patterns including steady burn. The lights shall be mounted to the front fascia of the cab within a chrome bezel. The warning lights shall be set to emit the “TripleFlash 75” in/out flash pattern.

The warning lights mounted on the cab front fascia in the outboard position shall be red with a clear lens.

BUMPER FACE WARNING LIGHT The front bumper face shall include two (2) Whelen M6 series 4.31 inch tall X 6.75 inch wide Super LED® warning lights located between the frame rails in the right and left side outboard positions. The warning lights shall feature multiple flash patterns including steady burn. The lights shall be surface mounted within a chrome bezel. The warning lights shall be set to flash “TripleFlash 75” in/out flash pattern.

The warning lights in the bumper shall be red with a clear lenses.

FRONT WARNING SWITCH The front warning lights shall be controlled through a virtual control on the Vista display and control screen. This switch shall be clearly labeled for identification.

INTERSECTION WARNING LIGHTS The chassis shall include two (2) Whelen M6 series Super LED intersection warning lights, one (1) each side. The lights shall feature multiple flash patterns including steady burn. The lights shall be set to flash “TripleFlash 75” I/O flash pattern.

The intersection lights shall be red with a clear lens.

The intersection lights shall be mounted centered front to rear on the flat portion of the side of the bumper tail.

SIDE WARNING LIGHTS The cab sides shall include two (2) Whelen M6 Super LED warning lights, one (1) on each side. The lights shall feature multiple flash patterns including steady burn for solid colors and multiple flash patterns for split colors. The lights shall be mounted to the sides of the cab within a chrome bezel. The light shall be programmed to emit the "TripleFlash 75” in/out flash pattern.

The warning lights located on the side of the cab shall be red with clear lens.

The warning lights on the side of the cab shall be mounted over the front wheel well directly over the center of the front axle.

AUXILIARY SIDE WARNING LIGHTS The cab sides shall include two (2) Whelen series M6 Super LED 4.00 inch X 6.00 inch warning lights, one (1) each side, which shall feature multiple flash patterns including steady burn. The warning lights shall be set to flash “TripleFlash 75” in/out flash pattern.

The auxiliary warning lights located on the side of the cab shall be red with clear lens.

Page 161 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M The auxiliary warning lights on the side of the cab shall be mounted above the front doors.

SIDE AND INTERSECTION WARNING SWITCH The side warning lights shall be controlled through a virtual button on the Vista display and control screen. This button shall be clearly labeled for identification.

TANK LEVEL LIGHTS There shall be two (2) FRC MaxVision water level light strips surface mounted vertically, one (1) on each side of the cab centered between the rear cab doors and the rear corners of the cab.

The light strips shall feature four (4) colors of LED lights to indicate the fluid level of a tank. The colors from top to bottom shall be green, blue, amber, and red.

REAR WARNING LIGHTS The cab shall have a Whelen TACTL5 Traffic Advisor control head installed and wired in the header above the driver. The control head shall be mounted in the driver’s side header inboard of the radio position.

The power to the control head shall be ignition switched and activation dependent upon the state of the controllers switched position upon ignition.

INTERIOR DOOR OPEN WARNING LIGHTS The interior of each door shall include one (1) 15.87 inch long X 0.73 inch tall amber Weldon LED warning light. The light shall be located on the upper portion of the door frame to be visible when a person is standing in front of the door while entering or exiting the cab. Each light shall activate with a scrolling directional flash pattern which moves from inside to outside when the door is in the open position. This shall serve as a warning to oncoming traffic.

SIREN CONTROL HEAD A Whelen 295HFSC9 electronic siren control head shall be provided. The siren head shall feature a 200- watt output, wail, yelp, manual siren, and hands free operation which shall allow the operator to turn the siren on and off from the horn ring if a horn/siren selector switch option is also selected. The siren shall be mounted to protrude through the center panel of the cab dash in the lower section centered from left to right in the panel.

HORN BUTTON SELECTOR SWITCH A virtual button on the Vista display and control screen shall be provided to allow control of the electric horn or the air horn from the steering wheel horn button. The horn button selection shall default to the air horn each time the Vista screen power is cycled off and on. The electric horn shall sound when the selector switch is in either position to meet FMCSA requirements.

AIR HORN ACTIVATION The air horn activation shall be accomplished by the steering wheel horn button for the driver and a momentary rocker switch on the switch panel. An air horn activation circuit shall be provided to the chassis harness pump panel harness connector.

Page 162 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M FIRE BELL ACTIVATION There shall be a rocker switch located on the switch panel and a virtual button located on the Vista display and control panel which actuates the fire bell. The rocker switch and button shall be clearly labeled for identification.

MECHANICAL SIREN ACTIVATION The mechanical siren shall be actuated by a Linemaster model SP491-S81 foot switch mounted in the front section of the cab for use by the driver and a momentary rocker switch in the switch panel on the dash. A red momentary siren brake rocker switch shall be provided in the switch panel on the dash. A virtual button for the siren brake shall be provided on the Vista display.

The siren shall only be active when master warning switch is on to prevent accidental engagement.

BACK-UP ALARM An ECCO model 575 backup alarm shall be installed at the rear of the chassis with an output level of 107 dB. The alarm shall automatically activate when the transmission is placed in reverse.

INSTRUMENTATION An ergonomically designed instrument panel shall be provided. Each gauge shall be backlit with LED lamps. Stepper motor movements shall drive all gauges. The instrumentation system shall be multiplexed and shall receive ABS, engine, and transmission information over the J1939 data bus to reduce redundant sensors and wiring.

A twenty eight (28) icon lightbar message center with integral LCD odometer/trip odometer shall be included. The odometer shall display up to 999,999.9 miles. The trip odometer shall display 9,999.9 miles. The LCD message center screen shall be capable of custom configuration by the users for displaying certain vehicle status and diagnostic functions.

The instrument panel shall contain the following gauges:

One (1) three-movement gauge displaying vehicle speed, fuel level, and Diesel Exhaust Fluid (DEF) level. The primary scale on the speedometer shall read from 0 to 100 MPH, and the secondary scale on the speedometer shall read from 0 to 160 KM/H. The scale on the fuel and DEF level gauges shall read from empty to full as a fraction of full tank capacity. Red indicator lights in the gauge and an audible alarm shall indicate low fuel or low DEF at 1/8th tank level.

One (1) three-movement gauge displaying engine RPM, and primary and secondary air system pressures shall be included. The scale on the tachometer shall read from 0 to 3000 RPM. The scale on the air pressure gauges shall read from 0 to 150 pounds per square inch (PSI) with a red line zone indicating critical levels of air pressure. Red indicator lights in the gauge and an audible alarm shall indicate low air pressure.

One (1) four-movement gauge displaying engine oil pressure, coolant temperature, voltmeter, and transmission temperature shall be included. The scale on the engine oil pressure gauge shall read from 0 to 100 pounds PSI with a red line zone indicating critical levels of oil pressure. A red indicator light in the gauge and audible alarm shall indicate low engine oil pressure. The scale on the coolant temperature gauge shall read from 100 to 250 degrees Fahrenheit (°F) with a red line zone indicating critical coolant temperatures. A red indicator light in the gauge and audible alarm shall indicate high coolant temperature. The scale on the voltmeter shall read from 9 to 18 volts with a red line zone indicating critical levels of battery voltage. Page 163 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M A red indicator light in the gauge and an audible alarm shall indicate high or low system voltage. The low voltage alarm shall indicate when the system voltage has dropped below 11.8 volts for more than 120 seconds in accordance with the requirements of NFPA 1901. The scale on the transmission temperature gauge shall read from 100 to 300 degrees °F with a red line zone indicating critical temperatures. A red indicator light in the gauge and an audible alarm shall indicate a high transmission temperature.

The light bar portion of the message center shall include twenty-eight (28) LED backlit indicators. The lightbar shall be split with fourteen (14) indicators on each side of the LCD message screen. The lightbar shall contain the following indicators and produce the following audible alarms when supplied in conjunction with applicable configurations: RED INDICATORS Stop Engine - indicates critical engine fault Air Filter Restricted - indicates excessive engine air intake restriction Park Brake - indicates parking brake is set Seat Belt - indicates a seat is occupied and corresponding seat belt remains unfastened Low Coolant - indicates critically low engine coolant Cab Tilt Lock - indicates the cab tilt system locks are not engaged. AMBER INDICATORS Malfunction Indicator Lamp (MIL) - indicates an engine emission control system fault Check Engine - indicates engine fault Check Transmission - indicates transmission fault Anti-Lock Brake System (ABS) - indicates anti-lock brake system fault High exhaust system temperature – indicates elevated exhaust temperatures Water in Fuel - indicates presence of water in fuel filter Wait to Start - indicates active engine air preheat cycle Windshield Washer Fluid – indicates washer fluid is low DPF restriction - indicates a restriction of the diesel particulate filter Regen Inhibit-indicates regeneration of the DPF has been inhibited by the operator Range Inhibit - indicates a transmission operation is prevented and requested shift request may not occur. SRS - indicates a problem in the supplemental restraint system Check Message - indicates a vehicle status or diagnostic message on the LCD display requiring attention. GREEN INDICATORS Left and Right turn signal indicators ATC - indicates low wheel traction for automatic traction control equipped vehicles, also indicates mud/snow mode is active for ATC system High Idle - indicates engine high idle is active. Cruise Control - indicates cruise control is enabled OK to Pump - indicates the pump is engaged and conditions have been met for pump operations Pump Engaged - indicates the pump transmission is currently in pump gear Auxiliary Brake - indicates secondary braking device is active BLUE INDICATORS High Beam indicator AUDIBLE ALARMS Air Filter Restriction Cab Tilt Lock Check Engine Check Transmission Open Door/Compartment High Coolant Temperature

Page 164 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M High or Low System Voltage High Transmission Temperature Low Air Pressure Low Coolant Level Low DEF Level Low Engine Oil Pressure Low Fuel Seatbelt Indicator Stop Engine Water in Fuel Extended Left/Right Turn Signal On ABS System Fault

BACKLIGHTING COLOR The instrumentation gauges and the switch panel legends shall be backlit using white LED backlighting.

RADIO A Jensen radio with weather band, AM/FM stereo receiver, and four (4) speakers shall be installed in the cab. The radio shall include rear RCA input pigtail connector, satellite radio capability, and a covered front auxiliary mini stereo input with iPod ready front and rear USB inputs. The radio shall be installed in the left hand overhead position. The speakers shall be installed inside the cab with two (2) speakers recessed within the headliner of the front of the cab just behind the windshield and two (2) speakers on the upper rear wall of the cab.

There shall also be an auxiliary port installed for use with an Mp3 player or smart phone. The auxiliary port shall be located in the right hand switch panel.

AM/FM ANTENNA A small antenna shall be located on the left hand side of the cab roof for AM/FM and weather band reception.

CAMERA An Audiovox Voyager heavy duty rearview camera system shall be supplied. The system shall include one (1) box shaped camera shall be installed in the body to afford the driver a clear view to the rear of the vehicle.

The camera shall be wired to a single Weldon Vista display. The rear camera display shall activate when the vehicle’s transmission is placed in reverse. The camera system display can also be activated through the Vista display panel.

CAB EXTERIOR PROTECTION The cab face shall have a removable plastic film installed over the painted surfaces to protect the paint finish during transport to the body manufacturer.

FIRE EXTINGUISHER A 2.50 pound D.O.T approved fire extinguisher with BC rating shall be shipped loose with the cab.

Page 165 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M DOOR KEYS The cab and chassis shall include a total of four (4) door keys for the manual door locks.

DIAGNOSTIC SOFTWARE OCCUPANT PROTECTION Diagnostic software for the Advanced Protection System shall be available for free download to authorized dealers and service centers, as well as the vehicle owner.

The software has been validated to be compatible with the following RP1210 interface adapters:

 Dearborn Group DPA4 Plus  Noregon Systems JPRO® DLA+  Cummins INLINE5  Cummins INLINE6  NexIQ™ USB-Link™

The software and adapter utilize the SAE J1939-13 heavy duty nine (9) pin connector which is located below the driver’s side dash to the left of the steering column.

WARRANTY The chassis manufacturer shall provide a limited parts and labor warranty to the original purchaser of the custom built cab and chassis for a period of twenty-four (24) months, or the first 36,000 miles, whichever occurs first. The warranty period shall commence on the date the vehicle is delivered to the first end user.

CHASSIS OPERATION MANUAL The chassis operation manual shall be contained in an on board USB digital storage device. The chassis operation manual shall be accessible through a USB port provided in the OBD diagnostic panel.

ENGINE AND TRANSMISSION OPERATION MANUALS The following manuals specific to the engine and transmission models ordered will be included with the chassis in the ship loose items:

(1) Hard copy of the Engine Operation and Maintenance manual with CD (1) Digital copy of the Transmission Operator’s manual (1) Digital copy of the Engine Owner’s manual

CAB/CHASSIS AS BUILT WIRING DIAGRAMS The cab and chassis wiring schematics and option wiring diagrams shall be contained in an on board USB digital storage device. The cab and chassis wiring schematics and option wiring diagrams shall be accessible through a USB port provided in the OBD diagnostic panel.

WARNING AND IMFORMATION LABELS All warning and informational labels (non-vendor specific) shall be provided in appropriate locations to alert the operator of potential hazards and operating instructions.

NFPA 1901

The apparatus and product orientation of the vehicle will be provided per NFPA 1901-2016 revision.

Page 166 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M MAXIMUM OVERALL LENGTH REQUIREMENT The Apparatus specified shall be constructed as detailed and shall NOT exceed a Maximum Overall Length of 32'-4".

MAXIMUM OVERALL HEIGHT REQUIREMENT The Apparatus specified shall be constructed as detailed and shall NOT exceed a Maximum Overall Height of 10-2’'.

MAXIMUM WHEELBASE REQUIREMENT The Apparatus specified shall be constructed with a wheelbase of 184".

CHASSIS REQUIRED LABELING Signs that state "Occupants must be seated and belted when apparatus is in motion" shall be provided.

They shall be visible from each seating position.

There shall be a lubrication plate mounted inside the cab listing the type and grade of lubrication used in the following areas on the apparatus and chassis:

 Engine oil  Engine Coolant  Transmission Fluid  Pump Transmission Lubrication Fluid  Drive Axle Lubrication Fluid  Tire Pressures

APPARATUS INFORMATION LABEL There shall be a high-visibility label installed in a location clearly detectable to the driver while in the seated position.

The label shall indicate the following specified information:

 Overall Height (feet and inches)  Overall Length (feet and inches)  Overall GVWR (tons or metric tons)

APPARATUS STABILITY (CG) CALCULATED STABILITY Vehicle stability or roll stability shall be presented by methods of calculations or measurements per NFPA 1901, current edition. The calculated or measured center of gravity (CG) shall be no higher than 80 percent of the rear axle track width.

The manufacture shall utilize supplied documents and information detailing specific equipment and locations for purposes of calculating CG. If no such information is supplied the manufacture shall estimate approximate equipment loads based upon the vehicle configuration for such calculations in correspondence with NFPA 1901, current edition, required loadings.

Upon acceptance of the vehicle, a signed manufacture written certification shall be supplied with the fire apparatus before delivery.

Page 167 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M HELMET RESTRAINTS

All NFPA required helmet restraints will be supplied and installed by the Fire Department prior to the truck being placed into service.

MUD FLAPS

Heavy-duty rubber mud flaps shall be installed behind the rear wheels. The mud flaps shall be black rubber type and be bolted in place.

CAB TILT PENDANT CONTROL

There shall be a cab tilt pendant control provided and installed on the right side of the apparatus. The pendant shall be accessible through a hinged door secured with a push button style latch on the passenger's side pump panel. The cab tilt door shall open towards the rear of body.

There shall also be a cab tilt instruction plate located as close as possible to the control pendant for ease of operation.

HEAT EXCHANGER

A supplementary heat exchanger cooling system shall be provided with the chassis and shall be complete to the discharge side of the fire pump through the engine compartment, without intermixing, for absorption of excess heat. The heat exchanger shall be adequate in size to maintain the temperature of the coolant in the pump drive engine not in excess of the engine manufacturer's temperature rating under all pumping conditions.

Appropriate drains shall be provided to allow draining the heat exchanger to prevent damage from freezing. A manual shut-off valve shall be supplied at the pump operator's position.

FUEL FILL DOOR There shall be an aluminum fuel fill assemblies located on the apparatus body accessing the chassis supplied fuel tank. The assemblies shall be located in the upper area of the rear wheel on the left and right side.

The fuel fill assemblies will have a brushed aluminum door. There shall be a drain in each fuel fill assembly to allow overflow to drain on the back side of the apparatus body. The fuel fill cap shall be removable, manufactured of plastic materials, green in color and equipped with a tether.

The fuel fill cap shall be labeled "DIESEL FUEL". The stainless steel fuel fill neck shall have a 3/8" inside diameter vent line installed from the top of the fuel tank to the fill tube.

SIDE MOUNT PUMP CONTROL MODULE The pump control module shall be a self-supported structure mounted independently from the body and chassis cab. The pump module frame shall be constructed entirely of 6061-T6 aluminum extrusions and 5052-H32 aluminum plate. The pump module design shall allow normal frame deflection through isolation mounts without imposing stress on the pump module structure or side running boards. The pump module support shall bolt directly to the chassis frame web.

Page 168 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M VIBRA-TORQUE™ PUMP MODULE MOUNTING SYSTEM The entire pump module assembly shall be mounted so that it “floats” above the chassis frame rails exclusively with Vibra-Torq™ torsion isolator assemblies to reduce the vibration and stress providing an extremely durable pump module mounting system.

The pump module substructure shall be mounted above the frame to allow independent flexing to occur between the body and the chassis. Each assembly shall be mounted to the chassis frame rails with steel, gusseted mounting brackets. Each bracket shall be powder coated for corrosion resistance. Each pump compartment mount bracket shall be mounted to the side chassis frame flange with two 5/8”-UNC Grade 5 HHCS.

Each assembly shall have a two-part rubber vibration isolator. The isolator shall be of a specific durometer to carry the necessary loads of the pump module, apparatus body, equipment, tank, water, and hose. The quantity of mounts utilized shall correspond directly to the anticipated weight being supported. Certain assemblies shall also incorporate a torsion spring. Helical coil springs shall be incorporated into specific mounts in tandem with the rubber isolators to minimize the stress absorbed by the body caused from chassis frame rail flexing.

There shall be no welding to the chassis frame rail sides, web or flanges, or drilling of holes in the top or bottom frame flanges between axles. All pump module to chassis connections shall be bolted so that in the event of an accident, the body shall be easily removable from the truck chassis for repair or replacement.

Because of the constant vibration and twisting action that occurs in chassis frame rails and suspension, the torsion mounting system is required to minimize the possibility of premature pump module structural failures. The Vibra-Torque™ mounting system shall have a lifetime warranty.

PUMP COMPARTMENT WORK LIGHT One (1) 24.00 inch model On Scene Access series LED tube light shall be installed inside the pump compartment module to illuminate the plumbing and piping components.

There shall be a rocker switch located on the operator's pump panel, within an Innovative Controls 6- switch chrome bezel, to activate the pump panel lights and the pump compartment work light.

PUMP MODULE PANELS The driver’s side panels shall consist of a removable lower panel fastened with mechanical fasteners, a removable middle operator's panel fastened with mechanical fasteners, and a removable diamond plate panel above the operator's panel.

The officer’s side panels shall consist of a removable upper diamond plate panel and two, removable lower panels. The lower removable panel shall be fastened with mechanical fasteners. Above the lower panel shall be a removable access panel to provide ease of entrance for service and maintenance. The upper & middle panel shall be attached to the module frame utilizing push button latching devices.

OPERATOR’S GAUGE PANEL The operator gauge panel shall be located on the left (driver) side main pump module.

PUMP PANEL & OPERATOR'S PANEL FINISH The pump module panels and the operator's panel shall be brushed stainless steel finish.

Page 169 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M SOFT SUCTION HOSE STORAGE There shall be a recessed cavity on the right and left side of the pump compartment module integrated into the side panel to store a roll of 25' of 5" suction hose. The cavity shall be approximately 12" wide x 17.5" high and 12.5" deep. The floor area shall have a slight taper downward so assist in restraining the hose and notched as required for exhaust configurations. Drain holes shall be provided in the rear corners. The interior shall be sprayed with bed liner type coating.

There shall be aircraft style seat belt buckle retention devices installed on each soft suction hose storage compartment.

SIDE MOUNT PUMP PANEL LIGHTING Illumination shall be provided for viewing controls, switches, gauges and instructional labels necessary for proper operation of the apparatus and equipment installed.

The side pump panels shall be illuminated by OnScene "Access" LED tube lights installed within gusseted reinforced embossed aluminum diamond plate steps. The steps shall serve as light sheilds and shall be a minimum of 8" deep and have a handrail incorporated into the step. The steps shall be mounted with 3/8" bolts.

Two (2) 18" lights mounted on the driver’s side above the gauge panel which shall cover the full width of the pump house. Two (2) 18" lights mounted on the officer’s side above the main pump access panel which shall cover the full width of the pump house.

PUMP PANEL SWITCHING There shall be a rocker switch located on the operator's pump panel, within an Innovative Controls 6- switch black bezel, to activate all four (4) pump panel lights and the interior pump panel work light. One light on the driver's side and one light on the passenger's side pump module shall be activated by "pump engagement". The lights shall also activate when the pump is engaged and it is okay to operate.

SIDE MOUNT PUSH-PULL VALVE CONTROLS The valves shall be controlled from a panel mounted Innovative Controls quarter-turn locking type T- handle push-pull assembly shall be installed. The ergonomically designed handle shall be chrome-plated with name plate insertion recess area.

A .75 inch (19.05mm) diameter hardcoat anodized aluminum control rod and housing shall, together with a stainless spring steel locking mechanism, eliminate valve drift. Teflon impregnated bronze bushings in both ends of the rod housing shall minimize rod deflection, never need lubrication, and ensure consistent long-term operation.

The control assembly shall include a decorative chrome-plated panel-mounting bezel. The valve operating mechanism will indicate the position of the valve at all times.

RUNNING BOARDS Running boards shall be installed on each side of the pump compartment module. The running boards shall be constructed of .1875 inch embossed aluminum diamond plate. Each shall be a minimum of approximately 12.00 inches deep by the width of the module.

The running boards shall have a 1.25 inch upward bend on the inside edge to act as a kick plate.

Page 170 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M The aluminum diamond plate shall meet recommendations for slip resistant surfaces at the time of proposal.

The running boards shall be attached to a frame mounted outrigger support structure. Each running board to have a 3.00 inch downward bend on the front face with a 1.50 inch underside return for superior strength.

APPARATUS LABELING The apparatus shall be descriptively tagged with color coded Innovative controls labels. The labels shall be applied near apparatus features that require a user function description. Wherever necessary, the labels shall be color coded to differentiate controls and their respective functions to simplify and clarify complex configurations.

VERBIAGE TAG BEZEL ASSEMBLIES Innovative Controls verbiage tag bezels shall be installed. The bezel assemblies will be used to identify apparatus components. These tags shall be designed and manufactured to withstand the specified apparatus service environment and shall be backed by a warranty equal to that of the exterior paint and finish. The verbiage tag bezel assemblies shall include a chrome-plated panel-mount bezel with durable easy-to-read UV resistant polycarbonate inserts featuring the specified verbiage and color coding. These UV resistant polycarbonate verbiage and color inserts shall be subsurface screen printed to eliminate the possibility of wear and protect the inks from fading. Both the insert labels and bezel shall be backed with 3M permanent adhesive, which meets UL969 and NFPA standards.

SAFETY MESSAGE BEZEL ASSEMBLIES Innovative Controls safety message bezels shall be installed. The bezel assemblies will be used to identify, instruct, or warn the operators. These tags shall be designed and manufactured to withstand the specified apparatus service environment and shall be backed by a warranty equal to that of the exterior paint and finish. The safety message bezel assemblies shall include a chrome-plated panel-mount bezel with durable easy-to read UV resistant polycarbonate inserts featuring ANSI safety standard graphics or custom graphics. These UV resistant polycarbonate graphic inserts shall be subsurface screen printed to eliminate the possibility of wear and protect the inks from fading. Both the graphic insert labels and bezel shall be backed with 3M permanent adhesive, which meets UL969 and NFPA standards.

PRESSURE GOVERNOR The Pressure Governing System shall be installed on the pump panel. The PSG allows for pump pressure control and throttle control.

PRESSURE RELIEF VALVE A Task Force Tips model #A18XX pressure relief valve shall be provided. The valve shall have an easy to read adjustment range from 90 to 300 PSI with 90, 125, 150, 200, 250 and 300 PSI adjustment settings and an "OFF" position. Pressure adjustments shall be made utilizing a 1/4" hex key, 9/16" socket or 14mm socket. For corrosion resistance the cast aluminum valve shall be a hardcoat anodized with a powder coat interior and exterior finish. The valve shall meet (NFPA) 1901, Standard for Automotive Fire Apparatus, requirements for pump inlet relief valves. The unit shall be covered by a five year warranty. The valve shall be preset at 125 PSI (860 kPa) suction inlet pressure. The valve shall be installed inside the pump compartment where it will be easily accessible for future adjustment. The excess water shall be plumbed to the atmosphere via the unloader pipe and shall dump on the opposite side of the pump operator. For normal pumping operations, the relief valve shall not be capped and there shall be a placard stating "DO NOT CAP" installed.

Page 171 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M U.L. TEST PORTS One (1) set of U.L. testing ports with plugs shall be provided on the pump panel for testing of the vacuum and pump pressures.

WATER TANK LEVEL GAUGE A Fire Research TankVision model WLA300-A00 tank indicator kit shall be installed on the operator's panel.

The kit shall include an electronic indicator module, a pressure sensor, and a 20' sensor cable. The indicator shall show the volume of water in the tank on nine (9) easy to see super bright LEDs. A wide view lens over the LEDs shall provide for a viewing angle of 180 degrees. The indicator case shall be waterproof, manufactured of aluminum, and have a distinctive blue label.

The program features shall be accessed from the front of the indicator module. The program shall support self-diagnostics capabilities, self-calibration, and a datalink to connect remote indicators. Low water warnings shall include flashing LEDs at 1/4 tank, down chasing LEDs when the tank is almost empty, and an output for an audio alarm.

The indicator shall receive an input signal from an electronic pressure sensor. The sensor shall be mounted from the outside of the water tank near the bottom. No probe shall place on the interior of the tank. Wiring shall be weather resistant and have automotive type plug-in connectors.

WATER TANK LEVEL GAUGE CAB MOUNTED The tank level gauges shall be wired to the master tank level gauge via FRC Tankvision datalink.

AIR HORN BUTTON There shall be an air horn activation rocker switch installed on the pump operator's gauge panel within an Innovative Controls 6-switch black bezel. The air horn rocker switch shall be a red weather resistance type and labeled “AIR HORN”.

PUMP COMPARTMENT TOP OVERLAY The top of the pump compartment shall be overlaid with materials of a non-slip .1875 inch embossed aluminum diamond plate, meeting the minimum NFPA standard requirements for slip resistance.

There shall be yellow reflective tape installed on the top of the pump module to meet NFPA 1901.

MIDSHIP PUMP The pump shall have a capacity of 1500 gallons per minute, measured in U.S. Gallons. The pump shall be a Waterous model CSUC20, single stage midship pump.

The pumps impellers shall be bronze with double suction inlets, accurately balanced (mechanically and hydraulically), of mixed flow design with reverse-flow, labyrinth-type, wear rings that resist water bypass and loss of efficiency due to wear. The impeller shall have flame plated hub to assure maximum pump life and efficiency despite the presence of abrasive particles, such as fine sand, in the water being pumped. The wear rings shall be bronze and easily replaceable to restore original pump efficiency and eliminate the need for replacing the entire pump casing due to wear.

Page 172 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M Pump casing shall be close grained gray iron, bronze fitted and horizontally split in two sections for easy removal of entire impeller assembly, including wear rings, without disturbing setting of pump in chassis or pump piping. The pump, for ease and rapid servicing in the future, shall have the separable impeller shaft which allows true separation of transmission or pump without disassembly or disturbing the other component. This shall be accomplished by using a two piece shaft. This feature will allow field service to accomplish in much less time since each component (pump or transmission) can be repaired independently. The impeller shaft shall be stainless steel, accurately ground to size and polished. Shaft shall be supported at each end by ball type oil grease lubricated bearings. Sleeve bearings or bushings will not be acceptable. The bearings shall be protected from water at each end of the impeller shaft.

The discharge manifold shall be cast as an integral part of the pump body assembly and shall provide at least three full 3.50 inch openings for ultimate flexibility in providing various discharge outlets for maximum efficiency, and shall be located as follows: one outlet on the right side of the pump body, one outlet on the left side of the pump body, and one outlet directly on top of the pump discharge manifold.

The entire pump shall be cast, manufactured and tested at the pump manufacturer's factory. The pump transmission housing shall be high strength aluminum, three pieces and horizontally split. Power transfer to the pump shall be through a Morse Hy-Vo drive chain. Chain shall be pressure lubricated through oil pump. Chain sprockets shall be cut from carbonized, hardened alloy steel. Spur gears will not be acceptable.

The drive shafts shall be 2.35" in diameter, made of hardened and ground alloy steel. All shafts shall be ball bearing supported. Case shall be designed to eliminate the need of water cooling.

The entire pump, both suction and discharge passages, shall be hydrostatically tested to a pressure of 600 PSI. A certificate documenting this test shall be provided with the completed apparatus. The pump shall be fully tested at the pump manufacturer's factory to the performance requirements as outlined by the latest (NFPA) 1901, Standard for Automotive Fire Apparatus. Pump shall be free from objectionable pulsation and vibration.

The pump shall be the Class "A" type and shall deliver the percentage of rated discharge at pressures indicated below.

100% of rated capacity at 150 PSI net pump pressure. 100% of rated capacity at 165 PSI net pump pressure. 70% or rated capacity at 200 PSI net pump pressure. 50% of rated capacity at 250 PSI net pump pressure.

PUMP SEALS The pump shall be equipped with maintenance free mechanical shaft seals that shall not require manual adjustment. The seal size, type, component materials, and housing configuration shall be specifically designed for the pump application and rated operating parameters as specified.

AIR PRIMER SYSTEM The priming system shall be a Trident Emergency Products compressed air powered high efficiency, multi-stage, venturi based Air Prime System.

All wetted metallic parts of the priming system are to be of brass and stainless steel construction. A single panel mounted control will activate the priming pump and open the priming valve to the pump.

Page 173 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M The primer shall be mounted above the pump impeller so that the priming line will automatically drain back to the pump. The primer shall also automatically drain when the panel control actuator is not in operation. The inlet side of the primer shall include a brass ‘wye’ type strainer with removable stainless steel fine mesh strainer to prevent entry of debris into the primer body.

The system shall employ an 80 PSI (5.5 bar) pressure protection valve, located on the chassis auxiliary air tank.

The primer shall be covered by a five (5) year parts warranty.

6.0" STEAMER INLETS Two (2) 6.00 inch (150.00 mm) steamer inlets shall be provided, one (1) on the left side and one (1) on the right side. Each inlet shall have a chrome plated long handle chrome vented caps and die cast zinc screens designed to provide cathodic protection for the pump. The caps shall be National Standard Thread with long handles.

PUMP COOLING LINE There shall be a 3/8" (.375) inch line run from the pump to the water tank to assist in keeping the pump water from overheating. There shall be brass fittings used on pump cooler. A manual 1/4 turn 3/8" ball valve with a rectangular handle shall be supplied on the operator's panel.

PUMP ANODES Two (2) pump anodes shall be installed in plumping system of the apparatus, to prevent damage from galvanic corrosion within the pump system. There shall be one (1) anode on the intake side and one (1) on the discharge side.

MASTER PUMP DRAIN The pump shall be equipped with a Master Pump drain to allow draining of the lower pump cavities, volute and selected water carrying lines and accessories. The drain shall have an all brass body with a stainless steel return spring.

The drain valve control shall be mounted in the lower left hand corner of the driver side pump panel and identified as MASTER DRAIN.

MANUAL DRAINS All 2.0 inch (50.80 mm) or larger discharge outlets shall be equipped with a .75 inch 90° lift handle ball valve drain.

All drains for 2" and larger valves will be on the driver's side, except for the right side master and #2 discharge, which will be located on the right side.

VALVES All valves shall be of a heavy duty design capable of bi-directional flow and incorporate a self- locking ball feature and full flow optimizing characteristics that reduce the operational force required for actuation. The valves shall be Akron 8000 series.

The valves shall be of a self-adjusting dual seat design requiring no lubrication or regular maintenance. The valve shall meet or exceed NFPA standard requirements.

Page 174 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M PLUMBING All plumbing and piping shall be of 304 stainless steel or flexible type piping. All inlet and outlet plumbing 3.00 inch (77 mm) and smaller shall be plumbed with either stainless steel piping or synthetic reinforced rubber hose blended with high tensile strength cord for maximum performance in tight bend applications.

Secondary plumbing such as small diameter drain lines shall be stainless steel, brass or hose. Where chassis and module flexing or vibration may damage or loosen piping or where a coupling is required for servicing, the piping shall be equipped with Victaulic or rubber type couplings.

All lines shall drain through the master drain valve or shall be equipped with individual drain valves. All individual drain lines for discharges shall be extended to the point where they shall drain below the chassis frame rails. All water carrying drain lines shall be of flexible polypropylene type tubing.

MANIFOLDS Plumbing manifold bodies shall be ductile cast iron or stainless steel. The suction inlets shall include removable die cast zinc screens designed to provide cathodic protection for the pump, therefore reducing deterioration within the pump.

TANK FILL One (1) 2.00 inch (50 mm) pump to tank fill line shall be installed from the discharge manifold directly to the booster tank.

TANK TO PUMP A 3.50 inch (89 mm) Waterous valve shall be installed.

There shall be a tank to pump check valve, conforming to NFPA standard requirements to prevent water from back flowing at an excessive rate if the pump is being supplied from a pressurized source. The check valve shall be mounted as an integral part of the pump suction extension. A hole up to .25 inch (6.35 mm) is allowable in the check valve to release steam or other pressure buildup so that the void between the vale and check valve may drain of water that could be subject to freezing.

2.5" LEFT SIDE INLET There shall be one (1) 2.50 inch (65 mm) gated suction inlet with .75 inch (19 mm) bleeder installed on the left side of the apparatus.

The plumbing shall consist of 2.50 inch (65 mm) piping, and shall incorporate a manual drain control installed below the pump area for ease of access.

The termination shall include the following components:

One (1) 2.50 inch (65 mm) NST swivel female straight adapter with screen One (1) 2.50 inch (65 mm) self-venting plug, secured by a cable

Page 175 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M 2.5" LEFT SIDE DISCHARGE There shall be one (1) 2.50 inch (65 mm) gated discharge installed on the left side of the apparatus. The discharge shall be controlled with a rack & sector control with a rod bezel.

The plumbing shall consist of 2.50 inch (65 mm) piping, and shall incorporate a manual drain control installed below the pump area for ease of access.

The discharge termination shall include the following components:

One (1) 2.50 inch (65 mm) Male NST adapter One (1) 2.50 inch (65 mm) NST female swivel by male with 30 degree polished elbow One (1) 2.50 inch (65 mm) female self-venting cap, secured by a cable

2.5" RIGHT SIDE DISCHARGE There shall be one (1) 2.50 inch (65 mm) gated discharge installed on the right side of the apparatus.

The plumbing shall consist of 2.50 inch (65 mm) piping, and shall incorporate a manual drain control installed below the pump area for ease of access.

The discharge termination shall include the following components:

One (1) 2.50 inch (65 mm) Male NST adapter One (1) 2.50 inch (65 mm) NST female swivel by male with 30 degree polished elbow One (1) 2.50 inch (65 mm) female self-venting cap, secured by a cable

3.0" RIGHT SIDE DISCHARGE There shall be one (1) gated 3.00 inch (77 mm) discharge installed on the right side of the apparatus.

The plumbing shall consist of 3.00 inch (77 mm) piping, and shall incorporate a manual drain control installed below the pump area for ease of access.

The discharge termination shall include the following components:

One (1) 3.00 inch (77 mm) NST X 4" (100) Straight adapter One (1) 4.00 inch (100 mm) NST female by 5.00 inch (127 mm) Storz with 30 degree elbow One (1) 5.00 inch (127 mm) Storz cap, secured by a cable

2.5" LEFT REAR DISCHARGE There shall be one (1) 2.50 inch (65 mm) discharge located on the left side at the rear of the vehicle.

The plumbing shall consist of 2.50 inch (65 mm) piping and shall be plumbed from the right hand discharge manifold, and shall incorporate a manual drain control installed below the pump area for ease of access.

The discharge termination shall include the following components:

One (1) 2.50 inch (65 mm) Male NST adapter One (1) 2.50 inch (65 mm) NST female swivel by male with 30 degree polished elbow One (1) 2.50 inch (65 mm) female self-venting cap, secured by a cable

Page 176 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M 3.0" DECK GUN DISCHARGE There shall be a 3.00 inch (77 mm) deck gun discharge provided.

The deluge waterway shall be plumbed with 3.00 inch (77 mm) piping that terminates in the center location at the top of the pump compartment module. The plumbing shall be drained with an auto-drain located at the lowest point of the waterway plumbing if required.

There will be a Task Force Tips 18.00 inch (457 mm) manual Extenda-Gun installed on the deluge pipe. If the Extenda-Gun is not properly stowed and the transmission is placed into drive or reverse mode with the parking brake released, it shall activate the hazard light in the cab to alert the crew.

1.75” CROSSLAYS

Two (2) crosslays hose beds shall be located in the upper portion of the pump compartment, toward the front. The crosslay area shall span the entire width of the pump compartment module. Slotted aluminum flooring shall be provided for the hose bed area for drainage.

The crosslays shall each have capacity for 200 foot of 1.75 inch (45 mm) double jacket fire hose. The ends of the crosslay dividers shall be cut at a 62 degree angle to provide room for the hand holes cut into the crosslay cover ends.

The plumbing shall consist of 2.00 inch (50 mm) piping, and shall incorporate a manual drain control installed below the pump area for ease of access.

The discharge termination shall include the following components:

One (1) 2.00 inch (50 mm) NPT x 1.50 inch (38 mm) NST chrome plated brass chiksan swivel. The use of a swivel shall allow hose payout to either side of the pump compartment.

The following discharges shall be foam capable: (2) 2" crosslays, front bumper discharge, and hose reel.

2.5" CROSSLAY DISCHARGE One (1) additional crosslay hose bed shall be provided.

The crosslay shall have capacity for 200 feet of 2.50 inch (65 mm) double jacket fire hose.

The plumbing shall consist of 2.50 inch (65 mm) piping, and shall incorporate a manual drain control installed below the pump area for ease of access.

The discharge termination shall include the following components:

One (1) 2.5" x 2.5" NST chrome plated brass chiksan swivel. The use of a swivel shall allow hose payout to either side of the pump compartment.

LED CROSSLAY HOSEBED LIGHT One (1) On Scene LED 60" Walkway series waterproof light shall be installed in an anodized aluminum housing on the front of the body to illuminate the crosslay area.

The crosslay light shall be activated with the pump "Panel Lights" switch.

Page 177 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M CROSSLAY COVER A .188 inch (4.76 mm) aluminum diamond plate crosslay cover shall be provided. The cover shall be installed to provide a solid surface over all bays. The cover shall be hinged with full length piano hinge. When opened, the tread plate cover shall rest upon rubber bumpers or an equivalent type protective to eliminate marring or scratching of other apparatus body work.

There shall be hand holes cut in each end of the crosslay cover.

The crosslay hose bed area shall have a cover installed at each end of the crosslay area by the Dealership prior to the apparatus being placed into service.

FRONT BUMPER DISCHARGE One (1) 1.50 inch (38 mm) front bumper discharge outlet shall be provided.

The front bumper discharge plumbing shall consist of 2.00 inch (50 mm) piping and shall incorporate a manual drain control installed below the pump area for ease of access. Auto-drain(s) shall be installed in the discharge piping at the lowest point of the plumbed system.

The discharge termination shall include the following components:

One (1) 2.00 inch (50 mm) NPT x 1.50 inch (38 mm) NST polished stainless steel chiksan swivel. The use of a swivel shall allow hose payout to either side of the apparatus.

The front bumper discharge shall be mounted on top of the gravel shield of the front bumper extension. There shall be a rubber bump stop to the front bumper discharge for contact point. The discharge shall be placed to the right of the hose well. The hosewell lid shall be notched on the passenger's side.

BOOSTER HOSE REEL There shall be one (1) Hannay electric rewind booster reel with automatic brake installed on the apparatus. The reel shall have a capacity of 200 foot (60 m) of 800 psi (55 BAR) booster hose.

There shall be a manual rewind device provided. A manual crank shall be mounted adjacent to booster reel.

The reel shall be model number EPF28-25-26-RT, 12V, standard assembly, electric rewind right hand side, manual rewind horizontal orientation, inlet shall be 1.0” with a 90 degree swivel.

The hose reel specified shall be steel and painted the standard silver utilized by Hannay.

The reel shall be plumbed to the pump with a 1.50 inch quarter turn Akron 8815 ball valve and 1.50 inch high pressure hose and couplings. The valve shall be controlled from the operator's panel. with a push pull control.

An electric rewind switch shall be mounted on the side wall in the B1 compartment. The switch shall have a weather resistant rubber cover and label denoting its function. The switch shall be labeled "REEL REWIND" with an Innovation Control bezel. The circuit breaker for the electric rewind shall be of the manual reset type and be located within easy reach of the operator.

The hose reel shall be mounted on the floor of the Rear Center, B-1 compartment toward the rear and left of the compartment to maximize storage space for the nozzle and other accessories.

Page 178 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M The booster hose shall be provided and installed by the Dealership prior to the apparatus being placed into service.

There will be stainless steel hose roller guides provided and installed inside of the B1 compartment, in a vertical orientation to protect the apparatus and allow ease of deployment on the booster reel. Two (2) additional stainless steel hose roller guides shall be provided and installed, one (1) on either side of the compartment door openings. The rollers shall allow free hose deployment and retraction while preventing sharp edges from cutting or damaging the hose.

DISCHARGE GAUGES An Innovative Controls 2.50 inch (65 mm) gauge shall be supplied for reading the pressure of each discharge greater than 1.50 inches (38 mm) in diameter, unless otherwise specified.

Each gauge shall be marked for reading a discharge pressure of 0-400 PSI.

Each gauge shall have black markings on a white face.

There shall be a deluxe bezel supplied around each of the 2.50 inch (65 mm) discharge pressure gauges. The bezels shall be constructed from chrome-plated zinc with large, easily identifiable recessed labels for color-coding and verbiage.

FOAMPRO 2002 The apparatus shall be equipped with an electronic, fully automatic, variable speed, direct injection, and discharge side foam proportioning system. The system shall be capable of handling Class A foam concentrates and most Class B foam concentrates. The foam proportioning operation shall be based on direct measurement of water flows, and remain consistent within the specified flows and pressures. System must be capable of delivering accuracy to within 5% of calibrated settings over the advertised operation range when installed according to factory standards. The system shall be equipped with a digital electronic control display suitable for installation on the pump panel. Incorporated within the control display shall be a microprocessor that receives input from the system flowmeter(s), while also monitoring foam concentrate pump output. This compares values to ensure that the operator’s preset is proportional to the amount of foam concentrate injected into the discharge side of the fire pump.

A paddlewheel-type flowmeter shall be installed in the discharge system specified to be “foam capable. The flow meter shall be mounted in a manifold providing accurate water flow readings from 30-1150 gpm and operate up to 1380 gpm.

The digital computer control display shall enable the pump operator to perform the following control and operation functions for the foam proportioning system:

 Provide push-button control of foam proportioning rates from 0.1% to 10.0%, in 0.1% increments  Show current flow-per-minute of water  Show total volume of water discharged during and after foam operations are completed  Show total amount of foam concentrate consumed  Simulate flow rates for manual operation  Perform setup and diagnostic functions for the computer control microprocessor  Flash a “low concentrate” warning when the foam concentrate tank(s) runs low  Flash a “no concentrate” warning and shut the foam concentrate pump off, preventing damage to the pump, should the foam tank(s) empty

Page 179 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M A 12-volt electric motor drive positive displacement foam concentrate pump, rated up to 5.0 gpm (18.9 L/min) @ 150 psi with operating pressures up to 400 psi (27.6 BAR), shall be installed in a suitable, accessible location. The system will draw a maximum of 56 amps @ 12 VDC. A pump motor electronic driver (mounted to the base of the pump) shall receive signals from the computer control display and power the 3/4 hp (0.56 Kw) electric motor directly coupled to the concentrate pump in a variable speed duty cycle to ensure that the correct proportion of concentrate preset by the pump operator is injected into the water stream.

When two types of foam concentrates are to be used, a dual tank switch over system will be installed to provide rapid changeover of foam concentrate reservoirs. The digital computer control display shall interface with the dual tank switch over system, provide dual foam calibration, and display separate totals for each foam concentrate used.

Full flow check valve shall be provided to prevent foam contamination of fire pump and water tank or water contamination of foam tank.

Components of the complete proportioning system shall include:

 Operator control and display  Paddlewheel flowmeter  Pump and electric motor/motor driver  Wiring harnesses  Low level tank switch  Foam injection check valve  Main waterway check valve

FOAM SYSTEM TESTING The apparatus foam system shall be tested and the Foam Flow meter shall be certified by the manufacturer prior to delivery.

FOAM TANK One (1) 20 gallon foam tanks with square hinged lids, equipped with a hold down devices shall be installed and plumbed with non-corrosive piping to the foam system. The fill towers shall be approximately 8.00 inch by 8.00 inch.

A label shall be affixed to the foam tank fill indicating: “WARNING” Class A (or B) foam tank fill, do not mix brands or types of foam.

Foam tank shall be integral with the booster water tank provided

The system shall be supplied by a single foam tank. There shall be a 1/4 turn valve located at the tank for serviceability.

There shall be a 1.00 inch quarter turn drain valve installed for drainage of the foam tank. The valve shall be installed in the pump house with a drain line extended to the side running board. An additional 1" quarter turn drain valve shall be installed at the outlet of the foam tank port to allow for service of the foam system with out having to drain the foam tank.

Page 180 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M FOAM TANK LEVEL GAUGE There shall be one (1) Fire Research TankVision WLA360-A00 LED electronic foam level gauge located on the pump operator's control panel. This level gauge utilizes ultra-bright LEDs for sunlight readability, and two wide-viewing lenses for 180 degrees of clear viewing. There shall be a "Class A" label installed.

VIBRA-TORQUE™ BODY MOUNTING SYSTEM The entire body module assembly shall be mounted to the chassis frame rails exclusively with Vibra- Torq™ torsion isolator assemblies to reduce the vibration and stress providing an extremely durable body mount.

The body substructure shall be mounted above the frame to allow independent flexing to occur between the body and the chassis. Two (2) assemblies shall be mounted to the chassis frame rails with steel, gusseted mounting brackets. Each bracket shall be painted for corrosion resistance. Each body mount bracket shall be mounted to the side chassis frame flange with two 5/8”-UNC Grade 5 HHCS.

The rear assemblies shall have a two-part rubber vibration isolator. Certain assemblies shall also incorporate a torsion spring. Helical coil springs shall be incorporated into specific mounts in tandem with the rubber isolators to minimize the stress absorbed by the body caused from chassis frame rail flexing.

There shall be no welding to the chassis frame rail sides, web or flanges, or drilling of holes in the top or bottom frame flanges between axles. All body to chassis connections shall be bolted so that in the event of an accident, the body shall be easily removable from the truck chassis for repair or replacement.

Because of the constant vibration and twisting action that occurs in chassis frame rails and suspension, the torsion mounting system is required to minimize the possibility of premature body structural failure. The Vibra-Torque™ body mounting system shall have a lifetime warranty.

COMPARTMENT VENTILATION To allow for proper air circulation and flow, each compartment shall have a venting route. The venting locations shall be determined by "best-fit" locations for each body style configuration. The vents will be integrated on the compartment interior walls.

COMPARTMENTATION The following compartments shall be supplied on the apparatus:

Compartment "L1" There shall be one (1) full height compartment ahead of the rear wheels on the left side of the apparatus with interior dimensions of the following: The upper portion shall be approximately 37.75 inches (958.85 mm) wide by 39.00 inches (990.60 mm) high by 12.50 inches (317.50 mm) deep. The lower portion shall be approximately 37.75 inches (958.85 mm) wide by 33.00 inches (838.20 mm) high by 26.00 inches (660.40 mm) deep. Clear door opening dimensions shall be 29.70" (754.38 mm) wide by 63.10" (1602.74 mm) high.

Compartment "L2" There shall be one (1) compartment over the rear wheels on the left side of the apparatus with interior dimensions of the following: The upper portion shall be approximately 68.00 inches (1727.20 mm) wide by 39.00 inches (990.60 mm) high by 12.50 inches (317.50 mm) deep. The lower portion shall be approximately 68.00 inches (1727.20 mm) wide by 8.00 inches (203.20 mm) high by 25.75 inches (660.40 mm) deep. Clear door opening dimensions shall be 65.50" (1663.70 mm) wide by 38.10" (967.74 mm) high. Page 181 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M Compartment "L3" There shall be one (1) full height compartment behind the rear wheels on the left side of the apparatus with interior dimensions of the following: The upper portion shall be approximately 46.75 inches (1187.45 mm) wide by 39.00 inches (990.60 mm) high by 12.50 inches (317.50 mm) deep. The lower portion shall be approximately 46.75 inches (1187.45 mm) wide by 33.00 inches (838.20 mm) high by 26.00 inches (660.40 mm) deep. Clear door opening dimensions shall be 41.70" (1059.18 mm) wide by 63.10" (1602.74 mm) high.

Compartment "R1" There shall be one (1) full height compartment ahead of the rear wheels on the right side of the apparatus with interior dimensions of the following: The upper portion shall be approximately 37.75 inches (958.85 mm) wide by 39.00 inches (990.60 mm) high by 12.50 inches (317.50 mm) deep. The lower portion shall be approximately 37.75 inches (958.85 mm) wide by 33.00 inches (838.20 mm) high by 26.00 inches (660.40 mm) deep. Clear door opening dimensions shall be 29.70" (754.38 mm) wide by 63.10" (1602.74 mm) high.

Compartment "R2" There shall be one (1) compartment over the rear wheels on the right side of the apparatus with interior dimensions of the following: The upper portion shall be approximately 68.00 inches (1727.20 mm) wide by 39.00 inches (990.60 mm) high by 12.50 inches (317.50 mm) deep. The lower portion shall be approximately 68.00 inches (1727.20 mm) wide by 8.00 inches (203.20 mm) high by 25.75 inches (660.40 mm) deep. Clear door opening dimensions shall be 65.5" (1663.70 mm) wide by 38.1" (967.74 mm) high.

Compartment "R3" There shall be one (1) full height compartment behind the rear wheels on the right side of the apparatus with interior dimensions of the following: The upper portion shall be approximately 46.75 inches (1187.45 mm) wide by 39.00 inches (990.60 mm) high by 12.50 inches (317.50 mm) deep. The lower portion shall be approximately 46.75 inches (1187.45 mm) wide by 33.00 inches (838.20 mm) high by 26.00 inches (660.40 mm) deep. Clear door opening dimensions shall be 41.70" (1059.18 mm) wide by 63.10" (1602.74 mm) high.

Compartment "B1": There shall be one (1) compartment installed at the rear of the apparatus with a RꞏOꞏM Series IV roll up door. The interior dimensions of this compartment shall be approximately 41.50 inches (1054.10 mm) wide by 39.50 inches (1003.30 mm) high by 33.63 inches (844.55 mm) deep. Clear door opening dimensions shall be 33.50" (850.90 mm) wide by 31.80" (807.72 mm) high.

FORMED BODY DESIGN CONSTRUCTION The apparatus body shall be a formed sheet metal design, which serves as the compartment enclosures and supporting substructure of the body. The substructure and enclosures shall work in unison to provide maximum storage that supports and protect the contents contained within.

BODY CONSTRUCTION The body substructure and compartments shall utilize a combination of huck bolting and welding methods. The huck bolt systems utilized in either body or substructure shall be .3125 inch (7.94 mm) or .375 inch (9.53 mm) diameter stainless steel fasteners for maximum shear and tension strength. Other system of fasteners that do not consist of stainless steel shall NOT be acceptable. In combination with the huck bolt system, strictly monitored welding procedures shall be instituted. To ensure maximum joint strength, any welding zones shall be welded together utilizing American Welding Standard (A.W.S), Certified welding procedures.

Page 182 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M Due to the engineered combination of specifically chosen materials, no dissimilar metals shall be used in the body and its supporting substructure without being separated by a sufficient corrosion and electrolysis inhibitor. This shall consist of isolation pads and structural adhesives.

Absolutely no dissimilar metals shall be used in the body and its supporting substructure without being separated by Eck®, which prevents corrosion by providing a barrier between dissimilar metals, sealing out moisture and absorbing energy created by a dissimilar metal reaction.

BODY STRUCTURE The supporting tank and compartment substructure shall be manufactured from corrosion resistant 3CR12 stainless steel material. The supporting material shall be engineered from 7 gauge stainless steel material to provide both high strength and corrosion resistance for longevity of the apparatus body. The use of black carbon steel materials that have been painted or coated to try to prevent corrosion shall not be expectable.

BODY COMPARTMENTS The formed sheet metal compartments shall utilize a 0.125 inch (3.18 mm) thick 5052-H32 aluminum alloy to provide maximum strength and durability. Each compartment sheet and enclosure shall be fabricated in a manor to provide proper sheet alignment and weld location application. The body shall consist of multiple pre-engineered compartment assemblies that shall be combined to create a series of body combinations. In the event of body damage, these assemblies shall allow for easier disassembly and assembly through the use of common tools and materials.

COMPARTMENT TOPS AND EXTERIOR HOSE BED WALL The exterior compartment tops and outer hose bed walls shall consist of .125 inch (3.18 mm) embossed aluminum diamond plate material to provide both strength and pleasing appearance. The hose bed walls shall be embossed aluminum diamond plate to the outward face while incorporating an additional smooth aluminum interior wall sheet to form the hose bed area. The use of interior and exterior hose bed wall sheets shall provide an enclosed section for strength integrity, wire routing, etc. Single hose bed wall sheet construction shall NOT be acceptable.

COMPARTMENT FLOORS The body compartments shall be enclosed with aluminum sheet metal as specified above. The compartment floors shall have a 1.00 inch (25.40 mm) lip downward at the door opening side of the compartment. This lip shall integrate with a structural member on the bottom edge and form a “sweep- out” compartment. This design shall also allow for a structural flush fitting door frame and a complete door/weather seal.

COMPARTMENT LOAD CAPACITY Each compartment shall have a minimum of one additional structural compartment floor support hat section centered on the underside of the compartment floor. This additional member shall be integral with compartment assemblies of each area. Each compartment must be designed, and analyzed to carry a working load of:

 Full depth side compartment: 500 pounds (226.80 kg) per compartment  Half depth side compartment: 375 pounds (170.10 kg) per compartment  Rear center compartment: 500 pounds (226.80 kg)

Page 183 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M ROLL-UP DOOR CONSTRUCTION All horizontal and vertical side compartment doors shall be roll-up style doors.

A R•O•M Corporation Series IV roll-up shutter door shall be installed. Each shutter slat, track, bottom rail, and drip rail shall be constructed from anodized 6063 T6 aluminum.

Shutter slats shall feature a double wall extrusion 0.315 inches thick with a concave interior surface to minimize loose equipment jamming the shutter door closed. Shutter slats shall feature an interlocking end shoe to prevent side to side binding of the shutter door during operation. Slats must have interlocking joints with an inverted locking flange. Slat inner seal shall be a one piece PVC extrusion; seal design shall be such to prevent metal to metal contact while minimizing dirt and water from entering the compartment. Shutter door track shall be one piece design with integral overlapping flange to provide a clean finished look without the need of caulk. Door track shall feature an extruded Santoprene rubber double lip low profile side seal with a silicone co-extruded back to reduce friction during shutter operation.

Shutter bottom rail shall be a one piece double wall extrusion with integrated finger pull. Finger pull shall be curved upward with a linear striated surface to improve operator grip while operating the shutter door. Bottom rail shall have a smooth contoured interior surface to prevent loose equipment from jamming the shutter door. Bottom rail seal shall be made from Santoprene; it will be a double “V” seal to prevent water and debris from entering compartment. Bottom rail lift bar shall be a one piece “D” shaped aluminum extrusion with linear striations to improve operator grip during operation. Lift bar shall have a wall thickness of 0.125 inches. Lift bar shall be supported by no less than two pivot blocks; pivot blocks shall be constructed from Type 66 Glass filled reinforced nylon for superior strength. Bottom rail end blocks shall have incorporated drain holes which will allow any moisture that collects inside the extrusion to drain out.

Shutter door shall have an enclosed counterbalance system. Counterbalance system shall be 4.00 inches in diameter and held in place by 2 heavy duty 18 gauge zinc plated plates. Counterbalance system shall have 2 over-molded rubber guide wheels to provide a smooth transition from vertical track to counter balance system.

COMPARTMENT DOOR/TRACK/TRIM WET PAINTED The compartment doors, track, and trim shall be aluminum finish and wet painted to color match the apparatus body.

ROLL-UP DOOR PROTECTORS There shall be a protective cover installed under each body compartment door roll to protect the door in the rolled-up position. Each cover shall be fabricated of smooth aluminum and of Natural finish.

ROLL-UP DOOR ASSIST STRAPS There shall be nylon straps installed on the both left and right side body side, 'high side' compartment doors, to assist in closing the door. The strap shall be attached to each door and shall be permanently mounted to the rearward wall with footman loops using nutserts, halfway between the top and bottom of the compartment.

Page 184 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M DOOR OPEN INDICATOR Each roll up door shall have an integral door open indicator magnet in the lift bar.

If the bar is not properly closed and the transmission is shifted out of neutral with the parking brake released, it shall activate the "Do Not Move Apparatus Light" in the cab to alert the crew.

COMPARTMENT LIGHTING Two (2) OnScene Access LED tube lights shall be installed in each body compartment.

The tube lights shall be full height along the forward side of the door framing and shall be maximum length available to fit the opening.

The light in each compartment shall be on a separate circuit, turning on only those lights that have open compartment doors. The lights shall not be tied into the park brake control.

HOSE STORAGE A hosebed shall be provided that meets the minimum NFPA storage requirements. The hosebed shall have slotted 1/4" .25 inch (6.35 mm) aluminum flooring installed to allow drainage through the tank cavity to the ground below.

The aluminum flooring shall be manufactured in discrete sections to allow for easy removal and outstanding stability. The area shall be free of sharp edges to protect the hose when loaded or distributed.

HOSEBED BULKHEAD There shall be a bulkhead divider installed directly behind the water and foam fill towers.

HOSEBED FINISH The apparatus hosebed interior walls shall be incorporated with a brushed stainless steel overlay material.

HOSEBED RISER A 15.00 inch (381.00 mm) hosebed riser made from the same material as the body shall be provided in order to increase the hosebed capacity.

CATWALKS Catwalks shall be provided over the top of the compartments. The catwalks shall be manufactured with .125 inch (3.18 mm) embossed aluminum diamond plate material.

The outboard edge shall be bent downward at a 90 degree angle and over the compartments on both sides.

A FRAME HOSE BED COVER There shall be an A-Frame double door cover furnished and installed on the apparatus for the hose bed.

The covers shall be fabricated of 1/8" .125 inches (3.18 mm) embossed aluminum diamond plate material with full length two-piece stainless steel piano hinges.

Page 185 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M Each cover shall be capable of being opened independently.

The covers shall be full length of the hose bed storage area, from rear of the apparatus to the bulkhead wall.

There shall be a mechanical hold open device to hold each cover in the open position at the front of the hosebed covers.

To aid in opening and closing the covers, there shall be (2) 18" grab handles at the front of the covers, one each side. Additionally there shall be two (2) 18" grab handles per cover, installed at the back of the "A-Frame" tube structure, one on each side of the hosebed area.

If the cover is not properly closed and the transmission is placed into drive or reverse mode with the parking brake released, it shall activate the hazard light in the cab to alert the crew.

The covers shall not be a walking surface.

REAR HOSE BED COVER The cover that extends down over the rear of the hose bed shall be supplied and installed by the Dealership prior to the apparatus being placed into service.

HOSE BED COVER LIGHTING Four (4) OnScene "Access" LED tube light shall be mounted to the underside of each hose bed cover, two each cover of approx. 48.00 inches each, evenly spaced from front to back.

The lights on each side shall be on a separate circuit and activate only when their respective side covers are opened.

DUNNAGE AREA A vertical bulkhead shall be installed at the front of the hosebed area, just behind the water tank fill tower, forming a storage area that is separated from the hosebed. The dunnage area interior side walls shall be incorporated with a brushed stainless steel overlay material.

The rear face of the bulkhead shall serve as a mounting surface for the hosebed dividers, resulting in the ability to move any hosebed divider across the entire width of the hosebed.

UPF POLY TANK III The booster tank shall be constructed of PT3™ polypropylene material. This material shall be a non- corrosive stress relieved thermoplastic and UV stabilized for maximum protection. The booster and/or foam tank shall be of a specific configuration and is so designed to be completely independent of the body and compartments.

All joints and seams shall be fused using nitrogen gas as required and tested for maximum strength and integrity. The tank construction shall include PolyProSeal™ technology wherein a sealant shall be installed between the plastic components prior to being fusion welded. This sealing method will provide a liquid barrier offering leak protection in the event of a weld compromise. The top of the booster tank is fitted with removable lifting assembly designed to facilitate tank removal. The transverse and longitudinal swash partitions shall be manufactured of a minimum of 3/8" PT3™ polypropylene. All partitions shall be equipped with vent and air holes to permit movement of air and water between compartments. The partitions shall be designed to provide maximum water flow. Page 186 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M All swash partitions interlock with one another and are completely fused to each other as well as to the walls of the tank. All partitions and spacing shall comply with NFPA 1901, current edition. The walls shall be welded to the floor of the tank providing maximum strength as part of the tank’s unique Full Floor Design™. Tolerances in design allow for a maximum variation of .125 on all dimensions.

WATER FILL TOWER AND COVER The tank shall have a combination vent and manual fill tower. The fill tower shall be constructed of .50 inch (12.7 mm) PT3™ polypropylene. The fill tower shall be blue in color indicating that it is a water-only fill tower. The tower shall be located in the left front corner of the tank unless otherwise specified by the tank manufacturer to the purchaser. The tower shall have a .25 inch (6.4 mm) thick removable polypropylene screen and a PT3™

Polypropylene hinged cover. The capacity of the tank shall be engraved on the top of the fill tower lid. Inside the fill tower there shall be a combination vent/overflow pipe. The vent overflow shall be a minimum of schedule 40 polypropylene pipe with a minimum I. D. of 4.00 inch (100 mm) that is designed to run through the tank, and shall be piped to discharge water behind the rear wheels as required in NFPA 1901, current edition, so as to not interfere with rear tire traction.

The tank cover shall be constructed of .50 inch (12.7 mm) thick PT3™ polypropylene and UV stabilized, to incorporate a multi-piece locking design, which allows for individual removal and inspection if necessary. The tank cover(s) shall be flush or recessed 3/8" from the top of the tank and shall be fused to the tank walls and longitudinal partitions for maximum integrity. Each one of the covers shall have hold downs consisting of 2.00 inch (50 mm) minimum polypropylene dowels spaced a maximum of 40.00 inch (1016 mm) apart. These dowels shall extend through the covers and will assist in keeping the covers rigid under fast filling conditions. A minimum of two lifting dowels shall accommodate the necessary lifting hardware.

MOUNTING The UPF Poly-Tank® III shall rest on the body cross members in conjunction with such additional cross members, spaced at a distance that would not allow for more than 530 square inches of unsupported area under the tank floor. In cases where overall height of the tank exceeds 40.00 inch (1016 mm), cross member spacing must be decreased to allow for not more than 400 square inches of unsupported area. The tank must be isolated from the cross members through the use of hard rubber strips with a minimum thickness and width dimension of .25 inch (6.4 mm) x 1.00 inch (25 mm) and a Shore A Hardness of approximately 60 durometer. The rubber must be installed so it will not become dislodged during normal operation of the vehicle. Additionally, the tank must be supported around the entire bottom outside perimeter and captured both in the front and rear as well as side to side to prevent tank from shifting during vehicle operation. A picture frame type cradle mount with a minimum of 2.00 inch (50 mm) x 2.00 inch (50 mm) x .25 inch (6.4 mm) mild steel, stainless steel, or aluminum angle shall be provided or the use of corner angles having a minimum dimension of 4.00 inch (100 mm) x 4.00 inch (100 mm) x 4.00 inch (100 mm) by 6.00 inch (150 mm) high are permitted for the purpose of capturing the tank. Although the tank is designed on a free floating suspension principle, it is required that the tank have adequate vertical hold down restraints to minimize movement during vehicle operation. If proper retention has not been incorporated into the apparatus hose floor structure, an optional mounting restraint system shall be located on top of the tank, half way between the front and the rear on each side of the tank. These stops can be constructed of steel, stainless steel or aluminum angle having minimum dimensions of 3.00 inch (77 mm) x 3.00 inch (77 mm) x .25 inch (6.4 mm) and shall be approximately 6.00 inch (150 mm) to 12.00 inch (304.80 mm) long. These brackets must incorporate rubber isolating pads with a minimum thickness of .25 inch and a hardness of 60 durometer affixed on the underside of the angle.

Page 187 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M The angle should then be bolted to the body side walls of the vehicle while extending down to rest on the top outside edge of the upper side wall of the tank. Hose beds floors must be so designed that the floor slat supports extend full width from side wall to side wall and are not permitted to drop off the edge of the tank or in any way come in contact with the individual covers where a puncture could occur. Tank top must be capable of supporting loads up to 200 lbs. per sq. foot when evenly distributed. Other equipment such as generators, portable pumps, etc. must not be mounted directly to the tank top unless provisions have been designed into the Poly-Tank® III for that purpose. The tank shall be completely removable without disturbing or dismantling the apparatus structure. The tank must be designed and fabricated by a tank manufacturer that is ISO 9001:2008 certified. The ISO certification must be to the current standard in effect at the time of the design and fabrication of the tank.

TANKNOLOGY™ TAG

A tag shall be provided with the apparatus paperwork and contain pertinent information including a QR code readable by commercially available smart phones. The information contained on the tag shall include the capacity of the water and foam(s), the maximum fill and pressure rates, the serial number of the tank, the date of manufacture, the tank manufacturer, and contact information. The QR code will allow the user to connect with the tank manufacturer for additional information and assistance.

TANK CAPACITY

The tank shall be 1000 gallons (3785 liters) in capacity.

FILL TOWER

The fill opening shall be approximately 14.00 inches (355.60 mm) x 14.00 inches (355.60 mm).

The tower will have a .25 inch (6.35 mm) thick removable poly material screen and hinged type cover that will open if the tank is filled at an excess rate. There shall be a removable .25 inch (6.35 mm) thick poly material screen to prevent debris from falling into the tank.

The fill tower shall have a 6.00 inch (152.40 mm) overflow that will discharge underneath the tank, behind the rear wheels. The overflow shall terminate above the tank water level when filled to the rated capacity.

LADDER STORAGE

The ground ladders shall be stored within a compartment installed on the right side of the apparatus booster tank, with ladders lying on their side. There shall be storage for two (2) pike poles and a slot for a back board integrated into the compartment. There shall be a non-metal ladder stop to prevent metal to metal contact. There shall be non-metallic guides installed for ladders to slide on.

All items shall be stored in their own independent section to allow one item to be removed without disturbing another.

The compartment and door shall be fabricated of 1/8" .125 inch (3.18 mm) smooth aluminum.

The door shall be vertically hinged and provided with two push button style latches and a chrome handle centered between the push button latches.

If the door is not properly closed and the transmission is shifted out of neutral with the parking brake released, it shall activate the "Do Not Move Apparatus light" in the cab to alert the crew.

Page 188 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M GROUND LADDERS The following ground ladders shall be provided by the manufacturer:

 One (1) Duo-Safety 24 foot (7 m) two (2) section aluminum extension ladder, model 900A  One (1) Duo-Safety 14 foot (4 m) aluminum roof ladder with folding hooks, model 775A  One (1) Duo-Safety 10 foot (3 m) aluminum attic ladder, model 585A

BODY OVERLAYS – FRONT/REAR The entire front face of the apparatus body shall have aluminum diamond plate overlays installed. The entire rear face of the apparatus body shall have raw aluminum overlays installed for the installation of chevron striping.

All overlay materials shall be coated with 3M adhesive sealant on the back portion to provide an insulating barrier between dissimilar metals.

WHEEL WELL ROLL-OUT DRAWER There shall be a roll-out drawer installed in the compartment located above the rear wheel on the left side of the body in the L-2 compartment.

The drawer shall be approximately 25" deep x 62.75" wide with 2" tall sides and have a 300.00 pound (136.08 kg) capacity.

The drawer shall incorporate locking slides actuated by an Austin Hardware (FDR-L001-xxxxx) front drawer release lift handle at the forward face of the drawer.

SCBA COMPARMENT BIN There shall be an eight (8) place air bottle compartment bin provided in the lower portion of the compartment located above the wheel well area on the right side in the R-2 compartment.

The interior surface of each SCBA storage tube shall be lined with a coating of gray speedliner. The application of speedliner shall aid to minimize any damage caused to the canisters while stored in the holders.

The NFPA required SCBA bottle straps shall be mounted deeper in the compartment so the bottles do not hit the door when the door is closed.

COMPARTMENT UNISTRUT Vertically mounted Unistrut shall be installed in ALL compartments of the apparatus body to accommodate mounting shelves, trays, and other miscellaneous equipment items as specified.

SHELVING The shelving shall be made out of 3/16" .190 inch (4.83 mm) smooth aluminum sheet material with a formed 2 inch (50.80 mm) lip on the front and back.

The side mounting brackets shall be integral with the shelving to form the sides. The shelving shall be vertically adjustable.

The following shelving shall be provided:

Page 189 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M UPPER HALF DEPTH SHELVING A full width x half depth shelf shall be provided and installed in the upper compartment(s) specified. There shall be a total quantity of five (5) provided as follows:

 One (1) shall be in the L-2 compartment  One (1) shall be in the L-3 compartment  One (1) shall be in the R-1 compartment  One (1) shall be in the R-2 compartment  One (1) shall be in the R-3 compartment

FULL DEPTH SHELVING A full width x full depth shelf shall be provided and installed in the compartment(s) as specified. There shall be a total quantity of one (1) provided as follows:

 One (1) shall be in the L-1 compartment

SHELF AND TRAY FINISH Any shelf or roll-out tray installed shall have a dual-action sanded finish applied on the front and side faces.

WHEEL WELL PANELS

The body panel area around the wheel well on each side of the body shall be painted the same color as the rest of the body

SIDE RUB RAILS The bottom edge of the body compartments shall be protected with rub rails to absorb minor damage while protecting the body. The rear rub rails shall be full length to the end of the tailboard.

The rub rails shall be fabricated of brightly anodized aluminum channel. The rub rails shall be bolted in place with stainless steel bolts and shall be spaced away from the body with .50 inch (12.70 mm) nylon spacers to help prevent the collection of water and debris. Each rub rail section shall be easily removable and replaced should it become damaged.

REAR RUB RAILS The rearward edge of the rear step shall be trimmed with rub rails to absorb minor damage while protecting the body.

The rub rails shall be fabricated of brightly anodized aluminum channel. The rub rails shall be bolted in place with stainless steel bolts and shall be spaced away from the body with .50 inch (12.70 mm) nylon spacers to help prevent the collection of water and debris. Each rub rail section shall be easily removable and replaced should it become damaged.

RUB RAIL RETRO-REFLECTIVE STRIPING One inch retro-reflective Diamond Grade striping shall be applied to the length of each rub rail section making the perimeter of the apparatus more readily visible.

Page 190 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M STRIPE COLOR The reflective striping shall be red in color.

DOOR SILL TRIM PLATES Brushed stainless steel door sill plates shall be installed at the bottom of each body compartment door opening.

VERTICAL OVERLAY TRIM PLATES Full height brushed stainless steel vertical overlay trim plates shall be installed on the back outer rear corners of the body compartment.

FENDERETTES Two (2) polished aluminum fenderettes shall be provided and installed on body rear wheel well openings, one (1) each side. Rubber welting shall be provided between the body and the crown to seal the seam and restrict moisture from entering. A dielectric barrier shall be provided between the fender crown fasteners (screws) and the fender sheet metal to resist deterioration.

REAR TAILBOARD The rear tailboard shall be fabricated of the same materials as used in the apparatus body. The tailboard shall be an independent assembly fastened to the rear body structural framing to provide body protection and a solid rear stepping platform.

The rear of the apparatus body shall be vertical in design - otherwise known as a 'flat-back'. On the rear body surface, a sign shall be attached that states: "DO NOT RIDE ON REAR STEP, DEATH OR SERIOUS INJURY MAY RESULT."

The rear tailboard and body shall be constructed such that the angle of departure shall be no less than 8 degrees at the rear of the apparatus when fully loaded (Per NFPA 1901, current edition).

REAR TAILBOARD STEP The rear tailboard shall be approximately 17.5 inches deep and shall incorporate a .125 embossed aluminum diamond plate overlay.

The stepping area shall span the width of the apparatus, overlapping the perimeter of the structural tailboard framework.

The embossed diamond plate material shall meet the minimum NFPA standard requirements for slip resistance.

INTERMEDIATE REAR STEP One (1) upper rear fixed intermediate step approximately 53.375 inch wide x 10.00 inch deep shall be provided above the rear compartment to be used as a stepping area when loading or deploying hose. The step shall be designed with integrated grab handles and hand holes.

The step shall be fabricated of embossed aluminum diamond plate material.

Page 191 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M The step shall be mounted on the flat back of the apparatus with gusset-type mounting and shall be mounted with 3/8" bolts.

The step shall extend from ladder compartment to left side hosebed wall and shall protect the rear discharge.

INTERMEDIATE STEP LIGHTING

Sufficient lighting light shall be installed to illuminate the stepping areas as provided. The light shall be directed towards and positioned above the stepping surface.

There shall be an On-Scene Access 38" LED tube light installed below the intermediate step to illuminate below the step.

The step lights shall be activated when the park brake is set.

FOLDING STEP

Innovative Controls illuminated folding step(s) shall be installed on the body as required per NFPA. The top of the stepping surface shall have a knurled finish and an LED light that illuminates the stepping surface. An additional light shall be provided on the step mounting bracket to illuminate the area under the step. The steps shall be mounted with 3/8" bolts. The following steps shall be installed:

ILLUMINATED FOLDING STEPS

Three (3) illuminated folding steps shall be installed on the left front vertical face of the body.

The step lights shall be activated when the park brake is set.

10" HANDRAILS

One (1) handrail constructed of knurled Aluminum tubing shall be installed to assist in climbing the steps according to NFPA 1901, current edition. There shall be a 2.00 inch minimum clearance between the bracket and the body.

Location: Front edge of catwalk, angled at approximately 30 degrees.

ILLUMINATED FOLDING STEPS

Three (3) illuminated folding steps shall be installed on the right front vertical face of the body.

The step lights shall be activated when the park brake is set.

10" HANDRAILS

One (1) handrail constructed of knurled Aluminum tubing shall be installed to assist in climbing the steps according to NFPA 1901, current edition. There shall be a 2.00 inch minimum clearance between the bracket and the body.

Location: Front edge of catwalk, angled at approximately 30 degrees.

Page 192 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M ILLUMINATED FOLDING STEPS Two (2) illuminated folding steps shall be installed on the right rear vertical face of the body.

The step lights shall be activated when the park brake is set.

HANDRAILS Two (2) full height vertical handrails shall be mounted, one (1) on each side of the rear center compartment area of the rear of the apparatus. The vertical rear of body handrails shall be mounted with offset stanchions.

One (1) 50" horizontal handrail shall be installed above the intermediate step.

Two (2) 20" vertical handrails shall be installed on the pump house, (1) each side.

REAR TOW EYES

There shall be two (2) rear tow eyes installed on the rear sub frame support structure, one each side. The location of the tow eyes shall be below the rear center compartment. The tow eyes shall be manufactured of 1.00 inch plate steel that is bolted to the chassis frame rail with a minimum of 6 grade 8 bolts.

PAINT SPECIFICATIONS All bright metal fittings, if unavailable in stainless steel, shall be heavily chrome plated.

Critical body and sub-frame area which cannot be primed after assembly shall be pre-painted.

All welded metal surfaces shall be ground to a smooth surface prior to a degreasing and high pressure, high temperature phosphatizing process. The entire surface shall be sprayed with a non-chromate sealing compound to prevent formulation of stains or flash rust on previously phosphatized parts.

The paint applied to the apparatus shall be PPG Industries Delta® brand, applied throughout a multi-step process including at least two coats of each color and clear coat finish.

The coating shall be an infra-red, baked air dried. The coatings shall provide full gloss finished suitable for application by high-pressure airless or conventional low pressure air atomizing spray.

The coatings shall not contain lead, cadmium or arsenic. The polyisocyanate component shall consist of only aliphatic isocyanates, with no portion being aromatic isocyanates in character. The solvents used in all components and products shall not contain ethylene glycol mono-ethyl ethers or their acetates (commercially recognized as cello solves), nor shall they contain any chlorinated hydrocarbons. The products shall have no adverse effects on the health or nor present any unusual hazard to personnel when used according to manufacturer's recommendations for handling and proper protective safety equipment, and for its intended use.

The coating system, as supplied and recommended for application, shall meet all applicable federal, state and local laws and regulations now in force or at any time during the courses of the bid.

The manufacturer shall supply (upon request) for each product and component of the system, a properly complete OSHA "Material Data Safety Sheet".

Page 193 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M The following documents of the issue in effect on the date of the invitation to quote form a part of this document to the extent specified herein:

Federal Standards: Number 141A and 141B paint, varnish, lacquer and related material: methods of inspection, sampling, and testing.

Military Standard: MIL-C 83486B Coating, Urethane, Aliphatic Isocyanates, for Aerospace applications. Industry Methods and Standards: ASTM Method of Analysis (American Society for testing and Materials), BMS 10-72A (Boeing Material Specifications).

The coating will meet the following test performance properties as a minimum standard. (See PDF).

The entire exterior body structure (excluding roll-up doors) shall receive the primer coats and the finish coats. The apparatus body, will be painted in a down draft type paint booth to reduce dust, dirt or impurities in the finish paint. The painted surfaces shall have a finish with no runs, sags, craters, pinholes or other defects.

The apparatus shall be painted the lower cab color.

SPEEDLINER COMPARTMENT FINISH

The compartment interiors shall be coated with bed liner type spray.

COMPARTMENT FINISH COLOR

The Color shall be Medium Gray.

LOW-VOLTAGE ELECTRICAL SYSTEM

The apparatus shall be equipped with a Weldon Logic Controlled, Low-Voltage (12v) Electrical System compliant with the latest revision of the NFPA 1901 guideline.

The system shall be capable of performing total load management, load management sequencing, and load shedding via continuous monitoring of the low-voltage electrical system. In addition, the system shall be capable of switching loads (like operating as an emergency warning lamp flasher) eliminating the dependency on many archaic electrical components such as conventional flasher modules. The system shall also incorporate provisions for future expansion or modification. The low-voltage electrical system shall be designed to distribute the placement of electrical system hardware throughout the apparatus thereby enabling a smaller, optimized wire harness. The programmable, logic controlled system shall eliminate redundant electrical hardware such as harnesses, circuit boards, relays, circuit breakers, and separate electrical or interlock subsystems and associated electronics for controlling various electrical loads and inputs.

As-built electrical system drawings and a vehicle-specific reference of I/O shall be furnished in the delivery manuals. These drawings shall show the electrical system broken down into separate functions, or small groups of related functions. Drawings shall depict circuit numbers, electrical components and connectors from beginning to end. A single drawing for all electrical circuits installed by the apparatus builder shall not be accepted.

Page 194 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M LED PERIMETER LIGHTS

There shall be six (6) LED underbody perimeter lights installed on the apparatus. One (1) under each side at the front of the body, one (1) under each side at the rear of body, and one (1) each side under the rear tailboard. The lights shall be positioned to provide illumination to the immediate ground area around the apparatus body.

The lights shall be of the same manufacturer, model, and type as the ground perimeter lights installed on the cab/chassis.

PERIMETER LIGHTS ACTIVATION

The underbody perimeter lights shall be activated with activation of the chassis ground lights.

LED DOT LIGHTING

There shall be seven (7) lights located on the rear of the vehicle. Three (3) of the lights shall be mounted on the upper rear face of the body just below the hosebed area in a cluster for use as identification lamps. Two (2) lights shall be located outboard on the upper rear, one each side for use as clearance lamps and two (2) lights in the rearmost position of the side rubrail on the tailboard facing the side, for use as rear side marker lamps.

The lights shall be Weldon brand 9186-1500 series LED red markers

DOT ADDITIONAL MARKER LIGHTS

There shall be two (2) amber LED intermediate turn signals/intermediate marker lights installed in the rub rail, forward of the rear wheel well, one (1) each side.

The lights shall be Weldon brand 9186-1500 series LED amber markers/turn.

INTERMEDIATE TURN SIGNALS

The intermediate amber side marker lights installed in the rub rail, forward of the rear wheel well, shall flash when their respective side turn signal is activated. The lights shall return to steady burn when turn signal is deactivated.

UPPER LIGHTING PACKAGE

The following NFPA lighting package, manufactured by Whelen, shall be supplied and installed in the upper areas of the vehicle.

UPPER REAR WARNING LIGHTS/ZONE C

There shall be two (2) Whelen L31 beacons, one each side , with 360 degree super LED lights installed at the rear upper outboard corners on top of a box fabricated of Treadbrite at the rear of the apparatus. The beacons shall have red LED's and clear lenses.

There shall be two (2) Whelen M6 AC warning lights with Amber LEDs and clear lenses installed, one each side, centered on the back of the fabricated Treadbrite box. The flash pattern shall be programmed "TripleFlash 75 in/out.

Page 195 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M UPPER ZONE C WARNING ACTIVATION

The upper zone C beacon and warning light shall activate with the master warning switch.

LOWER LED WARNING LIGHTING

The following NFPA lighting package, manufactured by Whelen, shall be supplied and installed in the lower areas of the vehicle.

LOWER ZONE B&D:

There shall be four (4) Whelen model M6 series LED lights with chrome bezels, two (2) each side, provided and installed with the apparatus.

The flash pattern to be "TripleFlash 75 in/out".

The lower side warning lights mounted on the side positions shall be red with clear lenses.

The warning lights on the side of the apparatus shall be mounted at the rear wheel panel location, forward of the rear axle, and at the rear tailboard location.

AUXILIARY WARNING LIGHTS UPPER ZONE B&D

There shall be four (4) auxiliary Whelen model WIONSMCR LED red lights with clear lenses installed two (2) each side.

One (1) shall be installed in front and one (1) behind the rear axle on the upper body sides.

These four (4) lights shall be installed in the upper section of the side compartment header (catwalk flange) centered above the forward and rearmost compartments.

The flash pattern shall be programmed to an NFPA compliant flash pattern.

The lower front lights shall feature multiple flash patterns including steady burn for solid colors and multiple flash patterns for split colors.

The lower side warning lights mounted on the side positions shall be red with clear lenses.

LOWER ZONES B&D CAST ALUMINUM LIGHT HOUSING WITH PAINTED INSERT

A cast aluminum light housing with painted outward facing inserts, shall be installed for the rearmost warning light in zones B&D. The housing will ensure the light is mounted as far rearward as possible. The inserts shall be painted to color match the body.

LOWER SIDE WARNING LIGHT ACTIVATION

The lower side warning lights shall activate through the master warning switch.

Page 196 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M LOWER ZONE C:

There shall be two (2) Whelen model M9 series Super-LED lights with chrome bezels, one (1) each side, on provided and installed on the rear of the body.

The flash pattern to be "TripleFlash 75 in/out".

The lower rear warning lights mounted at the rear shall be red with clear lenses.

REAR WARNING LIGHT ACTIVATION

The rear lower warning lights shall be activated by the master warning switch, and individually switched by a virtual switch on the vista screen in the cab by a "lower rear warning lights" switch.

LED REAR TAILLIGHT ASSEMBLY

There shall be Whelen M9-Series Super LED rear taillight assemblies provided and installed with the apparatus, one (1) each side at the rear.

The following shall be installed in the order as specified from top to bottom:

 1 - Whelen #M9BTT LED series red brake light  1 - Whelen #M9T LED series amber turn signal light  1 - Whelen #M9 BUW LED clear backup light

There shall be individual chrome bezels provided for each light of the taillight assembly.

The backup lights shall illuminate when the apparatus is placed in reverse.

REAR TRAFFIC ADVISOR

Directional arrowstick shall consist of (8) Whelen model WIONSMCA with amber LEDs and clear lenses, and shall be mounted on the rearward face of the A Frame hosebed covers.

The controller shall be located and installed in the Chassis.

REAR VIEW CAMERA SYSTEM

The chassis provided camera shall be surface mounted under the intermediate step, on the center rear of the apparatus body for maximum viewing capability.

SIDE SCENE LIGHTING

Two (2) Whelen Pioneer PFS2 with flood and spotlight, housing shall be powder-coated white. The scene lights shall be located on the side of the body, one (1) on each side, at the rear corner of the body side walls.

The Light shall be mounted in the side of the treadbrite box which also houses the upper rear warning light on the rear face of the box. The treadplate box shall be as short as possible from the catwalk to the top of the scene light and shall be as wide as the catwalk.

Page 197 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M SCENE LIGHT ACTIVATION The side scene lights shall be individually activated at 3 locations; at the Vista, rocker switch in the officer switch panel and the rocker switch at the pump panel within an Innovative Controls 6- switch chrome bezel.

REAR SCENE LIGHTING There shall be two (2) scene lights installed at the rear body panels, one (1) on each side. The scene lights shall be Whelen model #M9LZC 12 volt scene lights with chrome bezels. The lights shall offer LED directional lighting from 2 to 40-degrees with internal and external optics.

SCENE LIGHT ACTIVATION The rear scene lights shall be activated at (3) locations: from Vista screen, officer rocker switch, pump panel rocker switch within an Innovative Controls 6-switch chrome bezel and shall be activated when the transmission is shifted into reverse.

REFLECTIVE STRIPING The reflective stripe applied to the outside perimeter of the chassis and apparatus as directed by the Fire Department shall be applied by the Dealership prior to the truck being placed into service.

RETRO-REFLECTIVE CHEVRON STRIPING The rear of body (excluding rear door) shall be equipped with Diamond Grade, retro-reflective striping in a chevron pattern, sloping downward and away from the centerline of the vehicle at an angle of 45- degrees.

Diamond Grade retro-reflective chevron striping shall be applied to the front bumper.

The stripe shall be 6.00 inch (152.40 mm) wide alternating in colors in compliance with the current edition of NFPA 1901, current edition. The retro-reflective chevron striping shall be red and fluorescent yellow- green in color.

BODY LETTERING The lettering shall be provided and installed on each side of the apparatus body as directed by the Fire Department by the Dealership.

LICENSE PLATE BRACKET A Cast Products, model LP0005-1-C, cast aluminum open bottom license plate bracket shall be installed on the apparatus.

The bracket shall incorporate a clear LED (WL0501) light to illuminate the license plate to meet DOT requirements.

STRUCTURAL BODY WARRANTY A structural Aluminum body warranty shall be provided by the apparatus manufacturer for products of its manufacture to be free from defects in material and workmanship, under normal use and service, for a period of ten (10) years.

Page 198 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M PAINT WARRANTY A Prorated Paint Warranty shall be provided by the apparatus manufacturer for products of its manufacture to be free from defects in material and workmanship, under normal use and service, for a period of ten (10) years.

PUMP WARRANTY Waterous Company shall provide a limited manufacturer's pump warranty with total protection package (TTP-5) to be free from defects in material and workmanship, under normal use and service, for a period of five (5) years from the date placed into service.

PLUMBING WARRANTY A Stainless Steel Plumbing/Piping warranty shall be provided by the apparatus manufacturer for products of its manufacture to be free from defects in material and workmanship, under normal use and service, for a period of ten (10) years from the date of delivery.

TANK WARRANTY A lifetime tank warranty shall be provided by the tank manufacturer, UPF.

MULTI-PLEXED ELECTRICAL WARRANTY A four (4) year limited (V-MUX) multiplex system warranty, of Weldon Technologies, Inc., shall be provided by the apparatus manufacturer, for parts and labor, while under normal use and service, against mechanical, electrical and physical defects from the date of installation.

The warranty shall exclude: sensors, shunt interface modules, serial or USB kits, transceivers, cameras, GPS, and electrical display screens, which shall be limited to a period of one (1) time a year repair for parts and labor from the date of installation. Please see the official warranty document in the appendix (attached) for specific details.

GENERAL WARRANTY The manufacturer shall provide a two (2) year warranty from the date of delivery.

In the case of a commercial chassis being used, the warranty on the chassis, engine, transmission, tires, storage batteries, generators, electrical lamps and other devices subject to deterioration is limited to the warranty of the manufacturer thereof and adjustments for the same are to be made directly with the manufacturer by the customer.

LOW-VOLTAGE ELECTRICAL SYSTEM PERFORMANCE TESTING The apparatus low-voltage electrical system will be tested and certified. Tests shall be performed when the air temperature is between 0°F and 110°F (–18°C and 43°C). The three tests defined in NFPA shall be performed in the order in which they appear. Before each test, the batteries shall be fully charged until the voltage stabilizes at the voltage regulator set point and the lowest charge current is maintained for 10 minutes. Failure of any of these tests shall require a repeat of the sequence.

Reserve Capacity Test: The engine shall be started and kept running until the engine and engine compartment temperatures are stabilized at normal operating temperatures and the battery system is fully charged.

Page 199 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M The engine shall be shut off and the minimum continuous electrical load shall be activated for 10 minutes.

All electrical loads shall be turned off prior to attempting to restart the engine. The battery system shall then be capable of restarting the engine. Failure to restart the engine shall be considered a test failure of the battery system.

Alternator Performance Test at Idle: The minimum continuous electrical load shall be activated with the engine running at idle speed. The engine temperature shall be stabilized at normal operating temperature.

The battery system shall be tested to detect the presence of battery discharge current. The detection of battery discharge current shall be considered a test failure.

Alternator Performance Test at Full Load: The total continuous electrical load shall be activated with the engine running up to the engine manufacturer’s governed speed.

The test duration shall be a minimum of 2 hours.

Activation of the load management system shall be permitted during this test.

An alarm sounded by excessive battery discharge, as detected by the system required in NFPA 13.3.4, or a system voltage of less than 11.8 V dc for a 12 V nominal system or 23.6 V dc for a 24 V nominal system, for more than 120 seconds, shall be considered a test failure.

Low Voltage Alarm Test: Following the above test, a Low Voltage Alarm Test will be performed in the manner prescribed.

With the engine shut off, the total continuous electrical load shall be activated and shall continue to be applied until the excessive battery discharge alarm activates.

The battery voltage shall be measured at the battery terminals.

The test shall be considered a failure if the alarm has not yet sounded 140 seconds after the voltage drops to 11.70V for a 12 V nominal system or 23.4 V for a 24 V nominal system.

The battery system shall then be able to restart the engine. Failure to restart the engine shall be considered a test failure.

Certification Documentation: At the time of delivery, the manufacturer shall provide the following documentation:

(1) Documentation of the electrical system performance tests. (2) A written electrical load analysis, including the following: (a) The nameplate rating of the alternator. (b) The alternator rating under the conditions specified above. (c) Each of the component loads specified that make up the minimum continuous electrical load. (d) Additional electrical loads that, when added to the minimum continuous electrical load, determine the total continuous electrical load. (e) Each individual intermittent electrical load.

Page 200 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M PUMP CERTIFICATION AND TESTING The apparatus upon completion will be tested and certified by Underwriters Laboratories, Inc. The certification tests will follow the guidelines outlined in NFPA 1901, current edition, "Standard for Fire Apparatus".

There shall be multiple tests performed by the contractor and Underwriter's Laboratories when the apparatus has been completed. The manufacturer shall provide the completed Test Certificate(s) to the purchaser at time of delivery. The inspection services of Underwriters Laboratories are available to all bidders on an equal basis; therefore, no third party certification of testing results shall be acceptable.

The pump shall be capable of delivering the following: (1) One hundred percent of rated capacity at 150 psi (1000 kPa) net pump pressure. (2) Seventy percent of rated capacity at 200 psi (1400 kPa) net pump pressure. (3) Fifty percent of rated capacity at 250 psi (1700 kPa) net pump pressure.

The pump shall be tested after the pump and all its associated piping and equipment have been installed on the apparatus.

The tests shall include at least the pumping test, the pumping engine overload test, the pressure control system test, the priming device tests, and the vacuum test. A test plate shall be provided at the pump operator’s panel that gives the rated discharges and pressures together with the speed of the engine as determined by the certification test for each unit, the position of the parallel/series pump as used, and the governed speed of the engine as stated by the engine manufacturer on a certified brake horsepower curve. The plate shall be completely stamped with all information at the factory and attached to the vehicle prior to shipping.

Pumping Test: The test site shall be adjacent to a supply of clear water at least 4 ft. (1.2 m) deep, with the water level not more than 10 ft. (3 m) below the center of the pump intake, and close enough to allow the suction strainer to be submerged at least 2 ft. (0.6 m) below the surface of the water when connected to the pump by 20 ft. (6 m) of suction hose.

Tests shall be performed when conditions are as follows: (1) Air temperature: 0°F to 110°F (−18°C to 43°C) (2) Water temperature: 35°F to 90°F (2°C to 32°C) (3) Barometric pressure: 29 in. Hg (98.2 kPa), minimum (corrected to sea level)

Engine-driven accessories shall not be functionally disconnected or otherwise rendered inoperative during the tests.

The following devices shall be permitted to be turned off or not operating during the pump test: (1) Foam pump (2) Winch (3) Windshield wipers (4) Four-way hazard flashers (5) Compressed air foam system (CAFS) compressor

All structural enclosures, such as floorboards, gratings, grilles, and heat shields, not provided with a means for opening them in service shall be kept in place during the tests.

Page 201 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M All test gauges shall meet the requirements for Grade A gauges as defined in ASME B40.100, Pressure Gauges and Gauge Attachments, and shall be at least size 31⁄2 perASMEB40.100. The pump intake gauge shall have a range of 30 in. Hg (100 kPa) vacuum to zero for a vacuum gauge, or 30 in. Hg (100 kPa) vacuum to a gauge pressure of 150 psi (1000 kPa) for a compound gauge. The discharge pressure gauge shall have a gauge pressure range of 0 psi to 400 psi (0 kPa to 2800 kPa). All pilot gauges shall have a gauge pressure range of at least 0 psi to 160 psi (0 kPa to 1100 kPa). All gauges shall be calibrated in the month preceding the tests using a dead-weight gauge tester or a master gauge meeting the requirements for Grade 3A or 4A gauges, as defined in ASME B40.100, Pressure Gauges and Gauge Attachments, that has been calibrated within the preceding year.

The engine speed–measuring equipment shall consist of a nonadjustable tachometer supplied from the engine or transmission electronics, a revolution counter on a checking shaft outlet and a stopwatch, or other engine speed–measuring means that is accurate to within ± 50 rpm of actual speed.

The pump shall be subjected to a 3 hour pumping test from draft consisting of 2 hours of continuous pumping at rated capacity at a minimum of 150 psi (1000 kPa) net pump pressure, followed by 1⁄2 hour of continuous pumping at 70 percent of rated capacity at a minimum of 200 psi (1400 kPa) net pump pressure and 1⁄2 hour of continuous pumping at 50 percent of rated capacity at a minimum of 250 psi (1700 kPa) net pump pressure and shall not be stopped until after the 2 hour test at rated capacity, unless it becomes necessary to clean the suction strainer.

Pumping Engine Overload Test: The apparatus shall be subjected to an overload test consisting of pumping rated capacity at 165 psi (1100 kPa) net pump pressure for at least 10 minutes. This test shall be performed immediately following the pumping test of rated capacity at 150 psi (1000 kPa). The capacity, discharge pressure, intake pressure, and engine speed shall be recorded at least three times during the overload test.

Pressure Control System Test: The pressure control system on the pump shall be tested as follows:

(1) The pump shall be operated at draft, delivering rated capacity at a discharge gauge pressure of 150 psi (1000 kPa). (2) The pressure control system shall be set in accordance with the manufacturer’s instructions to maintain the discharge gauge pressure at 150 psi (1000 kPa) ±5 percent. (3) All discharge valves shall be closed not more rapidly than in 3 seconds and not more slowly than in 10 seconds. (4) The rise in discharge pressure shall not exceed 30 psi (200 kPa) and shall be recorded. (5) The original conditions of pumping rated capacity at a discharge gauge pressure of 150 psi (1000 kPa) shall be reestablished. (6) The discharge pressure gauge shall be reduced to 90 psi (620 kPa) by throttling the engine fuel supply, with no change to the discharge valve settings, hose, or nozzles. (7) The pressure control system shall be set according to the manufacturer’s instructions to maintain the discharge gauge pressure at 90 psi (620 kPa) ±5 percent. (8) All discharge valves shall be closed not more rapidly than in 3 seconds and not more slowly than in 10 seconds. (9) The rise in discharge pressure shall not exceed 30 psi (200 kPa) and shall be recorded. (10) The pump shall be operated at draft, pumping 50 percent of rated capacity at a discharge gauge pressure of 250 psi (1700 kPa).

Page 202 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M (11) The pressure control system shall be set in accordance with the manufacturer’s instructions to maintain the discharge gauge pressure at 250 psi (1700 kPa) ±5 percent. (12) All discharge valves shall be closed not more rapidly than in 3 seconds and not more slowly than in 10 seconds. (13) The rise in discharge pressure shall not exceed 30 psi (200 kPa) and shall be recorded.

Priming System Tests: With the apparatus set up for the pumping test, the primer shall be operated in accordance with the manufacturer’s instructions until the pump has been primed and is discharging water. This test shall be permitted to be performed in connection with priming the pump for the pumping test.

The interval from the time the primer is started until the time the pump is discharging water shall be noted. The time required to prime the pump shall not exceed 30 seconds if the rated capacity is 1250 gpm (5000 L/min) or less. The time required to prime the pump shall not exceed 45 seconds if the rated capacity is 1500 gpm (6000 L/min) or more. An additional 15 seconds shall be permitted in order to meet the requirements of NFPA 16.13.5.3 and 16.13.5.4 when the pump system includes an auxiliary 4 in. (100 mm) or larger intake pipe having a volume of 1 ft3 (0.03 m3) or more. Vacuum Test: The vacuum test shall consist of subjecting the interior of the pump, with all intake valves open, all intakes capped or plugged, and all discharge caps removed, to a vacuum of 22 in. Hg (75 kPa) by means of the pump priming system. At altitudes above 2000 ft. (600 m), the vacuum attained shall be permitted to be less than 22 in. Hg (75 kPa) by 1 in. Hg (3.4 kPa) for each 1000 ft. (305 m) of altitude above 2000 ft. (610 m). The vacuum shall not drop more than 10 in. Hg (34 kPa) in 5 minutes.

The primer shall not be used after the 5 minute test period has begun and the engine shall not be operated at any speed greater than the governed speed during this test.

Water Tank–to–Pump Flow Test: A water tank–to–pump flow test shall be conducted as follows:

(1) The water tank shall be filled until it overflows. (2) All intakes to the pump shall be closed. (3) The tank fill line and bypass cooling line shall be closed. (4) Hose lines and nozzles for discharging water at the rated tank-to-pump flow rate shall be connected to one or more discharge outlets. (5) The tank-to-pump valve(s) and the discharge valves leading to the hose lines and nozzles shall be fully opened. (6) The engine throttle shall be adjusted until the required flow rate −0/+5 percent is established. (7) The discharge pressure shall be recorded. (8) The discharge valves shall be closed and the water tank refilled. (9) The bypass line shall be permitted to be opened temporarily, if needed, to keep the water temperature in the pump within acceptable limits. (10) The discharge valves shall be reopened fully and the time noted. (11) If necessary, the engine throttle shall be adjusted to maintain the discharge pressure recorded as noted in 16.13.7.1(7). (12) When the discharge pressure drops by 10 psi (70 kPa) or more, the time shall be noted and the elapsed time from the opening of the discharge valves shall be calculated and recorded.

Page 203 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M Volume Discharge Calculation: The volume discharged shall be calculated by multiplying the rate of discharge in gallons per minute (liters per minute) by the time in minutes elapsed from the opening of the discharge valves until the discharge pressure drops by at least 10 psi (70 kPa). Other means shall be permitted to be used to determine the volume of water pumped from the tank such as a totalizing flowmeter, weighing the truck before and after, or refilling the tank using a totalizing flowmeter. The rated tank-to-pump flow rate shall be maintained until 80 percent of the rated capacity of the tank has been discharge.

Engine Speed Advancement Interlock Test The engine speed advancement interlock system shall be tested to verify that engine speed cannot be increased at the pump operator’s panel unless there is throttle-ready indication. If the apparatus is equipped with a stationary pump driven through split-shaft PTO, the test shall verify that the engine speed control at pump operator’s panel cannot be advanced when either of the following conditions exists:

A. The chassis transmission is in neutral, the parking brake is off, and the pump shift in the driving compartment is in the road position. B. The chassis transmission has been placed in the position for pumping as indicated on the label provided in the driving compartment, the parking brake is on, and the pump shift in the driving compartment is in the road position.

If the apparatus is equipped with a stationary pump driven through a transmission mounted PTO, front- of-engine crankshaft PTO, or engine flywheel PTO, the test shall verify that the engine speed control on the pump operator’s panel cannot be advanced when either of the following conditions exists:

(1) The chassis transmission is in neutral, the parking brake is off, and the pump shift status in the driving compartment is disengaged. (2) The chassis transmission is in any other gear other than neutral, the parking brake is on, and the pump shift in the driving compartment is in the “Pump Engaged” position. If the apparatus is equipped with a pump driven by the chassis engine designed for both stationary pumping and pump-in-motion, the test shall verify that the engine speed control at pump operator’s panel cannot be advanced when either of the following conditions exists:

(1) The chassis transmission is in neutral, the parking brake is on, and the pump shift status in the driving compartment is disengaged. (2) The chassis transmission is in any other gear other than neutral, the parking brake is on, and the pump shift in the driving compartment is in the “Pump Engaged” or the “OK to Pump In- Motion” position.

If the apparatus is equipped with a stationary pump driven through transfer case PTO, the test shall verify that the engine speed control on the pump operator’s panel cannot be advanced when either of the following conditions exists:

(1) The chassis transmission is in neutral, the transfer case is in neutral, the parking brake is off, and the pump shift in the driving compartment is in the road position. (2) The chassis transmission is in neutral, the transfer case is engaged, the parking brake is off, and the pump shift in the driving compartment is in the road position. (3) The chassis transmission has been placed in the position for pumping as indicated on the label provided in the driving compartment, the parking brake is on, and the pump shift in the driving compartment is in the road position.

Page 204 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M NFPA LOOSE EQUIPMENT The Fire Department shall be responsible to provide all NFPA loose equipment not specified as supplied and installed on the apparatus below.

The below equipment will be supplied and installed on the completed and delivered apparatus by the OEM or Apparatus Dealer:

3 EA (1) ADJ HYDRANT WRENCH (2) 2.5" SPANNERS & TRUCK MOUNT 1 EA (4) SURVIVOR LED LIGHT & (2) FIRE VULCAN LED LIGHTS WITH CHARGERS 1 EA AIR BAG MOUNTING MODULE 1 EA AIR-90360-6 TPA CONICAL 2 EA AKR-25 HOLE TYPE SPANNER 1 EA AKR-ELSS-XLAC-HK2-LKI SCENE STAR LED LIGHT KIT 1 EA ALL RADIO AND TECHNOLOGY EQUIPMENT INSTALLED 1 EA ALL SUPPLIED EQUIPMENT AND TOOLS INSTALLED WITH MOUNTS 1 EA AUS-ADS 7650-12-LH 12" HEAVY DUTY SLIDE 1 EA AUS-AH 7600-12-1 12" HEAVY DUTY SLIDE 1 EA BEA-15634 THICK ROOF MOUNT 3/4" HOLE 1 EA BEA-HKN4192B MOBILE POWER CABLE 2 EA BEA-HLN9073 HANG UP CLIP FOR MIC 1 EA BEC-AX240 2.5 GALLON WATER EXTINGUISHER 1 EA BEC-AX331 15# CO2 EXTINGUISHER 1 EA BEC-AX411 20# ABC EXTINGUISHER 1 EA BUL-QXTBUNDLE-RED BULLARD QXT IMAGER 1 EA CDC-MS-261-16 16" COMMERCIAL CHAINSAW 1 EA CDC-TS-700-14 STIHL CUTQUIK CUT OFF SAW 2 EA CMC-144910 ARC C-STROBE 1 EA CMC-180011 WATER RESCUE WHISTLES ORANGE 100 FT CMC-200102 1" WEBBING, BLUE 200 FT CMC-281203 ROPE, 1/2 STATIC-PRO RED 2 EA CMC-291275 THROWLINE 75' BAG SET 1 EA CMC-300115 CARABINER, CMC STEEL LOCK D 10 EA CMC-300221 STEEL CARABINER PS LG 1 EA CMC-300391 PULLEY, KOOTENAY

Page 205 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M

3 EA CMC-300430 PMP SWIVEL PULLEY 1 EA CMC-300610 ANCHOR PLATE ALUMINUM

1 EA CMC-300850 RESCUE 8, STEEL, CMC 1 EA CMC-300890 RESCUE RACK, CMC 1 EA CMC-305011 STEEL O RING 2 EA CMC-341103 ASCENDER, RED 2 EA CMC-347935 CASCADE SWIFTWATER HELMET 1 EA CMC-430203 ROPE BAG #2, RED 1 EA CMC-440554 PACK, RAT, GRAY, CMC 2 EA CMC-472152 NRS BIG WATER V PFD 2 EA CMC-620656 KNIFE, AKUA RESCUE 1 EA COR-03-501-05 30" TRAFFIC CONE PACK & POP 1 EA CRIBBING BOX 1 EA CTL-180PP 60" PINCH POINT CROWBAR 4 EA CUP-JUMBO HOLDER - 1 TWO TIERED DUAL JUMBO LARGE CUP HOLDER 1 EA CUSTOM RESCUE TOOL MOUNTS WITH SLIDE-OUT TRAY INSERTS 1 EA CUSTOM SAW MOUNT FOR (2) SAWS AND FUEL 1 EA CUTOUT FOAM INSERTS FOR LISTA TOOL BOX AND HAND TOOL DRAWER 2 EA DC-0121M-01 CONNECTOR 65 FT DC-09271P-34 6 CONDUCTOR CABLE 1 EA DC-18352G-07 MS 5 PIN CONNECTOR 1 EA DC-18352G-16 C3019 ADAPTER CONNECTION KIT 1 EA DC-18352G-17 MS CONNECTOR 6 SOCKET 1 EA DC-40062G-02 MIC PROTECTOR 1 EA DC-C3023 HEADSET BELT STATION 2 EA DC-C3812 12' JUMPER CABLE 1 EA DC-C3820 POWER CABLE 2 EA DC-C3821-05 RADIO INTERFACE CORD 1 EA DC-C3821-RD1 RADIO INTERFACE CORD 1 EA DC-H3441 BEHIND THE HEAD STYLE HEADBAND 4 EA DC-H3442 HEADSET BEHIND HEAD STYLE

Page 206 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M 1 EA DC-U3800 MASTER STATION 1 EA DC-U3805 RADIO JUNCTION MODULE 1 EA DC-U3811 RADIO INTERFACE HEADSET 1 EA DC-U3815A RADIO INTERFACE HEADSET 1 EA DEWALT 1/4" x 3/8" DRIVE POLISHED CHROME

1 EA DEWALT 12-VOLT TO 20-VOLT LITHIUM ION BATTERY CHARGER 1 EA DEWALT 20-VOLT MAX LITHIUM ION CORDLESS COMBO TOOL KIT 2 EA DNS-AIRCRAFT BUCKLE ASSY CUSTOM STRAPS WITH AIRCRAFT BUCKLES 2 EA DNS-CROSSLAY CUSTOM WEBBING FOR CROSSLAY 1 EA DNS-HOSEBED FLAP CUSTOM HOSEBED FLAP 2 EA DNS-NETTING EMS NETTING, STRAPPING DESIGN 1 EA ELK-S-454 ADJUSTABLE HYDRANT WRENCH 2 EA ELK-T-464 UNIVERSAL SPANNER WRENCH 2 EA EMS COMPARTMENTS IN THE CAB, BUILT TO THE BFD SPECS 1 EA ENGINE TUNNEL CONSOLE BUILT TO THE BFD SPECS 1 EA FHU-EKS-12 ELEVATOR KEY SET 1 EA FHU-FA-6 6LB. FLATHEAD AXE 1 EA FHU-FAP-6 6LB. PICKHEAD AXE 1 EA FHU-K-TOOL COMPLETE 1 EA FHU-MPBK-16 MINI PRO BAR KIT 16" 1 EA FHU-RH-6 NEW YORK ROOF HOOK 6' 1 EA FHU-SRF-5-W/D 5' SHEETROCK HOOK 6 EA FIRECOM-520-0676-00 HANGER HOOK HEADSET BULK 1 EA GFG-G450-11465K RECHARGABLE G450 4-GAS METER W/ CO-H2S-O2-LEL 4 EA GOS-CVS10-12X14 SALVAGE COVER 10 OZ. RED VINYL 2 EA GOS-HR-10-3X20 HALL RUNNER 10 OZ VINYL 3 X 20 2 EA HAN-9939.0042 ROLLER ASSEMBLY 1 EA HAR-HHR-2 TWO MAN HOSE ROLLER 4 EA HOL-150.006.208 BPA 285 GREENLINE BATTERY 2 EA HOL-150.062.158 V STRUT RESCUE STRUT 1 EA HOL-150.182.209 BCH 2 GREENLINE CHARGER 1 EA HOL-150.182.286 BCH 3 GREENLINE CHARGER

Page 207 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M 1 EA HOL-158.052.201 GCU 5050 i EVO 3 CUTTER 1 EA HOL-158.052.205 GSP 5240 EVO 3 SPREADER 1 EA HOSE BED COMPARTMENT FOR LITTLE GIANT 1 EA JGB-A017-0161-0800 1" RED SMOOTH BOOSTER HOSE 1 EA JGB-A017-0161-0850 1" RED SMOOTH BOOSTER HOSE 1 EA JOT-425-6064 FACE PLATE ASTRO 1 EA KOC-35R1515-H52 DOUBLE FM 1.5" X 1.5" ADAPTER

1 EA KOC-35R1515-H52 FF RL SW NH 1.5" X 1.5" 1 EA KOC-35R151-H52 FF RL SW NH 1.5 X 1 1 EA KOC-35R151-H52 FF RL SW NH 1.5" X 1" 1 EA KOC-35R2525-H52 FF RL SW NH 2.5 X 2.5 1 EA KOC-36R1515-H52 DOUBLE MALE 1.5" ADAPTER 1 EA KOC-36R2525-H52 MM NH RL 2.5 X 2.5 1 EA KOC-37R151-H52 F NH RL 1.5" X M NH 1" 2 EA KOC-37R2515-H52 F NH RL 2.5 X M NH 1.5 1 EA KOC-40H15FGG-H52 1.5 F X 2 GHT M HAZMAT ADPTR 3 EA KOC-KS34-P18 UNIVERSAL SPANNER WRNCH W/ SET 2 EA KOC-S54L545-H52 5 STORZ X F RL SW NH 4.5 LH 1 EA KOC-S54R525-H52 5 STORZ X F RL SW NH 2.5 4 EA LAK-V+AM-OSC2GBV-L-R CLASS 2 MESH, OPEN SIDED VEST 1 EA LISTA 28 1/4" W 22 1/2" D X 27 1/2" H, BLACK, 3-DRAWER 1 EA LIT-DEFENDER M-17 LITTLE GIANT DEFENDER 17' 1 EA LOCKING SLIDE FOR MDT 1 EA LONG HANDLE WATER KEY SHUTOFF 1 EA LON-THE PIG THE PIG W/ 32" FIBERGLASS 1 EA MISCELLANEOUS HAND TOOLS WITH BOX/BAG 2 EA MOT-HSN4031B EXTERNAL SPEAKER 2 EA NUP-10025 DEAD BLOW HAMMER 1 EA NUP-36206 6' YPD PIKE POLE 1 EA NUP-36210 10' YPD PIKE POLE 1 EA NUP-68041 BROOM HEAD, 24" WIDE 1 EA NUP-68554 54" FIBERGLASS BROOM HANDLE

Page 208 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M 1 EA NUP-69012 ALUMINUM SCOOP SHOVEL 1 EA NUP-69701 18" BOLT CUTTER 1 EA NUP-69704 36" BOLT CUTTER 3 EA ONS-92510 TALON HELMET MOUNT 1 EA PAC-1001 HOOKLOK / MOUNT 12 EA PAC-1004-PT HANDLELOK STRAP MOUNT 6 EA PAC-7000 PAC TOOL BOARDS IN ALL HALF DEPTH COMPARTMENT AREAS 2 EA PANARAMA ANTENNA PER BFD SPECS 1 EA PAR-22-000680 30" SINGLE PIECE FORGING

1 EA PAR-22-888140G2 KPI-12 12 TON KEVLAR BAG 2 EA PAR-22-888160G2 KPI-22 KEVLAR LIFT BAG 4 EA PAR-22-890490-150 INLINE RELIEF VALVE FOR G2 1 EA PAR-22-890513 16FT BLACK HOSE 1 EA PAR-22-890514 16FT BLUE HOSE 1 EA PAR-22-890515 16FT YELLOW HOSE 1 EA PAR-22-890516 16FT RED HOSE 1 EA PAR-22-890517 16FT GREEN HOSE 1 EA PAR-22-890900G2 DUAL DEADMAN ALB CONTROLLER G2 1 EA PAR-22-895401G2 PISTON TYPE REGULATOR G2 2 EA POST MOUNT FOR 5" ROLLED STORAGE ON EACH SIDE OF PUMP HOUSE 1 EA REAR SEAT BOX CONSOLE BUILT TO THE BFD SPECS 1 EA RES-20845500346 LARGE SWIFT WATER BAG 30 X 16" 1 EA SCT-200954-02 RIT-PAK III ASSY 4 EA SCT-201215-05 AV3000 HT, KEVLAR HEAD HARNESS 8 EA SCT-804722-01 45 MINUTE, CARBON CYLINDER 4 EA SCT-X8914025305A04 4.5 X3 PRO AIR-PAK 1 EA SEN-SH1 SINGLE STORZ MOUNT 5 EA SNT-FS17X50R15N PONN SUPREME 1.75" X 50' X 1.5 5 EA SNT-FS17X50W15N PONN SUPREME 1.75" X 50' X 1.5 10 EA SNT-FS25X50B25N PONN SUPREME 2.50" X 50' X 2.5 10 EA SNT-HFX50X100Y50S HFX 5" STORZ X 100' YELLOW 2 EA SNT-HFX50X25Y50S HFX 5" X 25' X 5" STORZ

Page 209 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M 1 EA SPC-RMP4906AC 2.5" NST CHROME SCREW PLATE 1 EA STE-32935 BIG EASY STORAGE POUCH 1 EA STE-32955 BIG EASY "GLO" LOCKOUT KIT 1 EA SVI-716G4-H PPV 16" 4.0 HP HONDA ENGINE 1 EA TEL-EU-2200ITA HONDA GENERATOR, 2200W, 3.5HP 2 EA TEL-SPRINKLER STOP SPRINKLER STOP 1 EA TES-47999 806-866 PHANTOM ANTENNA 2 EA TFT-A01ST BLIND CAP 5" STORZ W/ LANYARD 2 EA TFT-AB1ST-NX BALL INTAKE VALVE 2 EA TFT-AV5NJ-NJ 2.5" QUARTER TURN HYDRANT 2 EA TFT-AYNJ-NF GATED WYE 2.5NH X 1.5NH

1 EA TFT-DQS60P QUADRAFOG W/GRIP 1.0NH 3 EA TFT-FSS12 STRAIGHT TIP 15/16 X 1.5NH 3 EA TFT-GF3D1F 1.5" NH FEMALE 75 PSI SELECT 1 EA TFT-HURRICANE MANUAL MONITOR WITH CRADLE SENSOR 1 EA TFT-JTS250PS THUNDERFOG W/GRIP 2.5 1 EA TFT-PA-2 TRANSFORMER PIERCING NOZZLE 3 EA TFT-SVFV VORTEX W/DETENT SHUTOFF VALVE 1 EA TFT-UM12 PRO/PAK 1.0 1 EA TFT-XXC-52 BLITZFIRE COMBINATION PACKAGE 44 EA TPC-1212 TURTLE TILE 12" X 12" BLACK 2 EA TPC-AM MALE RAMP EDGE 1 EA TPC-QR-2 QUICK RESPONSE KIT 8 QT VPR-6235 FUEL MIX 50:1 RATIO, QUART 1 EA WEH-GMM-1 GLAS-MASTER COMPLETE 1 EA WES-1016B BLUESEA 12V USB POWER OUTLET 1 EA WES-298040 40AMP MEGAFUSE 1 EA WWG-3ZC44 WATER COOLER 3 GALLON 1 EA WWG-6AV78 1 GALLON SAFETY GAS CAN 16 EA ZIA-CPFL000003 QUIC-STRAP 2" FOOTMAN LOOP 1 EA ZIA-KD-UH-5-SF SCBA WALKAWAY BRACKET 3 EA ZIA-UMFS-0511 5" UTILITY STRAP

Page 210 of 211 Bidder’s Initials ______

Invitation for Bids for the Purchase and Delivery of One (1) New Fire Pumper for the City of Brownsville Fire Department BID # FPT-27-0320 March 26, 2020 at Time 4:00 P.M 2 EA ZIA-UMFS-0711 7" UTILITY STRAP 2 EA ZIA-UMFS-0911 9" UTILITY STRAP 8 EA ZIA-UMVS-0565-11 VARIABLE STRAP

FINAL INSPECTIONS

The factory authorized Distributor shall be required, during manufacturing, to have a final completion inspection conference at the site of the manufacturing facility with up to three (3) individuals from the Brownsville Fire Department to inspect the apparatus after construction. Final Inspection shall be done no later 6 months from award date.

The factories authorized distributor shall, at his expense, provide transportation, lodging, and meals. Any distance greater than 200 miles shall be by commercial air travel.

In addition, the apparatus will be inspected and ship from the manufacturing facility within 100 days of the purchase order date.

Page 211 of 211 Bidder’s Initials ______