CITY OF TACOMA FIRE DEPARTMENT

REQUEST FOR BIDS

TECHNICAL RESCUE VEHICLE

SPECIFICATION NO. FD17-0255F

1 City of Tacoma FIRE DEPARTMENT

REQUEST FOR BIDS FD17-0255F

TECHNICAL RESCUE VEHICLE

Submittal Deadline: 11:00 a.m., Pacific Time, August 1, 2017 Submittal Delivery: Sealed submittals will be received and time stamped at this location only:

By Carrier: In Person: City of Tacoma Procurement & Payables City of Tacoma Procurement & Payables Division Division Tacoma Public Utilities Tacoma Public Utilities Lobby Security Desk 3628 S 35th Street Administration Building North – Main Floor Tacoma, WA 98409 3628 S 35th Street Tacoma, WA 98409 By Mail: City of Tacoma Procurement & Payables Note: This is a change in location for in- Division person deliveries. Tacoma Public Utilities PO Box 11007 Tacoma, WA 98411-0007

Submittal Opening: Sealed submittals in response to a RFB will be opened by a Purchasing representative and read aloud during a public bid opening held in Conference Room M-1, located on the main floor in the same building. Submittals in response to an RFB are recorded as received but are not typically opened and read aloud. After 1:00 p.m. the day of bid opening, the names of vendors submitting bids are posted to the website for public viewing. Solicitation Documents: An electronic copy of the complete solicitation documents may be viewed and obtained by accessing the City of Tacoma Purchasing website at www.TacomaPurchasing.org.  Register for the Bid Holders List to receive notices of addenda, questions and answers and related updates.  Click here to see a list of vendors registered for this solicitation. Pre-Bid Meeting: A pre-bid meeting will not be held.. Project Scope: The Tacoma Fire Department is seeking bids to purchase a Technical Rescue Vehicle. Additional Information: Requests for information regarding the specifications may be obtained by contacting Kimberly Ward, by email to [email protected]. Protest Policy: City of Tacoma protest policy, located at www.tacomapurchasing.org, specifies procedures for protests submitted prior to and after submittal deadline. Meeting sites are accessible to persons with disabilities. Reasonable accommodations for persons with disabilities can be arranged with 48 hours advance notice by calling 253-502-8468.

2 TABLE OF CONTENTS

Request for Bids Page

Submittal Checklist

SECTION 1 – PROPOSAL SECTION 1.1 PROJECT OVERVIEW 1.2 INQUIRIES TO RFB 1.3 RFB REVISIONS 1.4 CALENDAR OF EVENTS 1.5 RESPONSIVENESS 1.6 COSTS TO PREPARE SUBMITTAL 1.7 ACCEPTANCE OF BID CONTENTS 1.8 BID FORMAT AND PRESENTATION 1.9 CONFIDENTIAL INFORMATION 1.10 CONTENT TO BE SUBMITTED 1.11 EVALUATION OF SUBMITTALS

SECTION 2 – DEPARTMENT REQUIREMENTS 2.1 SURETY BOND 2.2 CERTIFICATE OF ORIGIN 2.3 DESIGN AND CONSTRUCTION 2.4 TRANSPORTATION, AND DELIVERY 2.5 TESTING 2.6 WARRANTY 2.7 TRAINING AND INFORMATION 2.8 FACTORY VISITS

SECTION 3-TECHNICAL SPECIFICATIONS

APPENDIX A  SIGNATURE PAGE  PRICE PROPOSAL FORM  RECORD OF PRIOR CONTRACTS  INSURANCE REQUIREMENT  STANDARD TERMS AND CONDITIONS  TMC 1.07

3 SUBMITTAL CHECK LIST

This checklist identifies items to be included with your submittal. Any submittal received without these required items may be deemed non-responsive and not be considered for award.

Submittals must be received by the City of Tacoma Purchasing Division by the date and time specified in the Request for Bid page.

The following items make up your submittal package:

3 paper copies and one electronic copy (CD or flash drive) of your complete submittal package

Signature Page (Appendix A)

Price Proposal Page (Appendix A)

Record of Prior Contracts (Appendix A)

Information in Section 1.10 After award, the following documents will be executed:

Purchase Order

Surety Bond

Certificate of Insurance and related endorsements,

4 SECTION 1 – PROPOSAL SECTION

1.1 PROJECT OVERVIEW –

Tacoma Fire Department (THE CITY) is a professional paid department of over 350 firefighters. It provides Fire and EMS service for the residents of the City of Tacoma, the City of Fife and the City of Fircrest. We respond to over 45,000 calls a year. We have 13 frontline pumpers, 3 with aerials, 4 aerial ladder trucks, 5 medic units, 2 squads and 2 fireboats. Tacoma Fire Department has set a high standard in its apparatus purchases for the safety of the firefighters, longevity of the units, ease in maintenance, and the best price for the taxpayers. The Tacoma Fire Department is seeking bids for the purchase of 1 (one) Technical Rescue Vehicle

1.2 INQUIRIES TO RFB

No Pre-bid conference is being held; however, questions and request for clarifications of the specifications may be submitted in writing by 3:00 p.m., Pacific Time, Tuesday, July 25 to Kimberly Ward, Purchasing Division, via email to [email protected]. No further questions will be accepted after this date and time. The City will not be responsible for unsuccessful submittal of questions.

Written answers to all questions submitted will be posted on the Purchasing website at www.TacomaPurchasing.org on or about July 28, 2017. The City reserves the discretion to group similar questions to provide a single answer or not to respond when the requested information is confidential. The answers are not typically considered an addendum.

1.3 RFB REVISIONS

In the event it becomes necessary to revise any part of this RFB, addenda will be issued to all registered planholders and posted on the Purchasing website. Answers in response to RFB inquiries (see Section 1.2. above) are not typically provided as an addendum.

1.4 CALENDAR OF EVENTS

The anticipated schedule of events concerning this RFB is as follows:

Pre-Bid Questions July 25, 2017 Response to Questions July 28, 2017 Submittal Due Date August1,2017, Submittals evaluated August2017 2017 Interviews/presentations, if conducted August 2017 Award recommendation September 2017

This is a tentative schedule only and may be altered at the sole discretion of the City.

1.5 RESPONSIVENESS

Respondents agree to provide 60 days for acceptance from the submittal deadline.

All submittals will be reviewed by the City to determine compliance with the requirements and instructions specified in this RFB. The Respondent is specifically notified that failure to comply

5 with any part of this RFB may result in rejection of the submittal as non-responsive. The City reserves the right, in its sole discretion, to waive irregularities deemed to be immaterial.

The final selection, if any, will be that bid which, after review of submissions and potential interviews, in the sole judgement of the City, best meets the requirements set forth in this RFB.

1.6 COSTS TO PREPARE SUBMITTAL

The City is not liable for any costs incurred by the Respondent for the preparation of materials or a bid submitted in response to this RFB, for conducting any presentations to the City, or any other activities related to responding to this RFB.

1.7 ACCEPTANCE OF BID CONTENTS

The Bid contents of the successful Respondent will become contractual obligations if a contract ensues.

1.8 BID FORMAT AND PRESENTATION

Respondents are encouraged to use recycled/recyclable products and both sides of paper for printed and photocopied materials, wherever possible

Submittals should be limited to 10 pages, double-sided, excluding any required forms.

1.9 CONFIDENTIAL OR PROPRIETARY INFORMATION

Washington State Public Disclosure Act (RCW 42.17 et seq.) requires public agencies in Washington to promptly make public records available for inspection and copying unless they fall within the specified exemptions contained in the Act, or are otherwise privileged. Documents submitted under this RFB shall be considered public records and, with limited exceptions, will be made available for inspection and copying by the public.

If the Supplier considers any submittal document to be protected from disclosure under the law, they shall clearly identify on the pages(s) affected such words as “CONFIDENTIAL,” ‘PROPRIETARY’ OR “BUSINESS SECRET.” The Supplier shall also submit an index with its material. Marking the entire Informational packet as “confidential”, or “proprietary” is not acceptable and grounds to reject such information.

If a request is made for disclosure of such identified documents or portions thereof, the City will determine whether the material is exempt from public disclosure. If, in the City’s opinion, the material is subject to disclosure, the City will notify the Supplier of the request and impending release and allow the Supplier ten (10) days to take whatever action it deems necessary to protect its interests. The City will cooperate with any legal action initiated by the Supplier to prevent release; provided that all expense of such action shall be borne solely by the Supplier, including all damages, attorneys’ fees or costs awarded by reason of having opposed such action within said period, the City will release all materials deemed subject to disclosure. Submission of materials in response to this RFB shall constitute assent by the Supplier to the forgoing procedure and the Supplier shall have no claim against the City on account of actions taken pursuant to such procedure.

6 1.10 CONTENT TO BE SUBMITTED

Respondents are to provide complete and detailed responses to all items below. Submittals that are incomplete or conditioned in any way that contain alternatives or items not called for in this RFB, or not in conformity with law, may be rejected as being non-responsive. The City will not accept any bid containing a substantial deviation from the requirements outlined in this RFB.

Organization of the submittal shall follow the sequence of contents below so that essential information can be located easily during evaluation.

1. Executive Summary Provide a brief history of your firm and local office, including a list of major clients served by your local office.

2. Required Forms  Signature Page  Price Proposal Form  Record of Prior Contracts- The bidder shall submit with the bid, a list of all local fire apparatus deliveries in the last calendar year with a contact name and phone number of the receiving department. You may include any letters of recommendation with this list.

3. Optional Items Any sales related brochures or other documents the bidder may want to include.

All submittals must be completed in ink or typewritten using the forms included with this Specification, and submitted exactly as specified.

City forms requiring signature must be signed in ink by an authorized officer, employee or agent of the Respondent.

Prices must be stated in figures. Corrections shall be initialed in ink by the person signing the submittal. Prices having erasures or interlineations (cross outs) will not be accepted unless initialed in ink by the Respondent.

1.11 EVALUATION OF SUBMITTALS The City of Tacoma reserves the right to award to the lowest and best responsible Respondent(s) delivering a submittal in compliance with the specification documents, provided such submittals are reasonable and are in the best interest of the City to accept. The City may use a number of criteria for determining award, including evaluation factors set forth in Municipal Code Section 1.06.253. Respondents who are inexperienced or who fail to properly perform other contracts may have their submittal rejected for such cause.

The Fire Chief or his/her designated representative shall be the final judge as to compliance of the apparatus with these specifications and the Fire Chief shall be the final judge of the acceptability of the apparatus. The decision of the Fire Chief shall in all cases be final and binding on both parties. The Fire Chief’s designated representative will perform all acceptance tests. If all tests are successful and the apparatus meets all specifications and conditions it will be accepted and then be approved for final payment.

7 SECTION 2 – DEPARTMENT REQUIREMENTS

2.1 SURETY BOND

The Bidder to whom the Contract is awarded shall provide a performance bond, including power of attorney, for 100 percent of the amount of his/her bid (excluding sales taxes), to insure complete performance of the Contract including the guarantee. The bond must be executed by a surety company licensed to do business in the State of Washington. For a supply-type contract, a cashier’s check or cash may be substituted for the bond; however, this cash or cashier’s check must remain with the City through the guarantee period and any interest on said amount shall accrue to the City.

2.2 CERTIFICATE OF ORIGIN

The contractor shall supply the City of Tacoma with a Certificate of Origin and a signed application for title for the State of Washington no later than 30 days from the date of the final payment for the vehicle.

2.3 DESIGN AND CONSTRUCTION

2.3.1 ENGINEERING

Only units that were completely designed, engineered and constructed for fire service will be considered.

It is the intent of these specifications to cover the furnishing and delivery to the purchaser of a complete apparatus equipped as hereinafter specified. Minor details of construction and materials where not otherwise specified are left to the discretion of the bidder.

2.3.2 WEIGHT DISTRIBUTION

This apparatus shall be constructed with due consideration to distribution of load between front and rear axles, with all specified equipment including a full NFPA complement of fire equipment and personnel. Weight loaded distribution should be 40% front and 60% rear.

Vehicle rating certification data using tires, wheels, springs, air suspension and axle capacities of completed vehicle as built shall be furnished at time of delivery.

2.3.3 CONSTRUCTION DRAWINGS

A final production blueprint shall be submitted for approval by the Fire Department prior to start of actual construction. Drawings shall be produced on computer-aided-design (CAD) equipment.

Views shall show Street Side, Curb Side,Front, Rear and a plan view, giving all exterior dimensions as well as interior compartment dimensions and an enlarged view of pump panel.

8 2.3.4 QUALITY AND WORKMANSHIP

The apparatus shall be of modern type, carefully designed to suit requirements. All material, workmanship and finish entering into the construction of the apparatus shall conform to the character of the apparatus and the purpose to which intended. Quality of workmanship shall be judged by comparison with vehicles which the Tacoma Fire Department has recently had produced and has accepted, in comparison with vehicles by other builders of similar style vehicles and systems and by what the representatives of the City of Tacoma Fire Department judge as standard for the industry.

2.3.5 GENERAL CONSTRUCTION

The apparatus shall be constructed with due consideration to the nature and distribution of the load to be sustained, and to the general characteristics of the fire service. All parts of the vehicle shall be strong enough to withstand the road speed, practical tests, and general service under a full load for a 15-year period. The vehicle shall be so designed that the various parts are readily accessible for inspection, adjustment and repair

2.3.6 LIFE CYCLE PERFORMANCE

Beyond what has been strictly specified, it is the Fire Department's general intention that the apparatus to be purchased as a result of this solicitation be constructed to a life cycle performance standard equal to or better than that of the department's apparatus currently in front-line operation. Fire Department staff evaluating bid proposals received in response to this specification may reasonably reject unusual or unfamiliar equipment or construction methods if, in their opinion, such equipment or methods are not comparable or superior to equipment or methods employed for the construction of its current apparatus.

2.3.7 CONSTRUCTION DETAILS

A completed, “Manufacturer's Record of Construction Details” form shall be provided at delivery. Review NFPA 1901 item 4.19.1 for required information.

2.3.8 RADIO FREQUENCIES

To ensure radio reception any electronics must use frequencies that don’t interfere with the following: 154.130, 154.295, 153.890, 154.355, 154.950, 153.830, 1 56.135, 155.340,700,800 and 900 megahertz. It shall be the responsibility of the bidder to correct R. F. interference with any of these frequencies. This will be considered a warranty item.

2.3.9 LABELS

All labels and instruction plates shall be metal or plastic with the information machine engraved or stamped, free hand engraving is not acceptable. If metal, they shall be made of a non- corrosive material. Nameplates shall show make, model, serial numbers, and other such data necessary to positively

9 identify the item. All plates shall be mounted in a conspicuous place with stainless steel screws and bolts.

2.4 TRANSPORTATION, INSURANCE AND DELIVERY As part of the bid the contractor will be responsible for the transportation of the chassis to any other vendor for aerial or body installation. The completed apparatus shall be delivered to 3401 B South Orchard, Tacoma, Washington. The contractor will be responsible for insurance and/or any damage to the vehicle during any transport. The contractor shall be required to maintain all hazards insurance fully protecting the vehicle against all damage including acts of God. The completed apparatus shall be driven to Tacoma; rail or lowboy shipment is not acceptable. The contractor will be responsible for all travel and driving expenses. The cost of the final delivery of completed apparatus shall be included into the bid price and the amount identified in the credit and discount section. Responsibility for the apparatus and equipment remains with the contractor until the satisfactory completion of all acceptance tests and formal acceptance by the Tacoma Fire Department

2.4.1 DRIVE OUT RECORD

The delivery driver will keep a record (dates and mileage) of all fuel and oil added, any parts replaced or any problems during the drive to Tacoma, Washington. This log will be presented upon delivery of the vehicle.

2.4.2 ALIGNMENT

The chassis frame rails shall be crosschecked for length and square. Front and rear axles shall be laser aligned. Tires and wheels shall be aligned and toe-in set on the front tires at the chassis manufacturer's facility. The vehicle shall have a complete four-way alignment after delivery with simulated load. A copy of the alignment report shall be provided at delivery.

2.4.3 SERVICING

The vehicle shall be completely serviced after arrival in Tacoma, including changing of all oils and filters including oil analysis of engine, transmission, and rear end oils. Complete greasing and any factory recommended 3,000-mile adjustments of a new engine and transmission. A copy of the service report shall be provided at delivery.

2.5 TESTING

2.5.1 TEST FAILURE

In submitting its bid, the contractor agrees and warrants that it can furnish the specified vehicle with equipment installed so that the completed apparatus will successfully accomplish all acceptance testing provided in this specification.

In the event the apparatus fails to meet the test requirements of these specifications on first trials, second trials may be made at the option of the bidder within thirty days of the date of the first trials. Such trials shall be final

10 and conclusive. Failure to comply with these requirements shall be cause for rejection and will result in contract termination.

Failure to make such changes, as the purchaser may consider necessary to conform to any clause of the specifications within thirty days after notice is given to the bidder to make such changes shall also be cause for rejection of the apparatus. Permission to keep or store apparatus in any building owned or occupied by the purchaser or its agent during the above specified period with the permission of the bidder shall not constitute acceptance of vehicle.

2.5.2 TEST WEIGHT

All driving acceptance road tests will be conducted with a pre-load equal to its “In-Service Weight”. In Service Weight shall be as per NFPA. A weight slip of loaded apparatus will be acquired prior to road and brake tests.

2.5.3 GRADE

Apparatus shall negotiate a 22% grade forward and in reverse, starting and stopping thereon

2.5.4 BRAKES

Brake performance shall comply with applicable regulations including all State and Federal requirements for apparatus type at date of manufacture. Service brakes shall be capable of bringing the fully laden apparatus to a complete stop from an initial speed of 20 MPH in a distance not exceeding 30’ by actual measurement on a hard surface road.

Parking brakes shall be required to hold apparatus on a 22% grade.

2.5.5 DRIVING COURSE

The vehicle(s) shall successfully display its ability over a City of Tacoma driving course, which represents the maximum percent of grades, abrupt level changes, and unusual topography in the City. The course is approximately 30 miles and shall be successfully negotiated by the apparatus.

2.6 WARRANTY

2.6.1 APPARATUS WARRANTY

The contractor / manufacturer shall warranty each new apparatus manufactured or assembled to be free from defects in material and workmanship under normal fire service use. The minimum obligation under this warranty shall be for one year. The repair or replacement of defective parts under this warranty will be made without charge for parts and without charge for labor. Pickup and delivery to repair shop(s) is the responsibility of the bidder or their designee. Resolution of all disagreements or problems on warranty will be the responsibility of the awarded bidder and they shall be resolved to the satisfaction of the Fire Chief. A printed copy of all manufacturers’ warranties must be included with delivered apparatus.

11 2.6.2 COMPONENT WARRANTY The diesel engine and transmission and other major components shall have the standard warranty offered by the component manufacture. No component warranty shall be for less than one year. Body module shall be warranted for five years to be structurally sound and free of defects of both materials and workmanship.

2.6.3 PAINT WARRANTY Undercarriage, wheels, piping and all other painted surfaces shall be warranted for at least five years from peeling, flaking and failure of paint.Cab, body and aerial paint shall be warranted for ten years against any perforation

2.6.4 REPAIR SHOPS For service and warranty work bidder shall be required to have local shop facilities including qualified service personnel, parts department and repair service shop within four hours driving time of Tacoma. Bidder shall be responsible for coordinating and transporting for any warranty work. The location of this shop shall be noted on the Price Proposal Form.

2.7 TRAINING AND INFORMATION 2.7.1 TRAINING The bid shall include the cost of five consecutive days of training of Fire Department personnel for each unit delivered; four days for uniform personnel, and one day for mechanical staff. Training will be scheduled at the convenience of the Fire Department. This training shall be done hands on with the actual apparatus after delivery. The training shall be for six hours per day and shall include safety, normal operation, emergency operation, preventative maintenance, and troubleshooting. The mechanical training will focus more on repair and maintenance of vehicle and systems. Tacoma shall provide a room and facilities for the training. Bidder shall provide two electronic copies of all apparatus operation and maintenance with the delivered apparatus. 2.7.2 MANUALS The purchaser shall provide a complete set of manuals for each unit for all systems and components. Each manual shall be supplied in a three ring binder with reference tabs for each section of the vehicle. Parts manuals, where available, shall be cross referenced so as to show actual manufacturer’s part number, name, and description on all outside purchase parts and fittings that are commercially available. Each set of manuals shall consist of: • Two copies of operation manuals • One copy of service / repair manuals • One copy illustrated parts manuals

12 2.7.3 BLUEPRINTS

Upon completion and delivery of the vehicle, contractor shall supply a copy of the “as built” blueprints in both D size paper and electronic form. Drawings shall be on computer-aided- design (CAD) equipment. Views shall show Street Side, Curb Side, and Front, Rear and a plan view, giving all exterior dimensions as well as interior compartment dimensions.

Blueprints shall include “as built” wiring diagrams of completed apparatus including chassis.

2.8 FACTORY VISITS

As part of the bid price the bidder shall include an inspection trip fund of $5,000.00 for each vehicle ordered. The inspection trips shall be made at the discretion of the City including but not limited to chassis completion, major component installation, preconstruction, during construction, and after completion of vehicle.

This fund shall pay the cost of transportation, lodging, and meals of Fire Department staff only. An itemized cost of each trip shall be provided to the Fire Department after each trip.

If the cost of the inspection trips exceeds the fund amount the overage shall be an expense on the final invoice. If there are any unused funds it shall be a credit on the final invoice.

13

SECTION 3 – TECHNICAL REQUIREMENTS

3.1 NFPA 2016 STANDARDS

This unit shall comply with the NFPA standards effective January 1, 2016. Certification of slip resistance of all stepping, standing and walking surfaces shall be supplied with delivery of the apparatus.

A plate that is highly visible to the driver while seated shall be provided which states the overall height, length, and gross vehicle weight rating.

The manufacturer shall have programs in place for training, proficiency testing and performance for any staff involved with certifications.

An official of the company shall designate, in writing, which is qualified to witness and certify test results.

3.2 PAINT WARRANTY TEN YEAR

The PPG paint performance guarantee will cover the areas of the vehicle finished with the specified product for a period of TEN (10) years beginning the day the vehicle is delivered to the purchaser.

The full apparatus chassis, manufactured and painted by the chassis manufacturer, shall be covered for the following paint failures as outlined on the guarantee certificate:

Peeling or delaminating of the topcoat and/or other layers of paint.

Cracking or checking.

Loss of gloss caused by cracking, checking, or hazing.

Any paint failure caused by defective PPG Fleet Finishes, which are covered by this guarantee.

All guarantee exclusions, limitations, and methods of claims are covered in the full certificate provided to the original purchaser.

Note: Surety bond, if required, will cover standard one year warranty period only and will not cover any extended warranties allowed by seller or other component manufacturers.

3.3 CAB STRUCTURE WARRANTY

The cab structure shall be warranted for a period of ten (10) years with the complete detail of the warranty outlined in a document provided upon request.

14 3.4 TRANSMISSION WARRANTY

The Allison EVS transmission shall be warranted for a period of five (5) years with the complete detail of the warranty outlined in a document provided upon request.

3.5 ENGINE WARRANTY

The Cummins engine shall be warranted for a period of five (5) years or 100,000 miles, whichever comes first, with the complete detail of the warranty outlined in a document provided upon request.

3.6 FRAME WARRANTY

The frame and cross members shall carry a lifetime warranty with the complete detail of the warranty outlined in a document provided upon request.

3.7 FRONT AND REAR AXLE WARRANTY

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

3.8 CAB AND CHASSIS WARRANTY

The cab and chassis shall carry a twenty-four (24) month warranty providing limited parts and labor from the date the complete apparatus is delivered to the end user. The complete detail of the warranty shall be outlined in a document provided upon request.

3.9 STATIC LOAD SEAT TEST INFORMATION

This model of seat shall have successfully completed the static load tests set forth 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 poundsather than the 50th percentile male dummy weighing 165 pounds as referenced in FMVSS 208.

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.

3.10 CAB TEST INFORMATION

The cab as built shall have successfully completed the pre-load 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

15 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 shall have been witnessed by and attested to by an independent third party. The test results shall have been recorded using cameras, high speed imagers, accelerometers and strain gauges.

Documentation of the testing shall be provided upon request.

3.11 CAB INTEGRITY CERTIFICATION

The manufacturer shall provide a cab crash test certification with this proposal including SAE J2422 Cab Roof Strength Evaluation - Quasi-Static Loading for Heavy Trucks and SAE J2420 COE Frontal Strength Evaluation - Dynamic Load for Heavy Trucks.

3.12 CAB TEST INFORMATION

Roof Crush-The cab shall be subjected to a roof crush test of 120,000 pounds exceeding the requirements of ECE 29 criteria. The 120,000 requirement is important to ensure to most structurally sound and safe cab in the event of a crash or roll over.

Side Impact-The cab shall be subjected to dynamic moving barrier slammed into the side of the cab at 7.5 mph, striking with an impact of 15,157 foot pounds of energy. This test will closely represent the forces a cab would incur in a rollover incident.

Frontal Impact- The cab shall withstand a frontal force produced from a moving barrier slammed into the front of the cab traveling at 10.5 mph, striking with an impact of 42,587 foot pounds of energy.

The same cab shall withstand all tests without any measurable intrusion into the survival space of the occupant area.

3.13 OPERATION AND PARTS LIST MANUALS

Each cab and chassis shall include two (2) electronic copies of the operation manuals and parts listings. The manuals shall include information specific to the components included on the apparatus.

3.14 ENGINE AND TRANSMISSION MANUALS

One (1) paper copy of the specific engine and transmission manuals shall accompany each cab and chassis.

3.15 ENGINE SERVICE MANUALS

One (1) printed copy of the Cummins engine service manual shall accompany the cab and chassis.

3.16 TRANSMISSION SERVICE MANUALS Each cab and chassis shall include one (1) printed copy of the service manual for the Allison brand transmission.

16

3.17 AS BUILT WIRING DIAGRAMS Each cab and chassis shall include one (1) digital copy of the wiring schematics and component wiring. The wiring schematics shall be developed on a software program such as VeSys Design or equal that provides continuity in files and diagram. The software shall allow you to trace through the design schematics to identify cross referenced items such as in-line connectors and wires. The software shall be interactive which allows you to view one electrical assembly drawing, click on a wire routing and the program will take you to the related circuit assembly or termination point. The software shall also provide a searchable function allowing you to view multiple diagrams using readily available pdf viewers. The digital copy of the wiring schematics shall be compatible with hand held devices such as I-Pads.

3.18 USB STORAGE For ease of service the chassis shall come with an on board USB flash drive. The flash drive shall have a minimum of 8 GB of storage capacity; and shall be located behind the access panel on the driver side kick panel, next to the data port for the engine. The following items shall be stored on the Flash Drive. No Exception.  As built wiring diagrams  Plumbing diagram  Chassis and body manuals

The USB shall be accessible through a USB-A to USB-B cable.

3.19 ROAD SAFETY KIT

One (1) 2-1/2# ABC DOT Approved fire extinguisher shall be provided. The fire extinguisher shall be shipped loose with the chassis.

One (1) set of DOT approved hazard triangles shall be supplied with the chassis. They shall be stored in a plastic case and shipped loose with the chassis.

One (1) first aid kit

3.20 MAX HEIGHT

The maximum height of the apparatus shall not exceed 11' Feet 3" inches. 3.21 CAB CUSTOM STYLE

Custom cab styles in service include Spartan Gladiator and Rosenbauer Commander.

The cab shall be a custom, cab over engine style, with the driver and officer positions ahead of the engine and front axle. The cab shall be specifically designed and manufactured for the fire service industry.

The cab shall be designed and assembled by the apparatus manufacturer in a facility located on the manufacturer's premises. No Exceptions.

The cab shall be of a totally enclosed full tilt design, with the interior area completely open to improve visibility and verbal communication between the occupants. The cab

17 shall be capable of tilting 45-degrees, allowing the chassis engine to be removed, if required, without tilting the cab beyond 45-degrees.

The cab shall include a two (2)-point rubber isolated cab pivot and mounting system. The rear histic mounts shall be isolated from the chassis frame to reduce the transfer of road vibrations and frame torque into the cab, while providing superior handling characteristics. No solid mounted rear lock downs shall be acceptable.

The front cab pivot assemblies shall be 1/2" A36 steel plate with a .31" thick 2-1/2" diameter tube cross member mechanically attached to the cab and frame. There shall be two (2) greaseable rubber isolated engineered bushings to reduce the transfer of road vibrations into the cab.

The cab shall be locked down by a two (2)-point automatic spring-loaded hook mechanism that actuates after the cab has been lowered.

The cab extrusions shall provide adequate space for routing of wiring and hoses which will provide service accessibility. Routing of harnessing which requires pulling of wires through tubes will not be allowed. No Exceptions.

Cast cab components, including cab corners, "A" pillars and front fascia components shall not be acceptable due to the high tendency of fractures.

The front facade shall be constructed with dual wall .19” thick 5052-H32 aluminum plates which make up the front bulkhead, reinforced by .19” thick 6061-T6 aluminum extrusion (box-sections), though-out the inner and outer perimeter of the front end / facade. The reinforcing third wall / barrier is .13” thick 5052-H32 work hardened aluminum facade panels. All panels shall be welded, no adhesive.

The cab length shall measure 70” from center of the front axle to the back of the cab.

The crew floor shall feature a complete flat floor design, including provisions for a one o'clock PTO inclusion, while still offering an uninterrupted 25 total square feet of space.

The leading edge of the cab floor from the steps shall meet NFPA 15.7.4 slip resistance requirements on both the front and rear cab doors. No Exceptions.

The cab shall incorporate a two-step design at each door, with a first step height of approximately 22” from the ground. The leading edge of the first step shall be 5" further outboard than the second step to provide a staircase design for safer egress.

The cab shall meet or exceed cab impact test (SAE J-2420, cab rollover test (SAE J2422), and cab seating requirements (FMVSS 210, and FMVSS 208).

The cab shall include 4 doors.

18 3.22 ROOF STYLE – RAISED, Minimum of 10”

The cab roof design shall incorporate an angled front roof, transitioning into a rolled extrusion for a swept back design.

The roof of the cab shall feature dual .25" thick interlocked structural member extrusions running the entire width of the cab defending against buckling in the event of a rollover.

The cab header shall feature dual 6061-T6 aluminum extrusions which shall offer superior rigidity and strength.

The entire roof super structure is reinforced by a .25” thick roof edge corner extrusion around the entire cab perimeter.

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

3.23 LIGHT TOWER PROVISION

The cab roof shall include reinforcement for a light tower. The reinforcement shall consist of four (4) aluminum pads mounted to the exterior of the cab roof and additional internal cab roof structure. The entire reinforcement shall be integral with the roof for rigidity. The light tower shall be provided and installed by the body manufacturer.

3.24 DRIVER SIDE REAR CAB COMPARTMENT

The driver side of the cab shall feature a compartment which shall be located at the rear of the cab behind the driver's side crew door. The compartment shall measure 9"wide x27" tall x 22" deep, the compartment a minimum of 9" wide x 37" tall x 22" deep and shall feature:

• A hinged box pan style exterior compartment door

• A hidden, piano style stainless steel door hinge which shall be mounted inside the panel of the door prohibiting dirt and debris from becoming trapped in the hinge

• A clear door opening of 8" wide x37" tall

• The compartment floor shall be a sweep out design. No Exceptions.

3.25 TRANSVERSE REAR COMPARTMENT

The driver and officer side rear compartments shall be transverse above the frame rails, creating a larger compartment from one compartment to the other.

The compartment shall have a door opening that is 37” high by 8.25” wide.

The lower sections of the compartment shall have the following dimensions. It shall be 22.25” deep and 27” high.

The upper section shall be 10.375” high and 93.75” long and a minimum of 8.25” wide. 19

3.26 DRIVER EXTERIOR REAR COMPARTMENT HANDLE

The Driver’s exterior rear compartment shall have a Chrome plated die cast steel handle.

3.27 REAR CAB COMPARTMENT DOOR LOCKS

The driver side rear cab compartment shall include a manual door lock. The door lock shall be an integral part of the compartment handle. The door may be unlocked from the exterior with a key.

3.28 DRIVER REAR COMPARTMENT INTERIOR FINISH

The interior of the driver side rear compartment shall be finished with the same product and color as the cab coating.

3.29 DRIVER REAR CAB COMPARTMENT LIGHTING

The driver's side rear compartment shall include one (1) 36" strip of LED lighting and shall be located in the inside front corner of the compartment near the door.

3.30 OFFICER SIDE REAR CAB COMPARTMENT

The officer side of the cab shall feature a compartment which shall be located at the rear of the cab behind the officer's side crew door. The compartment shall measure 9"wide x 27" tall x 22" deep when the compartment is non transverse and a minimum of 9" wide x 37" tall x 22" deep when the compartment is transverse and shall feature:

• A hinged box pan style exterior compartment door • A hidden, piano style stainless steel door hinge which shall be mounted inside the panel of the door prohibiting dirt and debris from becoming trapped in the hinge • A clear door opening of 8" wide x 37" tall • The compartment shall be of a sweep out design. No Exceptions. • 3.31 TRANSVERSE REAR COMPARTMENT

The driver and officer side rear compartments shall be transverse above the frame rails, creating a larger compartment from one compartment to the other. The compartment shall have a door opening that is 37” high by 8.25” wide. The lower sections of the compartment shall have the following dimensions. It shall be 22.25” deep and 27” high.

The upper section shall be 10.375” high and 93.75” long and a minimum of 8.25” wide.

3.32 OFFICER EXTERIOR REAR COMPARTMENT HANDLE

The Officer’s exterior rear compartment shall have a Chrome plated die cast steel handle.

3.33 REAR CAB COMPARTMENT DOOR LOCKS

The officer side rear cab compartment shall include a manual door lock. The door lock shall be an integral part of the compartment handle. The door may be unlocked from the exterior with a key. 20

3.34 OFFICER REAR COMPARTMENT INTERIOR FINISH

The interior of the officer side rear compartment shall be finished with the same product and color as the cab coating.

3.35 OFFICER REAR CAB COMPARTMENT LIGHTING

The officer's side rear compartment shall include one (1) 18"strip of LED lighting and shall be located in the inside front corner of the compartment near the door.

3.36 CAB DOORS

The cab shall include a total of four (4) doors, two (2) forward and two (2) rear crew doors. The forward cab doors shall be a minimum of 45" wide, and have a cab structure opening of 42.5" wide; and the rear crew doors shall be a minimum of 41" wide, and a cab structure opening of 38.5" wide to provide enhanced entry and egress of the cab.

All cab doors shall open a minimum of 80 degrees for the safety of personnel during entrance or egression from the cab.

Each cab door shall feature:Superior strength and rigidity from 3/16" closed section extruded door frames • Insulation and damping inside each door for a solid feel and minimized reverberation when closed • A rolled rubber bulb seal style gasket shall be utilized around the door ensuring a weather tight fit • Integrated, mechanical door stop • A full length, hidden piano style 10 gauge stainless steel door hinge with a 1/4" pin, which shall be mounted inside the panel of the door prohibiting dirt and debris from becoming trapped in the hinge • An integrated one-piece inner door assembly that includes a glass track, mounting provisions for window regulator, door handle and door panel shall be utilized. The inner door assembly shall be easily removed with nut inserts. Self-tapping screws shall not be acceptable.

3.37 CAB STEPS

The cab steps shall meet NFPA 13-7.3 in size and slip resistance requirements.

The cab shall incorporate a two-step design at each door, with a first step height of approximately 22” from the ground. The leading edge of the first step shall be 5" further outboard than the second step to provide a staircase design for safer egress.

The front cab first step shall measure a minimum of 32" wide x 9-1/2" deep. The front

cab intermediate step shall measure a minimum 33" wide x 8-1/2" deep.

The crew cab first step shall measure a minimum of 26-1/2" wide x 9-1/2" deep. The crew cab intermediate step shall measure a minimum 28" wide x 9-1/2" deep.

The top crew step shall incorporate an angle approximately midway from the rear wall to the crew door hinge extending out the flooring under the rear facing outer seat 21 positions, offering foot placement for safety while seated in this position.

3.38 CAB STEP TRIM

The cab steps shall include a 12 gauge 304 Grip Strut stainless steel construction on the first step, the step closest to the ground. The stainless steel finish shall be a number 7 mirror. The step shall include a frame which is integral with the construction of the cab for rigidity and strength. The Grip Strut shall allow water and other debris to flow through rather than becoming packed under the step. The middle step shall be integral with the cab in construction and shall be trimmed in 3003-H22 embossed aluminum tread plate which is 0.084" thick.

3.39 FULL HEIGHT DOORS

All doors shall be full height from the roof of the cab extending down to cover and protect the entrance step areas.

3.40 DOOR FILL PANEL

The door fill panel shall have the same finish as the door.

3.41 DOOR HANDLES

The exterior door handles shall be constructed of die-cast steel and chrome plated for a pleasing appearance. They shall feature a vertically oriented heavy duty pull style handles which are extended out and suitable for easy grasping with a gloved hand.

The interior door handle shall be a chrome plated paddle style latch. The paddle shall be hinged towards the front of the cab and shall include a manual door lock unless otherwise specified.

Each door latch shall feature a military grade aligning dove tail guide striker assembly for precision door closure which prevents sagging throughout the life of the vehicle. No exceptions.

3.42 CAB DOOR LOCKS

All cab doors shall include manual door locks with keys. The door lock shall include a toggle and shall be an integral part of the interior door handle which is red in color. The exterior door lock is integral with the door latch. The cab doors may be unlocked from the exterior with a key or through a thumb turn from inside the cab.

3.43 INTERIOR CAB DOORS

All cab doors shall consist of a one-piece formed and stamped aluminum interior panel. The panel shall include a formed collar around the interior door latch. The door panels shall be attached to the door with nutserts. ABS material shall not be acceptable. No Exceptions.

3.44 INTERIOR CAB DOOR FINISH

All cab doors shall be finished with Line-X bed liner coating for durability. The finish shall be gray in color.

22 3.45 INTERIOR FRONT DOOR PULL

The interior driver and officer cab doors shall each include one (1) customized cast aluminum single piece door grab pulls designed specifically for the fire service.

The single piece door pull shall have a curved designed in an “L” formation to provide multiple points for grasping with a gloved hand. The horizontal dimension shall be a minimum of 28" and the vertical dimension shall be a minimum of 20". The door pulls shall have an ergonomic curve making them easier to grasp when entering and exiting the cab. No Exceptions.

The door pull shall feature secure mounting in three separate locations of the pull utilizing stainless steel fasteners with nut inserts in each location. Self-taping screws or other mounting techniques shall not be allowed for interior door pulls or grab handles.

Each handle shall be constructed of A356 aluminum casting and shall feature a black powder coated finish. 3.46 INTERIOR GRAB HANDLE REAR DOOR

A black powder coated cast aluminum grab handle shall be provided on the inside of each rear crew door. The handle shall extend horizontally the width of the window just above the windowsill. The handle shall assist with entry and egress from the crew area of the vehicle.

The interior driver and officer rear cab crew doors shall include one (1) customized cast aluminum single piece door grab pulls designed specifically for the fire service.

The door pulls shall have an ergonomic curve making them easier to grasp when entering and exiting the cab. No Exceptions.

The door pull shall feature secure mounting with stainless steel fasteners with nut inserts in each location. Self-taping screws or other mounting techniques shall not be allowed for interior door pulls or grab handles.

Each handle shall be constructed of A356 aluminum casting and shall feature a black powder coated finish.

3.47 GRAB HANDLES "A" PILLAR

There shall be two (2) additional molded 9.00” rubberized grab handle shall be installed inside the front cab doors. The handles shall be located one on the Driver’s side A Pillar and one on the officer's side on the A Pillar.

3.48 WINDSHIELD

The windshield shall feature:

• A completely uninterrupted view from both the driver and officer positions

• The windshield will consist of three (3) layers; the outer layer, the middle safety laminate, and the inner layer. The .114" thick outer light layer will provide superior chip resistance. The middle safety laminate layer will prevent the windshield glass pieces from detaching in the event of breakage.

• Economical replacement readily available from auto glass supplier 23

• Easily removable for replacement using standard automotive techniques • • A frit band will be provided along with an outer trim seal on the outside perimeter of the windshield for a finished automotive appearance. • 3.49 WINDSHIELD WIPER SYSTEM

A single windshield wiper system shall be incorporated in conformance with FMVSS and SAE requirements. Two (2) windshield wiper arms shall be mounted below the windshield. Each arm shall include a long wiper to provide optimum windshield clearing.

The windshield wiper fluid reservoir can be filled without raising the cab.

3.50 WINDSHIELD WIPER ACTIVATION

The windshield wipers shall be activated through a switch on the driver's panel, with intermittent control.

3.51 WINDOW -DRIVER'S DOOR

The glass shall include a standard automotive tint and through the use of a manual crank style handle shall roll completely into the door housing.

The window shall be trimmed in a black anodized aluminum ring and rubber seal to keep water from entering the cab when closed.

3.52 WINDOW- OFFICER'S DOOR

The glass shall include a standard automotive tint and through the use of a manual crank style handle shall roll completely into the door housing.

The window shall be trimmed in a black anodized aluminum ring and rubber seal to keep water from entering the cab when closed.

3.53 REAR DRIVER SIDE CREW WINDOW

The glass shall include a standard automotive tint and through the use of a manual crank style handle shall roll completely into the door housing.

3.54 REAR OFFICER SIDE CREW WINDOW

The glass shall include standard automotive tint and through the use of a crank style handle shall roll completely into the door housing.

3.55 DRIVER CANOPY SIDE WINDOW

The cab shall include a fixed driver's side window glass which shall be located between the cab front and rear doors. The glass shall include a standard automotive tint and shall be trimmed in a black anodized rubber ring for a tight seal when closed.

24 3.56 OFFICER CANOPY SIDE WINDOW

The cab shall include a fixed officer's side window glass which shall be located between the cab front and rear doors. The glass shall include a standard automotive tint and shall be trimmed in a black anodized rubber ring for a tight seal when closed.

3.57 CAB INSULATION

The cab shall be completely insulated from road and vehicle resonance, exterior sound and thermal intrusion.

The interior cab insulation system shall ensure that no seated position within the cab exceeds 72dB as certified by the manufacture. This decibel rating shall be measured with the apparatus traveling 45 mph with climate control settings off.

All insulation used in the construction of the cab shall be marine grade featuring longevity and resistance to degradation.

The interior of the cab including the rear wall and ceiling panels shall be insulated.

3.58 ENGINE TUNNEL INSULATION

The engine tunnel shall include an insulated barrier from noise on the underside of each tunnel surface. This barrier shall be engineered for surrounding engines.

The insulation barrier shall provide an acceptable decibel level within the cab meeting or exceeding the recommendations of NFPA 1901.

The thickness of the engine tunnel insulation shall be 1" thick. The insulating material shall be open cell polyether based foam with a textured surface, specifically designed for acoustic absorption.

The engine tunnel insulation shall be precisely cut and sealed to fit each segment on the underside of the tunnel surface. The insulation shall then be affixed by a pressure sensitive adhesive.

The insulation shall meet or exceed FMVSS 302 flammability testing.

3.59 CAB UNDERBODY INSULATION

The underside of the cab shall include at a minimum of 1" of a uni-seal Cab-Foam insulation offering reducing vibration noise and thermal effect to the interior of the cab.

3.60 DAMPING INSULATION

The entire cab, including the ceiling and walls shall include additional insulation reducing structure borne noise from vibration, impact and resonance within the cab.

3.61 INTERIOR TRIM MATERIAL

The interior trim shall feature a 31 oz. marine grade vinyl which features a tensile strength of ASTM D751 of excellent, tear strength meeting the Federal standard 191-5134 of excellent and shall be oil resistant passing the CID-A-A-2950A requirement for no permeation.

25 Due to the excellent qualities of the marine grade vinyl material, no other type of interior trim shall be acceptable. No Exceptions.

The soft trim vinyl shall feature mildew resistance passing ASTM G21-90 and shall be rated to - 25 degrees Fahrenheit.

The vinyl shall be flame retardant meeting California Fire Code 117, UFAC Class 1, and BIFMA Class 1 and shall have a high resistance to abrasion.

The interior of the cab including the ceiling panels shall feature this soft trim and shall be gray in color.

3.62 REAR WALL INTERIOR MATERIAL

The rear wall of the cab shall be covered in gray 31 oz. marine grade vinyl for a more pleasing appearance.

3.63 FLOOR MAT

The interior flooring of the cab shall be covered with an advanced gray multi-layer acoustic dampening mat. The floor matting shall be an open/closed cell, flexible polyurethane polyamide material with frictional dampening and dissipation properties. The mat shall be a fire and skid resistant non-wicking material.

3.64 SUN VISORS

The driver and officer seats shall feature a sun visor mounted in the header over each seating position. The sun visors shall be gray tinted plastic.

3.65 INTERIOR CAB FINISH

The interior cab shall be finished in a high performance polyurethane coating including the interior A, B, C and D pillars, all occupant seat frames and any surrounding surfaces extending to the ball seal around each door. This type of coating shall feature:

• Durability, scratch, chemical and abrasion resistance • Consistent, even coverage and a uniform texture • Resistance from fading from exposure to UV light • Gray in color

3.66 ENGINE TUNNEL

The engine tunnel shall be constructed of aluminum offering superior durability in addition to thermal and acoustic resistance.

The tunnel shall feature a polyurethane coating which shall match the dash and header in texture and color for a consistent appearance and robust finish.

3.67 CAB DASH

The cab dash shall offer heavy duty, durable construction from formed aluminum. The cab dash shall be finished with an advanced polyurethane coating for a rugged finish.

The polyurethane finish shall provide a tough, flexible, impact-absorbing, chemical & abrasion- resistant, even-textured and skid-resistant surface. The polyurethane finish shall offer durability 26 and scratch resistance even against today's advanced firefighting turnout materials with consistent, even coverage and a uniform texture. The polyurethane coating finish shall resist fading from UV light. This construction shall allow for a clean, seamless dash area that shall reduce unnecessary joining of cab dash components. This design allows for the following features: • Optimal heating and cooling of cab occupants, HVAC louvers shall be integrated into the gauge panel with a total of six (6) louvers; three louvers pointing at the driver and three louvers pointing at the officer.

• For improved safety cab switches and controls shall be ergonomically located within easy reach of the driver when in the seated position with seatbelts fastened. This design will reduce driver distraction and increase safety by putting frequently accessed driver controls within easy reach to allow the driver more time to focus on the road.

• The officer side cab dash shall house the three HVAC louvers on the officer side. This panel will also provide ergonomically located switches and controls for the officer. All controls shall be within easy reach while in the seated position with seatbelts fastened.

• Access panels on the top of the dash for both the driver and officer sides easing maintenance access to controls, components and gauge assemblies.

• The driver side dash shall include gauges for primary air pressure, secondary air pressure, a Pacific Insight instrumentation gauge panel and the DEF gauge as standard.

• The driver side dash shall also include two (2) lower panels to the left and right of the steering column for FMVSS switches such as the Off/Ignition and start switches and the park brake assembly.

• The dash shall include a provision for switches to the right of the Driver.

• The officer dash shall include a flat area for optional mounting cradles or brackets for a laptop computer, mobile data terminal, map compartment or clip board

• The officer dash shall include a provision for switches to the left of the Officer

3.68 CAB DASH & ENGINE TUNNEL

The cab dash and the engine tunnel of the cab shall be coated with a polyurethane coating for a durable finish. The color shall be gray.

3.69 MOBILE DATA TERMINAL PROVISION

The officer dash shall feature a mobile data terminal base which shall support a customer provided docking station for their laptop computer or a tablet and keyboard. This provision shall include a slide out which shall offer easy access and storing to the Officer.

3.70 CUP HOLDER Two (2) cup holders shall be provided. There shall be one mounted on both the driver and officer side, and shall be in the forward outer portion on the upper portion of the dash.

27 3.71 INSTRUMENTATION PANEL

The instrumentation panel inlay shall be powder coat black.

3.72 CAB HEADER

The cab header shall offer heavy duty, durable construction using resin transfer molding (RTM) technology formed composite material. The composite material shall be .28" thick for improved resistance and military type strength.

RTM is a low pressure, closed molding process which offers a dimensionally accurate and high quality surface finish composite molding, using liquid thermoset polymers reinforced with various forms of fiber reinforcements. The matrix selection of polymer and reinforcement dictates molding mechanical and surface finish performance.

ABS polymer construction shall not be acceptable. No Exceptions.

The cab header shall offer a finish of a polyurethane coating for a rugged design and finish. No Exceptions.

The polyurethane finish shall provide a tough, flexible, impact-absorbing, chemical & abrasion- resistant, even-textured and skid-resistant surface. The polyurethane finish shall offer durability and scratch resistance even against today's advanced firefighting turnout materials with consistent, even coverage and a uniform texture. The polyurethane coating finish shall resist fading from UV light.

The cab header shall also be purpose built for integration of Fire/EMS components and ease of maintenance with panels above both the driver and officer positions measuring 8" wide x 15"long for mounting radios, aerial controls and switches.

3.73 HVAC HEATING AND COOLING SYSTEMS

The interior cab climate control shall be comprised of a triple system that shall include a defroster, a cab and crew heater and air conditioner for a complete HVAC system. The air conditioning system shall be comprised of compressor, condenser, and a minimum of three (3) evaporators to provide consistent temperature control throughout the entire cab.

The system shall be rated as an Emergency Vehicle grade for the use in Fire and Rescue style vehicles and shall provide environmental air treatment in accordance with published SAE standards.

The HVAC system shall be tested and certified by the component manufacturer and a third party independent certified testing laboratory, including all three systems. Documentation of test results shall be provided with the bid. No Exceptions.

The HVAC system shall be a total and complete system, and shall provide sufficient defrosting, heating and cooling to the entire cab. The HVAC system shall meet or exceed all specified items without the use of auxiliary heating and cooling systems.

3.74 DEFROSTING SYSTEM

The defrosting system shall feature:

• To provide maximum defrost and heating performance, a 30,000 BTU heater- 28 defroster unit with 780 CFM of air flow will be provided inside the cab.

• The defroster unit will be strategically located under the center forward portion of the instrument panel. For easy access, a removable cover will be installed over the defroster unit.

• Mounting under the dash with fresh air intake providing excellent defrost and demist capabilities. Systems not utilizing fresh intake shall not be acceptable. No Exceptions.

• Six (6) vents shall be located in the top forward portion of the dash for superior defrosting properties across the entire windshield.

• The system shall be capable of clearing 90 percent or more of the windshield in fifteen (15) minutes or less after a three (3) hour cold soak at 0 degrees Fahrenheit (- 17.78 degrees Celsius).

• The system shall exceed Flash Fogging standards that are set forth in the SAE Heavy Duty Cab with Sleeper specifications. Documentation from a third party testing facility shall be available upon request. No Exception.

• The defroster will include an integral aluminum frame air filter, high performance dual scroll blowers, and ducts designed to provide maximum defrosting capabilities for the one (1) piece windshield.

3.75 HEATING SYSTEM

The heating system shall feature:

• Delivery of a minimum of 82,000 BTU/hour of heat to the entire cab.

• Heat and air circulation shall be provided to the driver and officer foot area of the cab as standard through ducting in the foot well area of both positions. No Exception.

• Substantial air movement and heating provided to the driver and officer's position, with six (6) adjustable louvers, located in the dash, three (3) adjustable louvers directed at the driver and three (3) adjustable louvers directed at the officer

• Dual overhead units, with five (5) adjustable louvers shall be mounted above the rear facing seat positions on the driver and officer side of the cab

• A minimum of 880 CFM of air flow measured at the front seated positions and 1580 CFM of air flow per side in the rear seated positions for a combined total of 4040 CFM of air flow in the cab. No Exceptions.

• The heater shall be plumbed with a shut off valve at the engine, so that the coolant bypasses the heaters.

3.76 AIR CONDITIONING

The air conditioning system shall feature:

• A minimum of 96,000 BTU/hour of cooling capacity to the entire cab.

• One (1) evaporator shall be located under the center dash and Two (2) crew overhead evaporators located near the B-pillar on each side of the cab allowing for greater frontal 29 visibility for the forward facing crew seating and allowing for more interior mounting of accessories.

• A gravity condensation drain system shall be utilized. These drains shall remove all condensation from the evaporator units and direct it to the exterior of the chassis cab for optimal performance. Systems utilizing pumps to remove condensation, or gravity systems with poles or other obstructions located within the cab to route drains through shall not be acceptable. No Exceptions.

• Substantial air movement for optimum cooling shall be provided to the driver and officer positions, with six (6) adjustable louvers, located in the dash, three (3) adjustable louvers shall be directed at the driver and three (3) adjustable louvers shall be directed at the officer

• The air condition system shall be capable of cooling the cab from 110 degrees Fahrenheit (43.33 degrees Celsius) to 70 degrees Fahrenheit (21.11 degrees Celsius) at 60% humidity in less than 30 minutes with an engine RPM of 1400; and cool the cab from 100 degrees Fahrenheit to 73 degrees Fahrenheit at 80% humidity, after a three (3) hour heat soak. A certification document from the testing facility shall be available upon request. No Exception.

Proposals offering ceiling mounted evaporator units in the center of the cab above or on the engine tunnel shall not be accepted as this is a safety consideration due to the lack of visibility and communication within the cab.

3.77 CAB PAINT AIR CONDITIONING CONDENSER COVER

The air conditioning condenser cover shall be painted to match the roof color.

3.78 HEATER HOSE

The heater hose inside the cab for the HVAC system shall be premium silicone hose.

The cab air conditioning system shall include one (1) low profile HE-condenser which shall be centered forward on the roof of the cab.

3.79 AUXILIARY DEFROSTER FANS

Two (2) each 6" diameter defrost fans integrated into the driver and officer header angled towards the windshield for improved air circulation.

3.80 HEATING AND COOLING CONTROLS

The HVAC system shall be controlled from the Driver dash through three (3) turn style knobs for the temperature control, the fan control and for the mode. Fan controls shall also be available to the rear crew area.

3.81 REAR CREW ARE CONTROLS – FORWARD FACING DRIVER’S SIDE

The controls for the crew area heat shall be mounted overhead, along the ceiling. The final location shall be determined at the preconstruction.

3.82 SEAT AND SEAT BELT COLOR

30 This seat in the cab shall be gray in color with a red seat belt.

3.83 DRIVER SEAT

The driver’s seat shall be a 911 Seats BATTALION SERIES. The seat shall be designed with Fire Fighters’ needs in mind; the Battalion Series encompasses Originality, Safety, Functionality, and Versatility.

Standard features of this 10way Non SCBA 3pt ABTS (all belts to seats) include 108 degree recline, and 2-way lumbar. Electronic adjustments include fore/aft, up/down, front/rear tilt.

The seat shall feature a 20” wide Battalion comfort cushion including Seats Incorporated exclusive EVC (elastomeric vibration control); easing tailbone pressure, enhancing comfort and reducing vibration by up to 50%. Also part of this system our D2 (dual density) foam combining a soft topper foam pad further enhancing comfort, and a high density bottom foam base to promote longevity.

Cushion is NFPA compliant with an occupancy sensor.

3.84 SEAT BACK

The seat back shall incorporate a standard style headrest.

3.85 SEAT MOUNTING DRIVER

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

The power seat or seats installed in the cab shall be wired directly to battery power.

3.86 SEAT MATERIAL

The seats shall include Turnout Tuff material; this urethane-coated denier nylon is water repellent to 75 PSI of water Pressure. Suitable for Heavy Duty applications, this cloth has a bursting strength of 300+ pounds per foot and surface abrasion of 1000+ cycles- Heavy Grit Wheel. Modeled after Turnout Gear, this material contains a rip-stop weave stopping unraveling if punctured standing up to hard working environments. Turnout Tuff is manufactured to meet flammability requirements including FMVSS 302, UFAC class 1, and California Fire Code Technical Bulletin No. 117 Section E.

3.87 SEAT BACK LOGO

The seat back shall include the Fire Department's logo. The logo shall be centered on the standard headrest of the seat back and on the left side of a split headrest.

3.88 DRIVER SEAT BOX STORAGE COMPARTMENT

There shall be a storage area under the driver’s seat. The compartment shall be 21.25 inches wide, 22.50 inches long, and 6.25 inches high. The access opening shall be 12.00 inches wide and 4.50 inches high.

3.89 ALUMINUM ACCESS DOOR

There shall be an aluminum door cover provided for the driver and officer seat compartment. The door shall be coated to match the interior of the cab, and it shall be equipped with a piano style hinge and a manual latch. 31 3.90 OFFICER SEAT

The officer seat shall be a 911 Seats Inc 10-way electric seat and shall feature all the seat belts within the seat (ABTS). The seat back shall incorporate a standard style headrest.

The seats shall include Turnout Tuff material; this urethane-coated denier nylon is water repellent to 75 PSI of water Pressure. Suitable for Heavy Duty applications, this cloth has a bursting strength of 300+ pounds per foot and surface abrasion of 1000+ cycles-Heavy Grit Wheel. Modeled after Turnout Gear, this material contains a rip-stop weave stopping unraveling if punctured standing up to hard working environments. Turnout Tuff is manufactured to meet flammability requirements including FMVSS 302, UFAC class 1, and California Fire Code Technical Bulletin No. 117 Section E.

The seat back shall include the Fire Department's logo. The logo shall be centered on the standard headrest of the seat back and on the left side of a split headrest.

There shall be a storage area under the officer’s seat. The compartment shall be 19.75 inches wide, 17.50 inches long, and 6.25 inches high. The access opening shall be 9.00 inches wide and 4.50 inches high.

3.91 FORWARD FACING OUTER SEAT

The forward facing outer crew area seat(s) shall be 911 Seats Incorporated BATTALION SERIES. The seats shall be designed with Fire Fighters’ needs in mind, the Battalion Series encompasses Originality, Safety, Functionality, and Versatility.

The seat(s) shall also feature a 19” wide Battalion comfort cushion including Seats Incorporated exclusive EVC (elastomeric vibration control); easing tailbone pressure, enhancing comfort and reducing vibration by up to 50%. Also part of this system our D2 (dual density) foam combining a soft topper foam pad further enhancing comfort, and a high density bottom foam base to promote longevity. Cushion is NFPA compliant with an occupancy sensor.

Belt Orientation- LH & RH to Door

The seat back shall incorporate a standard style back.

The seats shall include Turnout Tuff material; this urethane-coated denier nylon is water repellent to 75 PSI of water Pressure. Suitable for Heavy Duty applications, this cloth has a bursting strength of 300+ pounds per foot and surface abrasion of 1000+ cycles-Heavy Grit Wheel. Modeled after Turnout Gear, this material contains a rip-stop weave stopping unraveling if punctured standing up to hard working environments. Turnout Tuff is manufactured to meet flammability requirements including FMVSS 302, UFAC class 1, and California Fire Code Technical Bulletin No. 117 Section E.

The seat back shall include the Fire Department's logo. The logo shall be centered on the standard headrest of the seat back and on the left side of a split headrest.

3.92 FORWARD FACING CENTER SEAT

Two (2) forward facing center crew area seat(s) shall be 911 Seats Incorporated BATTALION SERIES. The seats shall be designed with Fire Fighters’ needs in mind, the Battalion Series encompasses Originality, Safety, Functionality, and Versatility. 32 The seat shall feature 3pt ABTS (all belts to seats). The seat belt shall feature Ready Reach to ensure that the seat belt is easy to see and grab while in full turnout gear.

The seat(s) shall also feature a 19” wide Battalion comfort cushion including Seats Incorporated exclusive EVC (elastomeric vibration control); easing tailbone pressure, enhancing comfort and reducing vibration by up to 50%. Also part of this system our D2 (dual density) foam combining a soft topper foam pad further enhancing comfort, and a high density bottom foam base to promote longevity.

Cushion is NFPA compliant with an occupancy sensor.

Belt Orientation- LH & RH to Door

The seat back shall incorporate a standard style back.

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

The seats shall include Turnout Tuff material; this urethane-coated denier nylon is water repellent to 75 PSI of water Pressure. Suitable for Heavy Duty applications, this cloth has a bursting strength of 300+ pounds per foot and surface abrasion of 1000+ cycles-Heavy Grit Wheel. Modeled after Turnout Gear, this material contains a rip-stop weave stopping unraveling if punctured standing up to hard working environments. Turnout Tuff is manufactured to meet flammability requirements including FMVSS 302, UFAC class 1, and California Fire Code Technical Bulletin No. 117 Section E. The seat back shall include the Fire Department's logo. The logo shall be centered on the standard headrest of the seat back and on the left side of a split headrest.

The forward facing center seats shall include an enclosed seat frame which is located and installed on the rear wall spanning its width.

The seat frame shall be constructed of no less than 5052-H32 .1620" thick aluminum plate.

The seat frame shall include one (1) door with flush style latch. The door shall be located in the center of the seat bench, facing the engine tunnel for access.

The seat box doors shall be finished in a high performance polyurethane coating. The color shall be gray. The seat frame shall be finished in a high performance polyurethane coating. The color shall be gray.

3.93 EXTERIOR GRAB HANDLES

One (1) 18” anti-slip exterior assist handle shall be mounted behind each of the cab doors. The grab handle shall be constructed of aluminum and be 1.25” diameter with a knurled finish enabling non-slip assistance with a gloved hand and mounted on stanchions. The handles shall be mounted to the cab with nutserts. No Exception.

3.94 SCUFF PLATE

The grab handles shall include a stainless steel scuff plate to protect painted surfaces.

3.95 ADDITIONAL GRAB HANDLE

The cab face shall include a11” aluminum grab handle mounted on stanchions which shall be mounted in the center of the cab face above the grille. 3.96 CAB FASCIA 33

The cab fascia shall offer a traditional, yet aggressive appearance, in its design and shall be constructed of work-hardened 5052-H32 aluminum. This design shall feature:

• A super structure which is fully welded to the cab, for a seamless and robust integration

• Thermoformed headlamp bezels, constructed of impact resistant, polycarbonate composite which is vacuum metalized to eliminate pealing and bubbling of a chrome type film or plating

• Traditional style headlight bezels with 4 x 6 high intensity headlights which shall add a classic look to the fascia while improving visibility.

• The turn signal lights shall be located in the lower outboard portion of the head lamp bezel and a warning light in the lower inboard position

3.97 FRONT GRILLE

A prominent front grille shall punctuate the aggressive design of the cab with its outboard wing style warning light bezels and heavy framework. The front grille shall feature:

• Fabricated construction for superior strength and durability

• Stainless Steel mirror finish for a distinctive appearance

• Up to six (6) warning light locations along the mid bar for a variety of warning light combinations

3.98 LIGHT BEZEL

The front grille shall include wing light bezels. The bezels shall be constructed of a stainless material and shall be capable of holding two (2) 4” x 6” warning lights.

3.99 GRILLE LOGO

The front grille shall include the manufacturer's logo.

3.100 FRONT GRILLE INLAY

The front grille shall include a honeycomb inlay of steel, painted black, which shall provide air flow to through the grille and provide a sporty, muscular appearance to the front of the apparatus. The horizontal bars shall be overlaid with polished stainless steel strips.

3.101 FLUID FILLS & CHECK

For ease of maintenance and access, the following fluid checks shall be located behind the tiltable and/or removable mesh panel:

• Engine Oil dipstick • Engine Coolant Sight Glass 34 • Power Steering Fluid dipstick • Windshield Washer Fluid

The following fluid fill shall be located behind the tiltable and/or removable mesh panel:

• Power Steering • Windshield Washer

Proposals including access to fluid checks through the tunnel or by raising the cab shall not be considered. 3.102 HEADLIGHTS

A quadruple headlight assembly shall be provided in the fascia to enhance the look. The top two (2) bezels shall include head lamps while the lower bezels shall house a turn signal in the outboard position and a warning light in the inboard position.

3.103 DAYTIME RUNNING LIGHTS

The daytime running light feature shall include the headlights on low beam and the marker lights shall be illuminated and a wig-wag or alternating feature.

3.104 HEADLIGHT FLASHER

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.

3.105 HEADLIGHT FLASHER SWITCH

The alternating high beam headlamp switch shall be located on the driver console.

3.106 HEADLIGHT LOCATION

The headlights shall be located on the front fascia in the upper buckets, on each side of the cab grille. 3.107 FRONT TURN SIGNALS

Two (2) Whelen Series 600 LED square front turn signal assemblies shall be supplied. Each turn signal shall be mounted in an attractive façade style bezel which is an integral part of the fascia.

3.108 TURN SIGNAL LOCATION

The turn signals shall be located on the front fascia directly below the headlights, one each side of the cab grille.

3.109 SIDE MARKER LIGHTS

Two (2) Weldon amber LED round, side marker light assemblies shall be mounted on the side of the cab ahead of the driver door, adjacent to the front head lamp bezel.

3.110 HEADLIGHT AND MARKER LIGHT ACTIVATION

The head light and marker lights shall be activated through a switch on the driver's panel. 35 3.111 FRONT MARKER LAMPS

The cab front shall include five (5) LED amber marker lamps above the windshield in accordance with the Department of Transportation requirements.

3.112 CAB FENDERS

The cab wheel wells shall include full width, 14 gauge 304 polished, stainless steel cab fenders to resist corrosion and enable easier cleaning maintenance. The inner liner, measuring 18" wide shall be constructed of plastic with an outer fenderette measuring 2.5" wide.

3.113 CAB EXTERIOR TRIM

A stainless steel trim band, 10" high, with upper and lower black trim moldings, shall be installed on the lower exterior sides of the cab and doors. The trim shall be installed so that the top edge is even with the top of the front bumper, and shall be affixed without holes and fasteners.

3.114 FRONT MUD FLAPS

The cab and chassis shall be provided with rubber front mud flaps.

3.115 CAB TILT SYSTEM

The cab shall be a full tilt style. A hydraulic cab lift system shall be provided consisting of an electric powered hydraulic pump, dual lift cylinders, and necessary hoses and valves.

The dual lift cylinders shall lift the cab 45 degrees from a horizontal plane facilitating easy engine maintenance. The chassis engine shall be able to be removed if required without tilting the cab beyond 45-degrees.

The center line of the chassis cab tilt shall be a minimum of 76" from the center line of the front axle, providing a large corridor between the cab and front tire for maximum work space and accessibility to fan, fan belt, fan drive, air compressor, power steering pump, alternator and air filter.

The tilt angle shall allow access to the engine and area under the cab without contacting any components mounted to the gravel shield.

The rear histic mounts shall be isolated from the chassis frame to reduce the transfer of road vibrations and frame torque into the cab, while providing superior handling characteristics.

The cab shall be locked down by a two (2)-point automatic spring-loaded hook mechanism that actuates after the cab has been lowered.

The cylinders shall include blocking valves (velocity fuses) which prevent motion when no control buttons are pushed. In the event of a hydraulic system failure, the valves shall retain the fluid in the cylinders.

A redundant mechanical stay arm shall automatically be engaged once the cab has been fully raised. Before lowering the cab, this device must be disengaged using the stay arm control

36 located on the driver’s side rear of the cab, providing the operator protection from high engine exhaust temperatures. The stay arm shall be safety yellow for high visibility so that it is easy to see whether the arm is in place or not.

All mounting points shall be bolted directly to the frame rail.

The cab lift safety system shall be interlocked with the parking brake. The cab tilt mechanism shall be active only when the parking brake is set and the battery master switch is in the on position. If the parking brake is release, the cab tilt mechanism shall be disabled.

A warning light shall illuminate in the cab instrument panel to indicate whenever the cab is not fully latched in the locked down position, and the parking break is release.

3.116 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 and the parking brake is released.

3.117 REARVIEW MIRROR

Ramco model 6018FFHR-750HR bus style mirrors shall be provided. The mirrors shall be mounted one (1) on each front cab corner radius below the windshield. The drivers side shall have a 15" long polished cast aluminum arms. The officers side shall have a 18" long polished cast aluminum arms. The mirrors shall feature a upper heated remote controlled convex glass with an lower heated remote controlled flat glass. The mirror control switches shall be located within easy reach of the driver. The mirrors shall be manufactured using the finest quality non-glare glass and shall feature a rigid mounting thereby reducing vibration. The mirrors shall be corrosion free under all weather conditions.

3.118 REARVIEW MIRROR REMOTE ACTIVATION

The driver's panel shall include activation for the rearview mirrors remote function. The driver panel shall also include a switch activating the mirrors to be heated.

3.119 CAB SINGLE TONE PAINT

The cab surface shall be thoroughly washed with grease cutting solvent (PPG DX330) prior to any sanding. The cab surface shall then be sanded and minor imperfections filled and sanded. The prepared surface shall then be washed again with (PPG DX330) to remove any contaminants from all surfaces to be painted.

The first coating to be applied shall be a pre-treat epoxy primer (.5 to 1.0 dry film build) for maximum adhesion to the body material. The next two to four coats shall be a polyurethane primer resurfacing agent (PPG F4936). The film build shall be 4-6 mils when dry. The primer coat, after appropriate dry time, shall be sanded with 320-600 grit sandpaper to ensure a

37 maximum gloss finish. The last step shall be an application of at least three coats of PPG FDG polyurethane two-component color (single stage). The film build shall be 2-3 mils when dry. The single stage polyurethane shall provide a UV barrier to prevent fading and chalking.

The cab shall then be painted with the specific color designated by the customer with a minimum thickness of 2.00 mils of finished paint, followed by a clear top coat not to exceed 2.00 mils.

3.120 CAB PAINT LOWER

The lower or primary cab color shall be PPG RED WE5519 color and number.

3.121 CAB UNDERCOAT

The cab shall have an undercoat applied prior to the cab being set on the running gear. The under coat shall be a waterborne, one-component, air dry undercoat formulated to prevent chipping, cracking and marring of painted or unpainted surfaces after exposure to high impact sand, gravel or other abrasive materials. It shall also have high corrosion resistance.

3.122 PAINT SPRAY OUT

The customer shall be supplied with a paint spray out for customer approval prior to the cab being painted.

3.123 FRONT AXLE

A Meritor MFS Easy Steer non-drive axle shall be incorporated as the front axle for the chassis. The axle shall feature:

• A capacity of 21,500 pounds • A 3.74” drop and a 71” king pin intersection (KPI) • A conventional style hub with a standard knuckle • 2 year warranty

3.124 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.

3.125 FRONT SUSPENSION

The front suspension shall include a low profile Hendrickson suspension. The suspension shall feature:

• Capacity rating of 22,800 pounds • Parabolic Springs • A Grease fitting • Double wrapped front eye

38 3.126 FRONT SHOCK ABSORBERS

Two (2) Bilstein inert, nitrogen gas filled shock absorbers shall be provided and installed as part of the front suspension system. The shocks shall be a monotubular design and fabricated using a special extrusion method, utilizing a single blank of steel without a welded seam, achieving an extremely tight peak-to-valley tolerance and maintains consistent wall thickness. The monotubular design shall provide superior strength while maximizing heat dissipation and shock life.

The ride afforded through the use of a gas shock is more consistent and shall not deteriorate with heat, the same way a conventional oil filled hydraulic shock would.

The Bilstein front shocks shall include a digressive working piston assembly allowing independent tuning of the compression and rebound damping forces to provide optimum ride and comfort without compromise. The working piston design shall feature fewer parts than most conventional twin tube and “road sensing” shock designs and shall contribute to the durability and long life of the Bilstein shock absorbers.

Proposals offering the use of conventional twin tube or “road sensing” designed shocks shall not be considered.

3.127 POWER STEERING GEAR WITH ASSIST

The power steering gear shall be a TRW model TAS 85 and shall include the following:

•A balanced, hydraulic, positive displacement, sliding vane power steering pump which is gear driven from the engine •One-piece, 2" diameter drag link for maintaining consistent wheel alignment resulting in less maintenance. • The steering gear shall be mounted on a plane that is at a 9-degree angle in relationship to the center plane of the chassis. This mounting technique is designed to reduce the operating angle of input steering shafts. A more direct, responsive, and smoother handling vehicle will result from these unique design characteristics.

A certified torque and geometry study by TRW shall be available upon request.

3.128 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 apparatus manufacturer.

Alignment documentation shall be available upon request.

3.129 FRONT TIRES

The front tires shall be Goodyear 425 65R 22.5 20PR “L” tubeless radial G296 MSA Dura Seal mixed service tread.

The front tires shall feature:

• A stamped load capacity of 22,800 pounds per axle with a speed capacity of 68 miles per hour when properly inflated to 120 pounds per square inch 39

3.130 TIRE BALANCING

There shall be counter acting balancing beads used in all of the tires.

3.131 SPARE TIRE FRONT

The apparatus shall be delivered to include one (1) each spare tire for the front matching the brand, model and size as provided on the front axle.

3.132 TIRE BALANCING

There shall be counter acting balancing beads used in all of the tires.

3.133 FRONT WHEEL

The front wheels shall be Alcoa hub piloted, 22.5" x 12.25" 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.

3.134 SPARE FRONT WHEELS

The apparatus shall be delivered with one spare front wheel. The spare shall be an Alcoa hub piloted, 22.5" x 12.25" polished aluminum wheel. The hub piloted mounting system shall provide easy installation and shall include two-piece flange nuts. The wheel 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.

3.135 FRONT BRAKES

The front brakes shall be Meritor EX225 Disc Plus disc brakes with 17" vented rotors. The disc brakes shall be provided with visual wear indicators.

The front brakes shall include brake chambers supplied by Meritor and shall be approved per application.

3.136 STEERING COLUMN AND WHEEL

The steering column shall feature an 18”, four (4) spoke steering wheel located at the driver’s position; a five (5) position tilt and 2.25” telescopic adjustment. The steering wheel shall be provided with a black vinyl cover with foam padding and a horn button, self-canceling turn signal switch, four-way hazard switch and headlamp dimmer switch. The steering column shall also incorporate a steering angle sensor.

The chassis shall include dual electric 12-volt horn with a minimum 110 decibels.

3.137 REAR AXLE

A Meritor RT-46-160 tandem driving axle shall be incorporated as the rear axle for the chassis. The axle shall feature: 40 • Rated capacity of 48,000 pounds • Heavy duty Hypoid gearing for longer life, increased 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 • Rigid differential case for high axle strength and reduced maintenance • Rugged Dependability • Rectangular shaped, hot formed housing with a standard wall thickness at spring seat of .50” for extra strength and rigidity • 2 year warranty

3.138 REAR AXLE DIFFERENTIAL LUBRICATION

The rear axle differential shall be lubricated with oil.

3.139 REAR WHEEL BEARING LUBRICATION

The rear axle wheel bearings shall be lubricated with oil.

3.140 REAR SUSPENSION

The tandem rear axle shall feature a Hendrickson Firemaax™ air suspension. Each axle will be independently suspended for optimum performance. The suspension shall include four optimized air springs mounted to cast structural trailing arms, transverse cross beams for increased roll stability and four heavy duty shock absorbers. Dual air height control valves shall be installed on each axle to ensure equal frame height on both sides of the vehicle regardless of the load. Axle alignment is maintained using four eccentric bushings at each frame bracket.

The rear suspension capacity shall be rated at 40-48,000 pounds.

3.141 BRAKE SYSTEM

A rapid build-up air brake system shall be provided. The air brakes shall include a three (3) air tank, four (4) reservoir system with a minimum of 5852 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. The system shall include an anti-compounding feature. 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 six (6) sensor, six (6) modulator Anti-lock Braking System (ABS) shall be installed on the front and tandem 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 tandem rear axle. The ATC system shall apply the ABS when the drive 41 wheels loose traction. The system shall scale the electronic engine throttle back to prevent wheel spin while accelerating on ice or wet surfaces.

The Electronic Stability Control (ESC) unit is a functional extension of the electronic braking system. It is able to detect any skidding of the vehicle about its vertical axis as well as any rollover tendency. The control unit comprises an angular-speed sensor that measures the vehicle’s motion about the vertical axis, caused, for instance, by cornering or by skidding on a slippery road surface. An acceleration sensor measures the vehicle’s lateral acceleration. The Controller Area Network (CAN) bus provides information on the steering angle. On the basis of lateral acceleration and steering angle, an integrated microcontroller calculates a theoretical angular speed for the stable vehicle condition.

The Meritor Wabco ABS and ESC system shall come with a three (3) year/300,000 mile parts and labor warranty.

3.142 MUD / SNOW SWITCH

A momentary switch shall be provided and properly labeled “mud/snow”. The switch shall be a rocker switch on a point to point truck or in the Vista on a V-Mux truck. 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.

3.143 REAR BRAKES

The rear brakes shall be Meritor EX225 Disc Plus disc brakes with 17.00 inch vented rotors. The disc brakes shall be provided with visual wear indicators.

The rear brakes shall include brake chambers supplied by Meritor and shall be approved per application.

3.144 REAR SHOCK ABSORBERS

Shock absorbers shall be supplied by the suspension manufacturer and installed on the rear axle suspension. 3.145 REAR AXLE DIFFERENTIAL CONTROL

The tandem axles shall include an inter-axle differential lock which shall allow both axles to be engaged as drive axles.

3.146 INTERAXLE DIFFERENTIAL LOCK CONTROL ACTIVATION

The inter-axle differential lock control shall be activated through a switch on the driver's panel.

3.147 REAR TIRES

The rear tires shall be Goodyear 11R 22.5 16PR “H” tubeless radial G622 RSD all weather tread.

The rear tires shall feature a stamped load capacity of 24,020 pounds per axle with a speed capacity of 75 miles per hour when properly inflated to 120 pounds per square inch

3.148 TIRE BALANCING 42 There shall be counter acting balancing beads used in all of the tires.

3.149 SPARE TIRE REAR

The apparatus shall be delivered to include one (1) each spare tire for the rear matching the brand, model and size as provided on the rear axles.

3.150 TIRE BALANCING

There shall be counter acting balancing beads used in all of the tires.

3.151 REAR WHEEL

The rear wheels shall be Alcoa hub piloted, 22.50 inch X 8.25 inch 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.

3.152 SPARE REAR WHEEL

The apparatus shall be delivered with a spare rear wheel. The spare wheel shall be an Alcoa hub piloted, 22.50 inch X 8.25 inch aluminum wheel 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.

3.153 3.153 VALVE STEM EXTENSION - TANDEM AXLE

To allow for easy checking and inflation of the rear inner tires shall be equipped with a multi- layer valve stem extension, the layers shall be as follows: starting from the inner to out layer, stainless steel metal core, air tube, stainless steel jacket, protective color.

3.154 VEHICLE TOP SPEED

The top speed of the vehicle shall be programmed at approximately 70 MPH +/-2 MPH at governed engine RPM.

3.155 AIR TANK BRACKETS & STRAPS

The air tank(s) shall be mounted to the frame rail with brackets that are hot dipped galvanized thereby creating a barrier and cathodic protection from corrosion, and eliminating the requirement for finish paint and the subsequent requirements for touch up paint and/or total repaint after a period of time due to nicks, chips and corrosion. Powder coated or painted air tank brackets shall not be accepted. No exception.

All of the air tank straps shall be plastic coated stainless steel cable. No Exception.

3.156 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.

In addition to the mechanical rear brake engagement, the front service brakes will also engage via air pressure, providing additional braking capability. 43

3.157 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 on the driver's side dash to the right of the steering column within easy reach of the driver.

3.158 AIR DRYER

The brake system shall include a Wabco System Saver 1200 Plus air dryer with an integral 100 watt heater with a Metri-Pack sealed connector. The system shall have an integrated purge volume and integrated governor.

The system shall have the following features:

• Premium desiccant provides greater water adsorption • Replaceable spin on cartridge for simple maintenance • Compact light weight design • Pressure relief safety valve • Turbo cut-off valve for boosted compressor applications • Service components are external for easy replacement • Common service components proven for reliability and quality • Integrated with the air governor.

3.159 AUXILIARY AIR TANK

An auxiliary air reservoir shall offer a 1200 cubic inch reservoir, isolated with a 90 PSI pressure protection valve on the reservoir supply side to prevent depletion of the air to the air brake system.

3.160 MOISTURE EJECTORS

Manual pet-cock type drain valves shall be installed on all reservoirs of the air supply system.

3.161 AIR SUPPLY LINES

A dual air system plumbed with color coded reinforced nylon tubing air lines shall be installed on the chassis. The primary (rear) brake line shall be green, the secondary (front) brake line orange, the parking brake line yellow and the auxiliary (outlet) will be black; in accordance with SAE standards. No Exception. Brass push-lock type fittings shall be used on the nylon tubing. All drop hoses shall include fiber reinforced neoprene covered hoses.

3.162 AIR HORN RESERVOIR

One (1) air tank, with a 1200 cubic inch reservoir, shall be installed on the chassis to act as a supply tank for operating air horns. The reservoir shall be isolated with a 90 PSI pressure protection valve on the reservoir supply side to prevent depletion of the air to the air brake system.

3.163 FRAME

The chassis frame shall consist of two (2) “C” style parallel rails, constructed of high strength low alloy and shall feature the following: 44

• A Stenx MODEL110XF 10.19” high by 3.63” deep cold rolled steel frame or equivalent. • .38” thick flange • Inner channel measuring 9.31" high x 3.25" deep x .25" thick • The 10.19” frame height shall be maintained throughout the entire length of the frame to allow for maximum storage capacity for the entire apparatus. • If frame rails that are larger than those specified are to be utilized, the maximum height of each frame rail shall not exceed 10.25” at any point on the frame rail. This will ensure the lowest possible vehicle center of gravity allowing maximum stability as well as providing the lowest body height possible. • Frame rail shall have a consistent frame web throughout the entire length. • The entire frame rail design shall be manufactured in the United States of America and readily available on the aftermarket. • Grade 8 Structural fasteners, Huck bolts shall not be acceptable. No Exception. • The hardware used for the chassis shall be are to be corrosion resistant. The process shall be dip-spin-bake coated with two coats of zinc/aluminum metal flake coating in an inorganic binder. Coating one is to be zinc flake and coating two is to be aluminum flake. The zinc flakes sacrificially corrode to protect the base metal. The aluminum flakes prolong the life of the zinc. Salt fog test life, based on ASTM B117 on unassembled fasteners, is 1000 hours to red rust. The same test on assembled fasteners is 750 hours to red rust. The two step coating is RoHS compliant as it eliminates the hexavalent chromium used in the passivation of electroplated zinc coatings to create yellow zinc (zinc dichromate). The elimination of the zinc plating also greatly reduces the likelihood that hydrogen embrittlement will occur. Hydrogen embrittlement is a side effect of electroplating that reduces toughness and can lead to fracture. No Exception • Manufacturer's lifetime warranty

The frame ratings shall be as follows:

• 110,000 PSI minimum yield strength high strength low alloy steel • Minimum Resisting Bending Moment (RBM) of 2,810,000 inch pounds per rail

To avoid frame cracking and failure over time, the top flange of the frame adjacent to the engine installation shall have a tapered design. Notches for engine components shall not be accepted due to fatigue and the potential for cracking. No Exceptions

3.164 UNDER FRAME REINFORCEMENT

An under slung frame reinforcement shall be installed below the frame rails in the transmission area to increase the vertical rigidity of the frame.

The under frame reinforcement provides:

• Enhanced handling • Improved ride quality • Increase resistance to frame and cross member fatigue • Enhanced vehicle stability providing improved safety to occupants

45 3.165 CROSS MEMBERS

There shall be a minimum of seven (7) steel plate cross members installed on the apparatus.

• 50,000 psi minimum yield strength steel plate cross members • Manufacturer's lifetime warranty to match frame warranty. No Exceptions. • Installed with one-piece cross member gusset to maximize vertical strength and minimize cross member flex • Crossmembers can be inverted when required to allow for PTO drive line installation without the need for notching or modifying the cross members in anyway. No Exceptions.

3.166 FRONT FRAME EXTENSION

A single piece 80,000 PSI steel extension shall be installed on the front of the frame rails.

• Reduces frame flex which translates into improved vehicle handling and ride quality • Designs using multiple piece, bolted together extensions will not be acceptable since they are prone to more flexing, possible frame failure and cab cracking • Allows radiator to be removed through the bottom of the frame extension without tilting the chassis cab • Minimizes damage to the chassis cab in the event of frontal impact accident • Maintains structural integrity of the chassis frame rails while attaching bumper extensions of varying lengths • Splayed or notched frame rails and/or extensions shall not be accepted • Provides foundational strength and stability of the cab tilt system which provides superior access to engine and cooling components

3.167 FRAME FINISH

Prior to assembly, each frame rail section and cross members shall be powder coated or hot dip galvanized.

3.168 FRONT FRAME EXTENSION FINISH

The front frame extension shall be powder coated or hot dipped galvanized to resist weather, dirt and other corrosive material.

3.169 FRAME WARRANTY

The chassis manufacturer hereby warrants the galvanized frame rails shall be warranted for a period of twenty 20 years and includes the following coverage:

Under this warranty the chassis manufacturer agrees to repair or refinish any surface that has been found to have a defect caused by defective manufacturing methods or where there is no indication of abuse, neglect, unusual or other than normal service providing that such item or items are, at the option of the chassis manufacturer, made available for our inspection at our request, returned to our factory or other location designated by us with transportation prepaid within thirty days after the date of failure or within twenty years from the date of delivery of the apparatus to the original purchaser, whichever occurs first, and inspection indicates the failure was attributed to a defect caused by defective manufacturing methods or galvanized material selection. Written authorization for repair or item replacement must be sought from the chassis manufacturer customer service prior to the repair 46 or item replacement occurring.

3.170 ENGINE

A Cummins ISX 15 liter diesel fueled, turbo charged engine shall feature the following:

• One of the highest power to weight ratios in its class • Heavy-duty replaceable wet liners, roller followers, by-pass oil filtration with replaceable spin on cartridge and targeted piston cooling for longer service in tough work environments • Improved cooled EGR system • 912 cubic inches of displacement • High pressure common rail fuel system producing a precise quantity of fuel at ultra high pressures • Fully integrated, robust electronic engine controls • Electric fuel lift pump. No Exceptions.

The engine shall be coupled with a Holset VGT™ (Variable Geometry Turbocharger).The engine shall be filled with Citgo brand Citgard 500 (or equivalent) SAE 15W40 CJ4 low ash engine oil for proper engine lubrication.

The engine shall be EPA certified to meet the 2017 emissions standards without compromising performance, reliability or durability using cooled exhaust gas recirculation and selective catalytic reduction technology.

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

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

3.171 ENGINE PLACEMENT

The engine shall be a maximum of 36" from the center line of the front axle to the front face of the engine block. The engine valve cover shall be a maximum of 23" from the top of the frame.

The engine placement shall provide optimal weight distribution to the front axle to enhance vehicle handling. More weight out in front of the front axle can cause a “fulcrum effect” and cause unsafe “bump steer” conditions.

The engine shall be mounted in a position that provides for the lowest possible height of the interior engine tunnel. An engine tunnel height from the floor of the chassis cab shall be no more than 21” high inside the cab.

3.172 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.

3.173 AIR GOVERNOR

An air governor shall be provided to control the cut-in and cut-out pressures of the engine 47 mounted air compressor. The governor shall be calibrated to meet FMVSS requirements. The air governor shall be integrated in the air dryer assembly.

3.174 HORSEPOWER

The engine shall have 505 horsepower at 1600 RPM, with a governed speed of 2100 RPM.

The engine shall have 1850 foot pounds of torque at 1150 RPM.

3.175 ENGINE FAN DRIVE

The engine cooling system fan shall incorporate a thermostatically controlled, one (1) piece eleven (11) blade Horton clutched type fan drive, and shroud. 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.

3.176 AUXILIARY ENGINE BRAKE

A Cummins engine compression brake, for the six (6) cylinder engine, shall be provided. The engine compression brake shall:

• Activate upon 0% accelerator when in operation mode and activate the vehicle’s brake lights.

3.177 TRANSMISSION PRE-SELECT

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

3.178 AUXILIARY ENGINE BRAKE CONTROL

An auxiliary engine 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 auxiliary brake shall be controlled through an on/off switch and individual low/medium/high selector switches on the Driver's panel.

3.179 ENGINE PROGRAMMING HIGH IDLE SPEED

The Engine high idle will be set at 1250 RPM. The high idle will be operational only when the parking brake is set and the truck transmission is in neutral.

3.180 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 and optimize output of the HVAC system. 48

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, through a switch, or automatically re-engage when the brake is set, or when the transmission is placed in neutral.

3.181 ENGINE AIR INTAKE

The engine air intake system shall include an ember separator air intake filter which shall be located behind the fascia.

The filter shall protect the downstream air filter from embers using a combination of unique flat and crimped metal screens constructed into a corrosion resistant steel frame.

This multilayered screen shall be designed to trap embers or allow them to burn out before passing through the pack, while creating only minimal air flow restriction through the system. Periodic cleaning or replacement of the screen shall be all that is required after installation.

The intake shall also feature a cyclone style water separator to remove unwanted moisture from incoming air.

The engine shall include an air intake filter which shall be bolted to the frame and located under the front of the cab. This dry type filter shall ensure dust and debris is safely contained inside the disposable housing, eliminating the chance of contaminating the air intake system during air filter service via a leak-tight seal. The filter must have a capacity of no less than 1350 cubic feet of air per minute. The filter paper media must be of a flame retardant treated material. An electric air filter restriction indicator shall also be included with the system.

3.182 ENGINE EXHAUST SYSTEM

The exhaust system shall include a one piece diesel particulate filter (DPF), a diesel oxidation catalyst, and a selective catalytic reduction catalyst (SCR) to meet current EPA standards. The selective catalytic reduction catalyst shall utilize a diesel exhaust fluid solution consisting of urea and purified water to convert nitrogen oxide into nitrogen, water, and trace amounts of carbon dioxide. The solution shall be injected into the system between the DPF and SCR chambers.

The system shall utilize 0.065 inch thick stainless steel exhaust tubing between the engine turbo and the DPF.

The after treatment canister through the end of the tailpipe shall all be connected with zero leak gasketed clamps. The discharge shall terminate horizontally on the right side of the vehicle ahead of the rear tires with an exhaust gas diffuser.

The diffuser shall lower exhaust gas temperatures during the regeneration cycle.

3.183 DIESEL EXHAUST FLUID TANK

There shall be a molded cross linked polyethylene tank for the Diesel Exhaust Fluid (DEF). The tank shall have a capacity of not less than five (5) usable gallons (18.92 Liters) and shall be mounted on the left hand side of the chassis frame in front of 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 49 prevent the DEF from freezing and to provide a means of thawing the fluid if it should become frozen.

3.184 DIESEL EXHAUST FLUID TANK

There shall be an access door provided in the top rear step of left side crew area for access to the DEF tank.

3.185 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.

3.186 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.

3.187 DIESEL PARTICULATE FILTER CONTROLS

Provide DPF system status annunciation indicator lights, lights shall be installed on driver dash to alert driver when regeneration is needed and when DPF is in an active re-generation cycle.

Warning systems shall provide DEF low level warning.

Driver's dash shall be provided with two (2) controls for the Diesel particulate filter; one (1) manual regeneration switch to activate a regeneration cycle manually when passive burn is unobtainable due to driving conditions; and one (1) Regen "Inhibit Switch".

The switches shall be located in a covered location.

3.188 ENGINE COOLING SYSTEM

The radiator and the complete cooling system shall meet or exceed NFPA and engine manufacturer cooling system requirements.

The system shall include and feature the following:

• A vertically stacked charge air cooler providing the maximum cooling capacity for the engine. Proposals offering horizontally stacked charge air cooler shall not be acceptable. No Exceptions • The charge air cooler and radiator shall measure not less than 1382 square inches • A surge tank with a low coolant probe and capable of removing entrained air from the cooling system, with built in sight glass • Radiator re-circulation shields to prevent heated air from re-entering the cooling system and affecting performance • Mounts allowing the entire radiator to drop through the frame for service when needed - No ExceptionsEngine placement shall provide a minimum of 8” between the engine fan and radiator to maximize the airflow and cooling of the engine. • A Spin on Element water filter with corrosion inhibitor shall be provided for the cooling system. No Exception. 50 • The coolant filter shall be provided with two (2) shut off valves, one (1) one inlet and one (1) outlet. No Exception. • Cooling system shall be tested and certified by the engine manufacturer

3.189 COOLANT HOSES

The cooling systems hose shall be formed silicone hose and formed aluminized steel tubing and include constant tension spring clamps.

3.190 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 F.

Supplemental coolant additives (SCA) are not required as this is part of the extended life coolant makeup.

3.191 TRANSMISSION

The drive train shall include an Allison model EVS 4000 torque converting, automatic transmission which shall include electronic controls. The transmission shall feature two (2) 10- bolt PTO pads located on the converter housing; one (1) in the 8:00 o'clock position and one (1) in the 1:00 o'clock position.

The transmission shall include two (2) internal oil filters and Allison approved 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 Gen transmission shall include prognostic diagnostic capabilities. These capabilities shall include the monitoring of the fluid life, filter change indication, and transmission clutch maintenance.

The transmission gear ratios shall be: 1st 3.51:1 2nd 1.91:1 3rd 1.43:1 4th 1.00:1 5th 0.74:1 6th 0.64:1 (if applicable) Rev 4.80:1

3.192 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.

3.193 TRANSMISSION DRAIN PLUG

The transmission shall include an original equipment manufacturer installed magnetic oil drain plug. 51 3.194 AUTOMATIC NEUTRAL

The transmission shall be provided with an automatic neutral. When the parking brake is applied the transmission automatically returns to neutral.

3.195 TRANSMISSION FLUID

The transmission shall include two (2) internal oil filters and Allison approved synthetic 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.

3.196 TRANSMISSION SHIFT SELECTOR

An Allison GEN V pressure sensitive range selector touch pad shall be provided and located on the tunnel to the right of the driver. The shift selector shall provide an indicator on the digital display and shall alert the driver/operator when a specific maintenance function is required.

3.197 REMOVED

3.198 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.

3.199 TRANSMISSION FEATURE PROGRAMMING

The EVS group package number 127 shall contain the 199 vocational package in consideration of the duty of this apparatus for rescue. 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.

A nine (9) pin diagnostic connector will be provided next to the steering column.

Function ID Description Wire assignment C PTO Request 143 F Aux. Function Range Inhibit (Special) 101/142 G PTO Enable Output (See Input Function C) 130 S Neutral Indicator for PTO 145 Signal Return 103

52

3.200 DRIVELINE

All drivelines shall be heavy duty metal tube and equipped with Spicer 1810 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®.

3.201 FUEL FILTER/WATER SEPARATOR

The fuel system shall have a Fleetguard FS1065 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.

3.202 FUEL SYSTEM

The fuel tank shall have a capacity of fifty (50) gallons/one hundred eighty-nine (189) liters and shall measure 35.00 inches in width X 15.00 inches in height X 24.00 inches in length. The tank shall offer:

• A vent port which will facilitate venting to the top of the fill neck for rapid filling without any “blow-back” • Two (2) 2” NPT fill ports for left and right hand fill with a .5” NPT drain plug centered side to side 9" from the front of the tank • A roll over ball check vent for temperature related fuel expansion and draw • A design including dual draw tubes and sender flanges • A baffled design and shall be constructed of steel • A black Powder Coated exterior to ensure corrosion resistance

The fuel tank shall be mounted below the frame, behind the rear axle. There shall be two (2) three-piece strap hanger assemblies with “U” straps bolted midway on the fuel tank, allowing the tank to be easily lowered and removed for service purposes.

The strap hanger material shall be stainless steel. No Exceptions.

For isolation of vibration and movement, rubber isolating pads shall be provided between the tank and the hanger strap assemblies. The tank straps shall be attached to rubber coated cross members which help isolate the tank from frame flex.

Strap mounting studs through the rail, hidden behind the body shall not be acceptable.

All fuel lines shall be connected with steel fittings with all fittings pointed towards the right side (curbside) of the chassis.

53 The chassis fuel lines shall feature an additional 4’ of length provided so the tank can be easily lowered and removed for service purposes which shall be coiled and secured at the top of the tank.

3.203 FUEL LINES

The fuel system supply and return lines installed from the fuel tank to the engine shall be black aramid braided lines with a fiber outer braid. The fuel lines shall connected with reusable steel fittings. Fuel line is compatible with bio-fuel blends.

3.204 FUEL SHUTOFF VALVE

Two (2) fuel shutoff valves shall be installed at the fuel filter to allow the fuel filter to be changed without loss of fuel to the fuel pump.

3.205 FUEL COOLER

The cross flow air to fuel cooler shall be all aluminum and shall be provided to lower fuel temperature allowing the vehicle to operate at higher ambient temperatures. The fuel cooler shall be located behind the battery box, under the frame.

The fuel cooler shall incorporate a fan for improved heat transfer.

The fuel cooler shall be mounted to the frame using hot dipped galvanized brackets. Powder coated or painted brackets shall not be acceptable. No exception.

3.206 ALTERNATOR

The charging system shall include a 275 amp Delco Remy 40SI 12 volt alternator. The alternator shall feature:

• Premium brushless design providing added durability and life • Provide the highest efficiency resulting in less horsepower requirements • Remote sense technology in extending the life of the battery • 70% efficiency • 3 Year warranty

3.207 ELECTRICAL SYSTEM

There shall be a 12 volt direct current single starting electrical system providing power to all components for the cab and chassis. The system shall feature:

• 300 degree Fahrenheit high temperature, flame retardant loom • All SAE wiring color coded and labeled as to its function • Wiring which is cross link with 311 degree Fahrenheit insulation • A suppressed system in accordance with SAE J551

The primary power distribution will be located forward of the officer's seating position and be easily accessible while standing on the ground for simplified maintenance and troubleshooting. Additional electrical distribution centers will be provided throughout the vehicle to house the vehicle's electrical power, circuit protection, and control components. The electrical distribution

54 centers will be located strategically throughout the vehicle to minimize wire length. For ease of maintenance, all electrical distribution centers will be easily accessible. All distribution centers containing fuses, circuit breakers and/or relays will be easily accessible.

Circuit protection devices, which conform to SAE standards, will be utilized to protect electrical circuits. All circuit protection devices will be rated per NFPA requirements to prevent wire and component damage when subjected to extreme current overload.

General protection circuit breakers will be a combination of automatic and manual reset breakers. This will provide a durability and capacity maximization of the electrical system. When required, automotive type fuses will be utilized to protect electronic equipment. Control relays and solenoid will have a direct current rating of 125 percent of the maximum current for which the circuit is protected per NFPA.

3.208 EMI/RFI PROTECTION

To prevent erroneous signals from crosstalk contamination and interference, the electrical system will meet, at a minimum, SAE J551/2, thus reducing undesired electromagnetic and radio frequency emissions. An advanced electrical system will be used to ensure radiated and conducted electromagnetic interference (EMI) or radio frequency interference (RFI) emissions are suppressed at their source. The apparatus will have the ability to operate in the electromagnetic environment typically found in fire ground operations to ensure clean operations. The electrical system will meet, without exceptions, electromagnetic susceptibility conforming to SAE J1113/25 Region 1, Class C EMR for 10KHz-1GHz to 100 Volts/Meter. The vehicle OEM, upon request, will provide EMC testing reports from testing conducted on an entire apparatus and will certify that the vehicle meets SAE J551/2 and SAE J1113/25 Region 1, Class C EMR for 10KHz-1GHz to 100 Volts/Meter requirements. Component and partial (incomplete) vehicle testing is not adequate as overall vehicle design can impact test results and thus is not acceptable by itself. EMI/RFI susceptibility will be controlled by applying appropriate circuit designs and shielding. The electrical system will be designed for full compatibility with low-level control signals and high-powered two-way radio communication systems. Harness and cable routing will be given careful attention to minimize the potential for conducting and radiated EMI/RFI susceptibility.

3.209 ELECTRICAL HARNESSING INSTALLATION

To ensure rugged dependability, all wiring harnesses installed by the apparatus manufacturer will conform to the following specifications: SAE J1128 - Low tension primary cable SAE J1292 - Automobile, truck, truck-tractor, trailer and motor coach wiring SAE J163 - Low tension wiring and cable terminals and splice clips SAE J2202 - Heavy duty wiring systems for on-highway trucks NFPA 1901 - Standard for automotive fire apparatus FMVSS 302 - Flammability of interior materials for passenger cars, multipurpose passenger vehicles, trucks and buses SAE J1939 - Serial communications protocol SAE J2030 - Heavy-duty electrical connector performance standard SAE J2223 - Connections for on board vehicle electrical wiring harnesses NEC - National Electrical Code SAE J561 - Electrical terminals - Eyelet and spade type SAE J928 - Electrical terminals - Pin and receptacle type A

55 For increased reliability and harness integrity, harnesses will be routed throughout the cab and chassis in a manner which allows the harnessing to be laid into its mounting location. Routing of harnessing which requires pulling of wires through tubes will not be allowed. Wiring will be run in loom or conduit where exposed, and have grommets or other edge protection where wires pass through metal. Wiring will be color, function and number coded. Wire colors will be integral to each wire insulator and run the entire length of each wire. Harnessing containing multiple wires and uses a single wire color for all wires will not be allowed. Function and number codes will be continuously imprinted on all wiring harness conductors at 3.00" intervals. All wiring installed between the cab and into doors will be protected by an expandable rubber boot to protect the wiring. Exterior exposed wire connectors will be positive locking, and environmentally sealed to withstand elements such as temperature extremes, moisture and automotive fluids.

Electrical wiring and equipment will be installed utilizing the following guidelines:

• All wire ends not placed into connectors will be sealed with a heat shrink end cap. Wires without a terminating connector or sealed end cap will not be allowed.

• All holes made in the roof will be caulked with silicon. Large fender washers, liberally caulked, will be used when fastening equipment to the underside of the cab roof.

• Any electrical component that is installed in an exposed area will be mounted in a manner that will not allow moisture to accumulate in it. Exposed area will be defined as any location outside of the cab or body.

• For low cost of ownership, electrical components designed to be removed for maintenance will be quickly accessible. For ease of use, a coil of wire will be provided behind the appliance to allow them to be pulled away from the mounting area for inspection and service work.

• Corrosion preventative compound will be applied to non-waterproof electrical connectors located outside of the cab or body. All non-waterproof connections will require this compound in the plug to prevent corrosion and for easy separation of the plug.

• Any lights containing non-waterproof sockets in a weather-exposed area will have corrosion preventative compound added to the socket terminal area.

• All electrical terminals in exposed areas will have protective Coating applied completely over the metal portion of the terminal.

• Rubber coated metal clamps will be used to support wire harnessing and battery cables routed along the chassis frame rails.

• Heat shields will be used to protect harnessing in areas where high temperatures exist. Harnessing passing near the engine exhaust will be protected by a heat shield. • Cab and crew cab harnessing will not be routed through enclosed metal tubing. Dedicated wire routing channels will be used to protect harnessing therefore improving the overall integrity of the vehicle electrical system. The design of the cab will allow for easy routing of additional wiring and easy access to existing wiring.

56 • All braided wire harnesses will have a permanent label attached for easy identification of the harness part number and fabrication date.

• All standard wiring entering or exiting the cab will be routed through sealed bulkhead connectors to protect against water intrusion into the cab.

3.210 BATTERY CABLE INSTALLATION

All 12-volt battery cables and battery cable harnessing installed by the apparatus manufacturer will conform to the following requirements: SAE J1127 - Battery Cable SAE J561 - Electrical terminals, eyelets and spade type SAE J562 - Nonmetallic loom SAE J836A - Automotive metallurgical joining SAE J1292 - Automotive truck, truck-tractor, trailer and motor coach wiring NFPA 1901 - Standard for automotive fire apparatus Battery cables and battery cable harnessing will be installed utilizing the following guidelines:

• All battery cables and battery harnesses will have a permanent label attached for easy identification of the harness part number. • Splices will not be allowed on battery cables or battery cable harnesses. • For ease of identification and simplified use, battery cables will be color coded. All positive battery cables will be red in color or wrapped in red loom the entire length of the cable. All negative battery cables will be black in color. • For increased reliability and reduced maintenance, all electrical buss bars located on the exterior of the apparatus will be coated to prevent corrosion.

3.211 ELECTRICAL COMPONENT INSTALLATION

All lighting used on the apparatus will be, at a minimum, a two (2) wire light grounded through a wired connection to the battery system. Lights using an apparatus metal structure for grounding will not be allowed. An operational test will be conducted to ensure that any equipment that is permanently attached to the electrical system is properly connected and in working order. The results of the tests will be recorded and provided to the purchaser at time of delivery.

3.212 12V POWER POINTS

There shall be one (1) 12v power point and one (1) dual USB power point provided. They shall be mounted in the driver’s side of the dash. They shall be within easy reach of the driver; and shall be wired directly to the battery. There shall be two (2) 12v power point in rear cab area. Location to be determined at pre con meeting.

3.213 12V POWER POINTS There shall be one (1) 12v power point and one (1) dual USB power point provided. They shall be mounted in the officer’s side of the dash. They shall be within easy reach of the officer; and shall be wired directly to the battery

3.214 CONSOLE MOUNTED MAP LIGHTS One (1) map light(s) shall be provided and incorporated in the modular dash console. The map light shall be a 12" LED Federal Signal Littlite model LF12TSB-LED.

57

3.215 DRIVER SWITCH PANEL

The driver panel to the right of the Driver’s position shall include the following:

• In the upper most row it shall have the HVAC Controls, which shall include three (3) controls, the fan speed, comfort and defrost control, and temperature control. In the far right position shall be the seat belt indicator. • In the middle section there shall be eight (8) backlit switches, the switch on the far right side shall be a high idle switch. • In the bottom row there shall be six (6) switches. The two (2) switches in the far right location shall be the dimmer switch in the second to last switch location and the wiper controls in the last switch location.

3.216 BLACK MOUNTING SWITCH PLATE

A black mounting plate containing a switch panel with seven (7) switches shall be provided and incorporated in the center dash console.

3.217 MASTER WARNING SWITCH

A master switch shall be included in the main rocker switch panel. The switch shall be a rocker type, red in color and labeled “Master” for identification. The switch shall feature control over all devices wired through it. Any warning device switch left in the “ON” position shall automatically power up when the master switch is activated.

3.218 VEHICLE DATA RECORDER

Apparatus shall be equipped with a Class1 “Vehicle Data Recorder (VDR) that is connected to the power train CAN (Controller Area Network) bus consisting of transmission (TCM), engine control (ECM) and anti-lock brake (ABS) modules mounted on the apparatus. The VDR will function per NFPA 1901-2009 sections 4.11 (Vehicle Data Recorder) utilizing the power train s J1939 data.

The VDR data shall be downloadable by USB cable to a computer using either Microsoft ™ or Apple ™ Operating Systems using Class 1/ O.E.M. supplied reporting software. The latest version of the software shall be available by contacting Class 1.

The apparatus shall be equipped with a Class1 Seat Belt Warning System” (SBW) that is connected to the power train CAN (Controller Area Network) bus consisting of transmission (TCM), engine control (ECM) and anti-lock brake (ABS) modules mounted on the apparatus. The SBW will function per NFPA 1901-2009 14.1.3.10 (Seat Belt Warning) using the Class1 “Seat Belt Input Module” for seat occupied and belt status information.

The SBW system shall have the ability to use either normally open (NO) or normally closed (NC) switches (user selectable by “dip switches” at ground potential) for operation.

58 3.219 CAB INSTRUMENTATION

The instrumentation panel within the cab shall feature a Pacific Insight gauge panel which shall include three (3) 5"diameter information centers, telltale indicator lamps, control switches, alarms, and a LCD diagnostic panel.

The gauges shall be easy to read including red backlighting.

The instrument panel shall contain the following gauges and indictors:

The middle information center shall include:

• A programmable speedometer to read either 0 to 140 MPH or 0 to 140 KM/H • An amber telltale lamp indicating the Check Engine • An amber telltale lamp indicating MIL Engine Emissions System Malfunction • A red telltale lamp indicating Stop Engine • A tachometer gauge with 0-3,000 RPM

The right hand side information center shall include:

• A gauge to display the engine oil pressure with high and low level indicators and stop engine alarm • A fuel level gauge with a low fuel indicator and alarm • An LED bar displaying 4 stages of the level for the Diesel Exhaust Fluid (DEF) with a refill indicator • A voltage gauge with low voltage indicator • A water temperature gauge with high water temp indicator and alarm

The left hand side information center shall include:

• A primary air PSI gauge including low air and high air warning displays • A secondary air PSI gauge with low and high air warning indication

An LCD diagnostic display, located in the left hand side information center shall include digital readouts for the following:

• Odometer • Transmission oil temp • Engine oil temp • Speedometer • Engine hours • Engine and transmission code • Exhaust temp • Engine coolant temp • Engine oil PSI • Turbo boost PSI • Primary air pressure • Secondary air pressure • Engine load % • Engine torque • Battery volts

59 • Fuel level % • Vehicle speed • RPM • DEF level • Instant fuel economy • Average fuel economy • Engine hours • Capable to record three trips, each shall be include: • Trip distance • Fuel economy • Fuel used • Idle fuel used • The LCD screen shall also provide diagnostic capability

To promote safety, the following telltale indicator lamps will be integral to the gauge assembly and are located below the middle information center. The indicator lamps will be "dead-front" design that is only visible when active. The colored indicator lights will have descriptive text or symbols. The following indicator lamps shall be located on the Telltale panel:

BLUE Indicator Lights • High Beam Headlight GREEN Indicator Lights • Right Turn Indicator • Left Turn Indicator • Battery On (Always On) YELLOW Indicator Lights • Particle Filter Regeneration (DPF) • Regeneration Inhibit (Switch Engaged) • Air Intake Restriction • High Exhaust System Temperature (HEST) • Wait to Start (when applicable) • ATC (Automatic Traction Control) (when applicable) • Water in Fuel RED Indicator Lights • Low Engine Coolant Level • Air Bag Warning (when applicable) • Check Transmission • High Transmission Temperature • ABS • Parking Brake

3.220 ALARMS

Audible steady tone warning alarm: A steady audible tone alarm will be provided whenever a warning message is present.

Alarm silence: Any active audible alarm will be able to be silenced with a button on the right side of the LCD screen.

3.221 3.221 INDICATOR LAMP AND ALARM PROVE-OUT

Telltale indicators and alarms will perform prove-out at initial power-up to ensure proper performance.

60 3.222 DIAGNOSTIC PANEL

A diagnostic panel shall allow diagnostic tools such as computers to connect to various vehicle systems for improved trouble shooting providing a lower cost of ownership. The panel shall be accessible while standing on the ground and located inside the driver's door to the left of the steering column. Diagnostic switches shall allow engine and ABS systems to provide blink codes should a problem exist. The diagnostic panel shall include:

• Engine diagnostic port • V-Mux USB diagnostic port (when applicable) • Engine diagnostic switch (blink codes flashed on check engine telltale indicator) • Diesel particulate filter regeneration switch (when applicable) • Diesel particulate filter regeneration inhibit switch (when applicable) • The enclosed diagnostic panel, accessible through the HVAC access panel shall include: o Transmission diagnostic port o ABS diagnostic port o SRS diagnostic port (when applicable)

3.223 BACKLIGHTING COLOR

The instrumentation gauges and the switch panel legends shall be backlit using red LED backlighting.

3.224 BATTERIES

The single start electrical system shall include six (6) group 31 1070 CCA batteries. The batteries shall feature:

• A 210 minute reserve capacity • 4/0 dual path starter cables per SAE J541 • Heat shrink and sealant encapsulated ends on the cables • Maintenance free

3.225 BATTERY COMPARTMENTS

A well ventilated, battery storage compartment shall house the batteries on the officer and driver side of the chassis and shall be located so as to offer easy access to the batteries when the cab is tilted.

The each battery compartment shall feature:

• 3/16" steel construction. • A complete floor of heavy duty, industrial grade, recycled Turtle Tile brand interlocking matting • A double hinged galvanized steel cover with two (2) rubber latches shall be utilized providing easy access to the batteries. No tools shall be required to gain access to the batteries. • When in the open position, the double hinged door shall be flush with the bottom of the battery compartment, allowing for a sweep out style floor and removal of the batteries when necessary, without the inference of a lower lip. No Exceptions.

61 3.226 BATTERY CABLES

The starting system shall include cables which shall be protected by a 275 degree F, minimum high temperature flame retardant loom.

The cables shall be in a loom to help keep out dirt, dust and debris.

3.227 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.

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.

3.228 IGNITION

A master battery system with a keyless start ignition system shall be provided. Each system shall be controlled by a marine grade two position switch, of which shall be mounted on the left side of the steering wheel adjacent to the driver's knee. A push button type starter button shall be provided on the driver dash to the left of the steering wheel. The starter button shall only operate when both the master battery and ignition switches are in the “ON” position.

3.229 POWER & GROUND STUD

An electrical distribution panel shall include two (2) power studs. The studs shall be a minimum of 1/4" 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) 1/4" ground stud.

3.230 GROUND LIGHTS

Each door shall include a Whelen 3SC0CDCR LED NFPA compliant ground light mounted to the underside of the cab step below each door.

Each light shall include a polycarbonate lens, a housing which is vibration welded and a bulb which shall be shock mounted for extended life.

3.231 GROUND LIGHT ACTIVATION

The ground lights shall activate when the park brake is engaged.

3.232 CAB STEP LIGHTING

One (1) LED light shall be mounted to the riser of the middle cab step, a total of eight (8) step lights for the cab, in accordance with NFPA.

Each light shall include a polycarbonate lens and shall be contained in a housing which is vibration welded with a bulb which shall be shock mounted. Each step light shall not be any larger than 3" in diameter. 62 3.233 STEP LIGHT ACTIVATION

The step lighting shall be activated by opening any of the cab doors on the respective side.

3.234 ENGINE COMPARTMENT LIGHTING

Two (2) LED lights shall be mounted to the engine compartment in such a fashion as to provide as much light as possible to the engine compartment area. The engine compartment lighting shall activate with the tilting of the cab.

3.235 INTERIOR OVERHEAD CAB LED LIGHTING

Each cab door shall include a dual red and white LED lamp. There shall be one (1) light centered over each of the Driver and Officer’s seat and one centered over each crew door. The clear lamp shall illuminate with the opening of each respective door with both the red and clear portions of the lamp activated by individual lighted switches on each lamp.

3.236 DO NOT MOVE APPARATUS/ HAZARD LIGHT

The front headliner of the cab shall include a flashing red Whelen 500 Series LED light clearly labeled "Do Not Move Apparatus".

The flashing red light shall be located centered left to right for greatest visibility.

The light 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.

3.237 DOOR OPEN ALARM

There shall be an alarm interlocked for activation when the parking brake is released and either a cab door or apparatus compartment door is not completely closed.

3.238 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. 3.239 REAR FACING CAMERA

A rear facing box style rearview camera shall be installed on the rear of the vehicle. The camera and microphone shall activate when the vehicle transmission is shifted into reverse with the image viewed on a monitor mounted on the Driver side dash.

3.240 BATTERY CHARGER

One (1) Kussmaul Autocharge 1200 model #091-187-12, 40 amp fully automatic high output battery charger shall be wired to the 12 volt battery system. The charger unit shall be mounted in a clean dry area and will be accessible for service and/or maintenance. Shoreline connection Super Kussmaul auto eject 20 amp. The shoreline cover shall be Red in color.

Shoreline Location right rear above tailboard. Location of plug will be determined at pre- construction meeting.

The Battery Charger indicator shall be located in the canopy window.

3.241 OVERALL HEIGHT 63

The maximum height of apparatus shall not exceed 11’Feet 3” inches

3.242 OVERALL LENGTH

An overall length for this apparatus shall not exceed 43’ Feet.

3.243 OVERALL WIDTH

An overall width restriction has not been specified for this apparatus.101

3.244 WHEELBASE

A wheelbase restriction has not been specified for this apparatus.259”

3.245 ANGLE OF APPROACH

The angle of approach for the apparatus shall not be less than eight (12) degrees

3.246 ANGLE OF DEPARTURE

The angle of departure for the apparatus shall not be less than eight (12) degrees

3.247 FINANCIAL STABILITY SPECIFICATIONS

With high-profile instances of fire apparatus manufacturers encountering financial difficulties, it is imperative that fire departments be diligent in evaluating the financial position of the companies they solicit to build on their emergency response vehicles. A contract entered into with a company on shaky ground is a dangerous prospect, since conducting business with a manufacturer in such condition could open the department to monumental problems. Take, for instance, the growing theme of manufacturers requiring as opposed to offering pre- payment and progressive payment options with a corresponding discount off the price of a vehicle. Such offers are made with an ulterior motive in mind, as it can be generally inferred that manufacturers requiring pre-payments and progressive payments do so because they need your cash today to fund production of other vehicles already in the backlog.

Should problems arise, as has been the case in situations too numerous to mention, your department risks losing any down payments already made or even the entire cost of a piece of equipment should certain pre-pay discount situations go awry.

While pre-payment discounts may be enticing, it is important to know just how stable the manufacturer seeking your funds is before you make that commitment. If you enter into one of these agreements and the manufacturer hits a rough patch, it is you that will be hurting, because your funds may not be recoverable. However, if you enter into a contract with a financially sound manufacturer, you will reap all of the benefits of a well-built truck at a lower cost. You may equally, by taking advantage of the time-value of money, be able to afford more truck than initially thought, because funds saved by leveraging pre-payment options could allow you get some added features that you might not necessarily have been able to afford.

In order for bids to be accepted by a fire department, the company bidding must meet several fiscal criteria.

The first criteria call for the successful bidder to meet a debt-to-equity ratio not exceeding a 2.0 rating. 64 The second requirement is that the debt coverage ratio of the successful body builder exceeds a 100 rating. The higher the number, the better able a company is to meet its payment obligations with and creditors. The higher the debt coverage ratio, the easily and more fluidly a company is positioned to pay its monthly obligations and operating costs.

The third criteria require that the equity ratio of the successful bidder must exceed .30 rating. A higher equity ratio indicates that the body builder has increased flexibility to meet its financial obligations which translates into greater financial stability

To acquire a Dun and Bradstreet report, telephone them at 1-800-234-3867 or visit their web site address at www.dnb.com. Dun and Bradstreet is nationally-recognized, independent financial analysis company.

3.248 ELECTRONIC STABILITY CONTROL

Electronic stability control shall be supplied on the chassis.

3.249 ENGINEERING BLUEPRINTS

The manufacturer has submitted "proposal" blueprints which are “representative” of the vehicle being proposed and these have been generated on computer-aided-design (CAD) equipment. The blueprints submitted shall be on "B" size paper, 11" x 17" in size and views are on 1/16" to 1" scale.The blueprints are provided as follows:

Sheet No. 1: Left side exterior view Right side exterior view Rear exterior view

The manufacture shall be provide construction drawings for approval prior to actual construction of the vehicle.

The design of the equipment is in accordance with the best engineering practices. The equipment design and accessory installation shall permit accessibility for use, maintenance and service. All components and assemblies shall be free of hazardous protrusions, sharp edges, cracks or other elements, which might cause injury to personnel or equipment.

All oil, hydraulic, and air tubing lines and electrical wiring shall be located in protective positions properly attached to the frame or body structure and shall have protective loom or grommets at each point where they pass through structural members, except where a through-frame connector is necessary.

Parts and components will be located or positioned for rapid and simple inspection and recognition of excessive wear or potential failure. Whenever functional layout of operating components determines that physical or visual interference between items cannot be avoided, the item predicted to require the most maintenance shall be located for best accessibility.

3.250 ISO COMPLIANCE

The manufacturer shall operate a Quality Management System under the requirements of ISO 9001. These standards sponsored by the "International Organization for Standardization (ISO)" specify the quality systems that shall be established by the manufacturer for design, manufacture, installation and service. A copy of the certificate of compliance shall be included with the bid.

3.251 BUMPER TO BUMPER WARRANTY 65

The manufacturer shall warrant each new motorized fire apparatus for a period o TWO YEARS from the date of delivery, except for chassis and other components noted herein.

Under this warranty we agree to furnish any parts to replace those that have failed due to defective material or workmanship where there is no indication of abuse, neglect, unusual or other than normal service providing that such parts are, at the option of the manufacturer, made available for our inspection at our request, returned to our factory or other location designated by us with transportation prepaid within thirty days after the date of failure or within one year from the date of delivery of the apparatus to the original purchaser, whichever occurs first, and inspection indicates the failure was attributed to defective material or workmanship.

The warranty on the chassis and chassis supplied components, 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.This warranty will not apply to any fire apparatus that has been repaired or altered outside our factory in any way, which in our opinion might affect its stability or reliability.

This warranty shall not apply to those items that are usually considered normal maintenance and upkeep services: including, but not limited to, normal lubrication or proper adjustment of minor auxiliary pumps or reels.

This warranty is in lieu of all other warranties, expressed or implied, and all other obligations or liabilities on our part. We neither assume nor authorize any person to assume for us any liability in connection with the sales of our apparatus unless made in writing by the manufacturer.

3.252 ALUMINUM BODY WARRANTY - FIVE YEAR

The manufacturer warrants to the original purchaser only, that the all-aluminum body, under normal use and with reasonable maintenance, be structurally sound and will remain free from corrosion perforation for a period of FIVE (5) years.

This warranty does not apply to the following items that are covered by a separate warranty: paint finish, hardware, moldings, and other accessories attached to this body. In addition, this warranty does not apply to any part or accessory manufactured by others and attached to this body.

THE MANUFACTURER MAKES NO OTHER WARRANTY, EXPRESS OR IMPLIED, WITH RESPECT TO THE ALUMINUM BODY AND ALL IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE AND HEREBY DISCLAIMED.

The manufacturer will replace without charge, repair or make a fair allowance for any defect in material or workmanship demonstrated to its satisfaction to have existed at the time of delivery or not due to misuse, negligence, or accident. If the manufacturer elects to repair this body, the extent of such repair shall be determined solely by the manufacturer, and shall be performed solely at the manufacturer factory, or at an approved facility. The expense of any transportation to or from such repair facility shall be borne by the purchaser and is not an item covered under this warranty.

The manufacturer will not be liable for damages and under no circumstances will its liability exceed the price for a defective body. The remedies set forth herein are exclusive and in substitution for all other remedies to which the purchaser would otherwise be entitled.

The manufacturer will be given a reasonable opportunity to investigate all claims. The purchaser66 must commence any action arising out of, based upon or relating to agreement or the breach hereof, within twelve months from the date the cause of the action occurred.

Note: Surety bond, if required, will cover standard one year warranty period only and will not cover any extended warranties allowed by seller or other component manufacturers.

3.253 ALUMINUM SUB FRAME WARRANTY

Subject to the provisions, limitations and conditions set forth in this warranty, the manufacturer (hereby referred to as "seller"), hereby warrants to each original purchaser only that each new aluminum body sub frame (exclusive of paint finish and hardware) is structurally sound and freeof all structural defects of both material and workmanship and further warrants that it will maintain such structural integrity for a period of ten (10) years of ownership by the original purchaser. This warranty terminates upon transfer of possession or ownership by original purchaser.

This warranty is conditioned upon normal use and reasonable maintenance of such sub frame; prompt written notice of all defects to seller or one of the seller's then authorized dealers in the area; no repair or additions there to except by seller or authorized by it; said defect not resulting from misuse, negligence, accident, remount, overloading beyond applicable weight rating by customer or third parties. If any such conditions are not complied with, this warranty shall become void and unenforceable.

Should repairs become necessary under the terms or the warranty, the extent of that repair shall be determined solely by the seller and shall be performed solely at the manufacturer or a repair facility designated by the seller. The expense of any transportation to or from such repair facility shall be that of the purchaser and is not an item covered by this warranty.

Seller reserves the unrestricted right at any time from time to time to make changes in the design of and/or improvements on its products without thereby imposing any obligation on itself to make corresponding changes or improvements in or on its products theretofore manufactured.

Exclusions and limitations: this manufacturer's warranty is provided in place of any and all other representations or implied warranties. No person is authorized to make any representations or warranty on behalf of the manufacturer or any of its distributors other than set forth in this manufacturer's warranty. Your right to service and replacement of parts on the terms expressly set forth herein are your exclusive remedies and neither the manufacturer nor any of its distributors shall be liable for damages, whether ordinary, incidental or consequential.

Note: Surety bond will cover standard one year warranty period only and will not cover any extended warranties allowed by seller or other component manufacturers.

3.254 PAINT WARRANTY FIVE YEAR

The PPG paint performance guarantee will cover the areas of the vehicle finished with the specified product for a period of FIVE (5) years beginning the day the vehicle is delivered to the purchaser.

The full apparatus body, manufactured and painted by the manufacturer, shall be covered for the following paint failures as outlined on the guarantee certificate:

• Peeling or delaminating of the topcoat and/or other layers of paint. • Cracking or checking. • Loss of gloss caused by cracking, checking, or hazing. • Any paint failure caused by defective PPG Fleet Finishes, which are covered by this 67 guarantee.

All guarantee exclusions, limitations, and methods of claims are covered in the full certificate provided to the original purchaser.Note: Surety bond, if required, will cover standard one year warranty period only and will not cover any extended warranties allowed by seller or other component manufacturers.

3.255 LETTERING WARRANTY

The manufacturer warrants to the original purchaser only, that the lettering and striping, installed by the manufacturer, will remain free from defects for a period of two (2) years under normal use.

The manufacturer will replace without charge, repair or make a fair allowance for any defect in material or workmanship demonstrated to its satisfaction to have existed at the time of delivery or not due to misuse, negligence, or accident. If the manufacturer elects to repair this item, the extent of such repair shall be determined solely by the manufacturer, and shall be performed solely at the manufacturer factory, or at an approved facility. The expense of any transportation to or from such repair facility shall be borne by the purchaser and is not an item covered under this warranty.

Note: Surety bond, if required, will cover standard one year warranty period only and will not cover any extended warranties allowed by seller or other component manufacturers.

3.256 OPERATION AND FAMILIARIZATION MANUAL

The apparatus manufacturer shall supply, at delivery, customized Operation & Familiarization Manual, complete with full-color photos of the actual, completed apparatus with each feature and control identified and its function explained.

Safety, Operation, Maintenance and Troubleshooting sections will include information about each major component of the apparatus (chassis, pump, foam system, generator, electrical devices, etc.). The manual shall be specific to the apparatus (or group of apparatus) being delivered.

All safety and warning labels shall be represented in the manual for subsequent safety inspections to ensure their continued presence on the apparatus.

The manufacturer shall submit a sample manual with the bid proposal. Failure to do so will result in rejection of the proposal. Reference to "on delivery" or "at pre-build" submission is not an acceptable response for the bid document.

“Similar” or “Representative” manuals will not be accepted.

3.257 "ON-LINE" SERVICE MANUAL SUPPORT

As part of the standard delivery manual, the manufacturer shall give a password-protected link to the end user, allowing access to the manufacturers' database on service parts. The internet- based system shall allow the end user to access the major component supplier's service parts listing such as Hale, Waterous, Akron, etc. This shall be accomplished with simplistic point and click features on the manufacturer line item within the "stripper" or "line item sheet". This will include, automatic updates, printable schematics and manufacturer's web links and is available in the commercially available format of Adobe Acrobat Reader to access these documents. The manufacturer shall submit with the bid proposal, a sample set of on line Adobe formatted material that has been printed from the manufacturer’s website. 68

3.258 Parts Listings within Manuals

The manuals will include cross-reference part numbers from the manufacturer part number to the vendor parts. Example: Hydraulic Ladder Rack, Part #LR-MN-0002 cross-referenced to Ziamatic Corporation Part 098-MN2345. This will allow for reference between individual parts and complete installation assemblies as completed by the body builder. The manuals will list all components of the vehicle that includes a vendor part utilized in a complete installation via the manufacturer’s "line item sheet" or "stripper" utilized to manufacture the completed vehicle. These are "As Built" and proposals with "typical" or "generic" manuals will be rejected.

3.259 Illustrative Schematics within Manuals

The manufacturer shall include installation diagrams and drawings of all major sub-assemblies. This will include components such as hydraulic ladder rack assemblies, pump panels, tanks, fire pumps, etc. The drawings shall be linked via an Internet based service program, in an electronic format from the manufacturers "stripper" (line item listing) of the manufacturing document. The manufacturer shall submit, upon request, a sample schematic.

3.260 Digital Images within Manuals

In addition to two and three-dimensional installation drawings, the manufacturer shall make accessible, via an internet based link, the actual photos of the installed components listed within the "stripper" or line sheet. This will include, but not limited to wiring terminals, main body distribution strips, fire pump shifting, auxiliary components, etc. The manufacturer shall submit a sample of these upon request.

3.261 Installation Instructions within Manuals

The manufacturer "work instructions" or "installation instructions" shall be included with the service manuals. These documents shall be accessible via a web-based link to the individual vehicle manufactured. The work instructions shall give systematic instructions of the component installation process. The manufacturer shall submit, upon request, a sample set of instructions.

3.262 Automatic Updates of Manuals and Parts Listings

The online manuals will include automatic updates that are accessible via the web link. When clicking on the part within the manufacturer’s stripper or line sheet, it will allow the end user to access the component manufacturer website for updated information. This will allow for latest parts and service components from the individual part manufacturer or vendor.

3.263 Electrical Schematics

To maintain the vehicles electrical systems, the manufacturer shall provide to the purchaser the instructional manuals, complete electrical information and schematics on the vehicle. The electrical information shall be provided as follows:

3.264 WIRING SYSTEMS 12 AND 120 VOLT:

• Graphic symbols for electrical diagrams.

69 • Wire labeling, imprinting codes and index. • Computer generated electrical schematics indicating the circuit number, wire size, switches, circuit breaker and terminals on the vehicle.

The manufacturer shall submit, upon request, a sample set of diagrams.

3.265 IN PROCESS PHOTOS

The vehicle manufacturer shall provide a series of photos of the apparatus as it progresses through the production process. There will be a minimum of four (4) photos per interval and a total of six intervals, one (1) upon chassis arrival, four (4) during construction and one (1) upon completion.

3.266 CUSTOM CHASSIS

A custom fire truck chassis shall be furnished with the following apparatus body and equipment. See attached specifications for exact chassis configuration.

3.267 ELECTRIC SIREN AND CONTROL

One (1) Whelen 295HFS3B electronic siren control head with remote amplifier shall be provided and flush mounted in the switch panel with a location specific to the customer’s needs. The siren shall feature 200-watt output, hands free mode and shall be in “standby” mode awaiting instruction. The siren shall offer radio broadcast, public address, wail, yelp, or piercer tones and hands free operation which shall allow the operator to turn the siren on and off from the horn ring if a horn/siren selector switch option is also selected.

3.268 SPEAKER

One (1) Federal Signal DynaMax 100-watt speaker, Model #ES100, shall be installed. The speaker shall feature a Neodymium driver and a high strength composite housing that is chemical resistant and maintains rigidity at high temperatures.

One (1) stainless steel grille shall be installed on the speaker.

The siren speaker shall be installed in the center of the apparatus bumper.

3.269 SIREN CONTROL

One (1) electronic switch shall be provided integrally with the apparatus' horn to activate the siren.

3.270 FEDERAL MECHANICAL SIREN

One (1) Federal Signal Q2B mechanical siren shall be recess mounted into the left side of the front bumper. The "Q" siren shall feature a highly polished chrome body and grille. The siren's distinctive mechanical wail sound shall produce 123 db at 10'.The siren control switch (es) shall be installed in the cab on the Driver’s side.

70 3.271 SIREN CONTROL

One (1) foot switch shall be provided on the driver's side of the cab floor to activate the Federal Signal Q2B siren.

One (1) foot switch shall be provided on the officer's side of the cab floor to activate the Federal Signal Q2B siren.

3.272 SIREN BRAKE

Two (2) push button siren brake switches for the Federal Signal Q2B siren shall be provided, one (1) on the driver's side dash and one (1) on the officer's side dash.

3.273 LIGHT BAR

One (1) Whelen NFPA Edge Ultra Freedom IV light bar shall be included with the apparatus cab. The light bar shall be model F4N7VLED and shall be mounted on the roof of the cab towards the front, above the windshield.

The light bar shall feature:

• A 72" light bar designed for high performance • Four (4) red Linear Super LED corner modules • Two (2) red 400 series Liner Super LED lights • Two (2) white 400 series Linear Super LED lights with clear optic lenses • Clear hard coated lenses to provide extended life/luster protection against UV & chemical stresses • Designed in accordance with NFPA Zone A requirements

3.274 TRAFFIC LIGHT CONTROL

One (1) Global Traffic Technologies Opticom 795H Low-Profile LED high-priority traffic light emitter and control device shall be installed and mounted in the specified light bar. The traffic emitter shall be wired thru the park brake to deactivate when the park brake is set.

3.275 LIGHT BAR ACTIVATION

The front upper light bar shall be activated through the master warning switch.

3.276 UPPER REAR WARNING LIGHTS

One (1) pair of Whelen M9 Series Model # M9V2 combination 180° warning/perimeter light shall be provided, one each side on the upper portion of the rear of the body. The M9V2 shall incorporate Linear Super-LED® and Smart LED® technology.

3.277 SCENE LIGHT SWITCHING

One (1) scene light switch with indicator shall be installed on the cab main switch panel to control all scene light(s). The switch shall be labeled "SCENE LIGHTS".

71 The driver side warning/scene light shall be a Whelen Model M9V2R, a M9 V-series red warning light and a perimeter light with a split red/clear non-optic polycarbonate lens.

The officer side warning/scene light shall be a Whelen Model M9V2R, a M9 V-series red warning light and a perimeter light with a split red/clear non-optic polycarbonate lens.

Each light shall be mounted with a Whelen Model M9FC chrome flange.

3.278 UPPER SIDE FRONT WARNING LIGHTS

One (1) pair of Whelen M9 Series Model # M9V2 combination 180° warning/perimeter light shall be provided, one each side on the upper portion of the body side, towards the front of the body. The M9V2 shall incorporate Linear Super-LED® and Smart LED® technology.

3.279 SCENE LIGHT SWITCHING

One (1) scene light switch with indicator shall be installed on the cab main switch panel to control all scene light(s). The switch shall be labeled "SCENE LIGHTS".

The driver side warning/scene light shall be a Whelen Model M9V2R, a M9 V-series red warning light and a perimeter light with a split red/clear non-optic polycarbonate lens.

The officer side warning/scene light shall be a Whelen Model M9V2R, a M9 V-series red warning light and a perimeter light with a split red/clear non-optic polycarbonate lens.

Each light shall be mounted with a Whelen Model M9FC chrome flange.

3.280 UPPER SIDE REAR WARNING LIGHTS

One (1) pair of Whelen M9 Series Model # M9V2 combination 180° warning/perimeter light shall be provided, one each side on the upper portion of the body side, towards the rear of the body. The M9V2 shall incorporate Linear Super-LED® and Smart LED® technology.

3.281 SCENE LIGHT SWITCHING

One (1) scene light switch with indicator shall be installed on the cab main switch panel to control all scene light(s). The switch shall be labeled "SCENE LIGHTS".

The driver side warning/scene light shall be a Whelen Model M9V2R, a M9 V-series red warning light and a perimeter light with a split red/clear non-optic polycarbonate lens.

The officer side warning/scene light shall be a Whelen Model M9V2R, a M9 V-series red warning light and a perimeter light with a split red/clear non-optic polycarbonate lens.

Each light shall be mounted with a Whelen Model M9FC chrome flange.

3.282 UPPER WING FRONT WARNING LIGHTS

One (1) pair of Whelen model M6 LED warning lights shall be installed, one each side one the front of the chassis cab upper wing area. The dimensions of the lights shall be 4-5/16" x 6-3/4".

72

The driver side warning light shall be a Whelen Model M6R red Super-LEDTM with color lens.

The officer side warning light shall be a Whelen Model M6R red Super-LEDTM with color lens.

Each light shall be mounted with a Whelen Model M6FC chrome flange.

3.283 INBOARD WARNING LIGHTS

One (1) pair of Whelen model M6 LED warning lights shall be installed, one each side one the front of the chassis cab, in the inboard warning light position. The dimensions of the lights shall be 4-5/16" x 6-3/4".

The driver side warning light shall be a Whelen Model M6R red Super-LEDTM with color lens.

The officer side warning light shall be a Whelen Model M6R red Super-LEDTM with color lens.

Each light shall be mounted with a Whelen Model M6FC chrome flange.

3.284 INTERSECTION WARNING LIGHTS

One (1) pair of Whelen model 5V3R LED warning lights shall be installed one each side of the front bumper. There will be two (2) lights, one (1) each side of the bumper extension.

The driver side warning light shall be a Whelen Model 5V3R red Super-LEDTM with color lens.

The officer side warning light shall be a Whelen Model 5V3R red Super-LEDTM with color lens.

Each light shall be mounted with a Whelen Model 5V3R chrome flange.

3.285 LOWER MID CHASSIS WARNING LIGHTS

One (1) pair of Whelen model 5V3R LED warning lights shall be installed one each side of the chassis cab, above the chassis wheels.

The driver side warning light shall be a Whelen Model 5V3R red Super-LEDTM with color lens.

The officer side warning light shall be a Whelen Model 5V3R red Super-LEDTM with color lens.

Each light shall be mounted with a Whelen Model 5V3R chrome flange.

3.286 LOWER MID-BODY WARNING LIGHTS

One (1) pair of Whelen model 5V3R LED warning lights shall be installed, one each side of the apparatus, mid-body.

The driver side warning light shall be a Whelen Model 5V3R red Super-LEDTM with color lens.

The officer side warning light shall be a Whelen Model 5V3R red Super-LEDTM with color lens.

73 Each light shall be mounted with a Whelen Model 5V3R chrome flange.

3.287 LOWER REAR SIDE WARNING LIGHTS

One (1) pair of Whelen model 5V3R LED warning lights shall be installed, one each side of the apparatus body, towards the rear of the body.

The driver side warning light shall be a Whelen Model 5V3R red Super-LEDTM with color lens.

The officer side warning light shall be a Whelen Model 5V3R red Super-LEDTM with color lens.

Each light shall be mounted with a Whelen Model 5V3R chrome flange.

3.288 LOWER REAR WARNING LIGHTS

One (1) pair of Whelen model #600 red Super LED warning lights shall be installed, one each side on the lower rear of the apparatus body. The dimensions of the lights shall be 4" x 6".

The driver side warning light shall be a Whelen Model 60R02FRR red-LED with a red lens.

The officer side warning light shall be a Whelen Model 60R02FRR red-LED with a red lens.

3.289 LOW VOLTAGE ELECTRICAL SYSTEM SPECIFICATIONS

The electrical system shall include all panels, electrical components, switches and relays, wiring harnesses and other electrical components. The electrical equipment installed by the apparatus manufacturer shall conform to current automotive electrical system standards, the latest Federal DOT standards, and the requirements of the applicable NFPA standards.

All wiring shall be stranded copper or copper alloy conductors of a gauge rated to carry 125 percent of the maximum current for the protected circuit. Voltage drops in all wiring from the power source to the using device shall not exceed 10 percent. The wiring and wiring harness and insulation shall be in conformance to applicable SAE and NFPA standards. The wiring harness shall conform to SAE J-1128 with GXL temperature properties. All exposed wiring shall be protected in a loom with a minimum 289 degree Fahrenheit rating. All wiring looms shall be properly supported and attached to body members. The electrical conductors shall be constructed in accordance with applicable SAE standards, except when good engineering practice requires special construction.

The wiring connections and terminations shall use a method that provides a positive mechanical and electrical connection and shall be installed in accordance with the device manufacturer's instructions. Electrical connections shall be with mechanical type fasteners and large rubber grommets where wiring passes through metal panels.

The wiring between the cab and body shall be joined using Deutsche type connectors or an enclosed in a terminal junction panel area. This system will permit body removal with minimal impact on the apparatus electrical system. All connections shall be crimp-type with insulated shanks to resist moisture and foreign debris such as grease and road grime. Weather-resistant connectors shall be provided throughout to ensure the integrity of the electrical system.

74 Any electrical junction or terminal boxes shall be weather resistant and located away from water spray conditions. In addition, the main body junction panel shall house the automatic reset breakers and relays where required.

There shall be no exposed electrical cabling, harnesses, or terminal connections located in compartments, unless they are enclosed in a junction box or covered with a removable electrical panel. The wiring shall be secured in place and protected against heat, liquid contaminants and damage. Wiring shall be uniquely identified every three-inches (3") by color coding or permanent marking with a circuit function code and identified on a reference chart or electrical wiring schematic per requirements of applicable NFPA #1901 standards.

The electrical circuits shall be provided with low voltage overcurrent protective devices. Such devices shall be accessible and located in required terminal connection locations or weather resistant enclosures. The overcurrent protection shall be suitable for electrical equipment and shall be automatic reset type and meet SAE standards. All electrical equipment, switches, relays, terminals, and connectors shall have a direct current rating of 125 percent of maximum current for which the circuit is protected. The system shall have electro-magnetic interference suppression provided as required in applicable SAE standards.

The electrical system shall include the following:

• Electrical terminals in weather exposed areas shall have a non-conductive grease or spray applied. A corrosion preventative compound shall be applicable to all terminal plugs located outside of the cab or body. • The electrical wiring shall be harnessed or be placed in a protective loom. • Holes made in the roof shall be caulked with silicone. Large fender washers shall be used when fastening equipment to the underside of the cab roof. • Any electrical component that is installed in an exposed area shall be mounted in a manner that will not allow moisture to accumulate in it. • A coil of wire must be provided behind an electrical appliance to allow them to be pulled away from mounting area for inspection and service work. • All lights that have their sockets in a weather exposed area shall have corrosion preventative compound added to the socket terminal area.

The warning lights shall be switched in the chassis cab with labeled switches in an accessible location. Individual rocker switches shall be provided only for warning lights provided over the minimum level of warning lights in either the stationary or moving modes. All electrical equipment switches shall be mounted on a switch panel mounted in the cab convenient to the operator. The warning light switches shall be of the rocker type. For easy nighttime operation, an integral indicator light shall be provided to indicate when the circuit is energized. All switches shall be appropriately identified as to their function.

A single warning light switch shall activate all required warning lights. This switch will allow the vehicle to respond to an emergency and "call for the right of way". When the parking brake is applied, a "blocking right of way" system shall automatically activate per requirements of the applicable NFPA standards. All "clear" warning lights shall be automatically turned off upon application of the parking brake.

75 3.290 NFPA REQUIRED TESTING OF ELECTRICAL SYSTEM

The apparatus shall be electrically tested upon completion of the vehicle and prior to delivery. The electrical testing, certifications, and test results shall be submitted with delivery documentation per requirements of the applicable NFPA standards. The following minimum testing shall be completed by the apparatus manufacturer:

1. 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. The engine shall be shut off and the minimum continuous electrical load shall be activated for ten (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 failed test.

2. 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.

3. 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 two (2) hours. Activation of the load management system is permitted during this test. However, if an alarm sounds due to excessive battery discharge, as detected by the system requirements in the NFPA standards, or a system voltage of less than 11.7 volts dc for more than 120 seconds is present, the test has failed.

4. Low voltage alarm test:

Following the completion of the above tests, the engine shall be 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. With the load still applied, a reading of less than 11.7 volts dc for a 12 volt system shall be considered a test failure. The battery system shall then be able to restart the engine. Failure to restart the engine shall be considered a test failure.

3.291 NFPA REQUIRED DOCUMENTATION

The following documentation shall be provided on delivery of the apparatus:

1. Documentation of the electrical system performance tests required above.

2. A written load analysis, including:  The nameplate rating of the alternator.  The alternator rating under the conditions.  Each specified component load.  Individual intermittent loads.

76

3.292 WEATHER RESISTANT ELECTRICAL JUNCTION BOX

The electrical junction or terminal boxes shall be weather resistant and located away from water spray conditions. In addition, the main body junction panel shall house the automatic reset breakers and relays where required. The main body junction panel shall be located in the pump compartment.

3.293 DASH MOUNTED EMERGENCY ELECTRICAL SWITCH PANEL

An electrical switch panel shall be designed and mounted in the cab dash area. All switches shall be provided with backlighted snap-in legend inserts.

3.294 SWITCHES

All emergency light switches shall be lighted, rocker style. Switches shall be internally lit when the switch circuit is in the on position. A plug-in identification label is to be provided and installed adjacent to each rocker switch with backlighting provided behind the label.

An internally lighted "master" switch shall be provided and wired through a heavy-duty relay to activate power to the emergency lights.

3.295 AIR HORNS

Two (2) 24.5" Stuttertone chrome plated air horns shall be recess mounted into the front bumper with one positioned on each side. An air protection valve shall be provided in the air horn piping that will not allow the chassis air brake system to drop below 90 PSI and be located as close as possible and outboard of the frame rails.

One (1) foot switch shall be installed to activate the air horn system on the driver's side of the floor.

One (1) foot switch shall be installed to activate the air horn system on the officer's side of the floor.

3.296 BACKUP CAMERA

One (1) chassis supplied rear camera system shall be mounted on the rear of the vehicle. All system components shall be installed by the apparatus body manufacturer.

3.297 HAND LIGHTS

All NFPA required portable hand lights supplied by the Customer must be installed before the apparatus is placed into service.

3.298 MARKER LIGHTS

LED marker lights shall be installed on the vehicle in conformance to the Department of Transportation requirements.

77

3.299 LICENSE PLATE BRACKET

One (1) stainless steel license plate bracket shall be provided at the rear bumper. The bracket shall have a LED light.

3.300 TAIL LIGHTS

One (1) pair of Whelen 60BTT LED tail/brake lights shall be provided on the rear of the apparatus. The rectangular lights shall be 4" x 6" LED with a red lens.

3.301 TURN SIGNALS

One (1) pair of Whelen, 60A00TAR turn signals with populated arrow shape shall be provided. The rectangular LED lights shall be 4" x 6" in dimension and shall have an amber lens.

3.302 BACKUP LIGHTS

One (1) pair of Whelen Series 600 LED backup lights shall be installed on the rear of the apparatus body. The dimensions shall be 4" x 6" and the lens color shall be clear.

3.303 FOUR LIGHT BEZEL

One (1) pair of Cast Products #LH46114-1 polished aluminum tail light housings shall be supplied. Each housing shall be designed to hold four (4) Whelen 600 Series rear lights located at the lower rear corners of the body.

3.304 MID BODY LED TURN SIGNALS

One (1) pair of mid body LED turn signals shall be provided. The location of the turn lights shall be at mid-body near the rear wheel axle.

3.305 GROUND LIGHTS

There shall be two (2) Whelen 3SC0CDCR LED lights provided under the front bumper.

Each light shall include a polycarbonate lens, a housing which is vibration welded and a bulb which shall be shock mounted for extended life.

The ground lighting shall be activated when the parking brake is set.

3.306 GROUND LIGHTS

There shall be two (2), one each side, Whelen 3SC0CDCR LED NFPA compliant ground light mounted to the underside of the rub rail, mid body.

Each light shall include a polycarbonate lens, a housing which is vibration welded and a bulb which shall be shock mounted for extended life.

The ground lighting shall be activated when the parking brake is set.

78

3.307 GROUND LIGHTS

There shall be two (2) Whelen 3SC0CDCR LED NFPA compliant ground light mounted to the underside of the rear step.

Each light shall include a polycarbonate lens, a housing which is vibration welded and a bulb which shall be shock mounted for extended life.

The ground lighting shall be activated when the parking brake is set.

3.308 GROUND LIGHTS

There shall be two (2) Whelen 3SC0CDCR LED NFPA compliant ground light mounted to the underside of the compartments, behind the rear wheels.

Each light shall include a polycarbonate lens, a housing which is vibration welded and a bulb which shall be shock mounted for extended life.

The ground lighting shall be activated when the parking brake is set.

3.309 GROUND LIGHTS

One (1) additional Whelen 3SC0CDCR LED clear ground lights shall be installed with locations to be determined prior to construction.

Each light shall include a polycarbonate lens, a housing which is vibration welded and a bulb which shall be shock mounted for extended life.

The ground lighting shall be activated when the parking brake is set.

The ground lights shall automatically activate when the parking brake is applied.

3.310 STEP LIGHT

Two (2) LED step light(s) with clear lens shall be installed.

3.311 REAR TAILBOARD LIGHTS

Two (2) LED step lights with clear lens shall be installed to illuminate the step surfaces at the rear of the apparatus body.

3.312 WALKWAY LIGHT

Four (4) LED walkway light shall be installed. The lights shall be installed in upper roof walkway area.

The step/walkway light switch shall be installed and wired to the parking brake.

79 3.313 FLUID DATA PLAQUE

One (1) fluid data plaque containing required information shall be provided based on the applicable components for this apparatus, compliant with NFPA Standards:

• Engine oil • Engine coolant • Chassis transmission fluid • Drive axle lubricant • Power steering fluid • Pump transmission lubrication fluid • Other NFPA applicable fluid levels or data as required

Location shall be in the driver's compartment or on driver's door.

3.314 DATA & WARNING LABELS

HEIGHT LENGTH & WEIGHT

A highly visible label indicating the overall height, length, and weight of the vehicle shall be installed in the cab dash area.

CAB SEATING POSITION LIMITS

The label shall also include the seating positions for firefighters. A weight allowance of 250 pounds for each shall be factored into the gross vehicle weight rating of the chassis.

NO RIDE LABEL

One (1) "NO RIDERS" label shall be applied on the vehicle at the rear step area or other applicable areas. The label shall warn personnel that riding in or on these areas, while the vehicle is in motion is prohibited.

CAB SEATING POSITION LIMITS

One (1) label shall be installed in the cab to indicate seating positions for firefighters. A weight allowance of 250 pounds for each shall be factored into the gross vehicle weight rating of the chassis.

HELMET WARNING TAG

One (1) label shall be installed in the cab, visible from each seating position. The label shall read "CAUTION: DO NOT WEAR HELMET WHILE SEATED." Helmets must be properly stowed while the vehicle is in motion according to the current edition of NFPA 1901.

3.315 REAR TOWING PROVISIONS

There shall be two tow eyes furnished under the rear of the body and attached directly to the chassis frame rails. There shall be a reinforcement spreader bar connecting the two tow eyes.

80 Tow eyes are to be constructed of 3/8" plate steel with a 4" I.D. hole, large enough for passing through a tow chain end hook.

The tow plates shall be painted black.

3.316 BUMPER

The chassis shall feature a heavy duty bumper constructed from ASTM A36, 1/4" thick steel and painted primary job color. The bumper shall be 12" high by 102" wide with two inch (2") flanges and chamfered corners.

Integral heavy duty steel bumper "wings" shall extend from the bumper to the cab.

The bumper shall be mounted to an eighteen inch (18") long chassis frame extension.

A contoured apron / gravel shield fabricated from NFPA compliant, slip-resistant polished aluminum shall enclose the area between the bumper and the cab.

A front bumper design layout shall be drawn and provided for fire department approval.

3.317 FRONT BUMPER COMPARTMENT

One (1) recessed tool compartment constructed from smooth aluminum shall be installed in the center of the front bumper extension. Water drain holes shall be drilled in the bottom. The compartment needs to be as large as possible

3.318 BUMPER COMPARTMENT DOOR

One (1) aluminum tread plate door for the front bumper compartment shall be supplied. The flat door shall have a stainless steel hinge at the rear and a latch to secure the compartment.

3.319 BUMPER COMPARTMENT DOOR SHOCK

A gas shock shall be supplied to hold the front bumper compartment door in the open position.

3.320 FRONT BUMPER COMPARTMENT

One (1) recessed tool compartment constructed from smooth aluminum shall be installed in the right side of the front bumper extension. Water drain holes shall be drilled in the bottom.

3.321 BUMPER COMPARTMENT DOOR

One (1) aluminum tread plate door for the front bumper compartment shall be supplied. The flat door shall have a stainless steel hinge at the rear and a latch to secure the compartment.

3.322 BUMPER COMPARTMENT DOOR SHOCK

A gas shock shall be supplied to hold the front bumper compartment door in the open position.

3.323 COMPARTMENT MATTING The bumper compartment floors shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking units, 12 x 12 square by 3/4" thick. This material shall be resistant to temperature, ultra-violet radiation, mechanical impacts, chemical actions and corrosion free. 3.324 TOW EYES 81 Two (2) 3" tow eyes shall be mounted to bumper extension on the top of the bumper. The tow eyes shall be heavy polished nickel plated steel which shall not chip when used with chains and hooks.

A recessed step pocket shall be welded into the front bumper on the driver & officer side of the formed bumper tail. The pocket shall be fabricated from the same material as the bumper and be painted to match. The stepping area shall be NFPA compliant, embossed tread plate to provide a suitable stepping surface.

3.325 TIRE PRESSURE INDICATOR

There shall be a tire pressure indicator at each tire’s valve stem on the vehicle that shall indicate if there is insufficient pressure in the specific tire.

3.326 REAR MUD FLAPS

One (1) pair of black mud flaps shall be installed behind the rear wheels.

3.327 3/16" ALUMINUM BODY

The body shall be fabricated of aluminum extrusions, smooth aluminum sheet and aluminum tread plate.

The aluminum extrusion alloy shall be 6061 with a temper rating of T6, and have a tensile strength of 45,000 PSI and yield strength of 40,000 pounds. The aluminum extrusions shall 3" x 3" aluminum tubing, 1-3/4" x 3" aluminum tubing and 3" x 3" aluminum angle and specially designed extrusions, up to .250" wall thickness where applicable.

The smooth aluminum sheet material alloy shall be 5052 with a temper rating of H32, and have a tensile strength of 33,000 PSI and yield strength of 28,000 pounds.

The aluminum tread plate alloy shall be 3003 with a temper rating of H22, and have a tensile strength of 30,000 PSI and yield strength of 28,000 pounds.

The extrusions shall be designed as structural-framing members with the smooth aluminum and tread plate fabricated to form compartments, hosebeds, and floors. All aluminum material shall be welded together using the latest mig spray pulse arc welding system.

Compartments to be sweep-out design and to be water and dust proof. All compartments shall be made to the maximum practical dimensions to provide maximum storage capacity. To ensure maximum storage space, the apparatus shall be constructed without any void spaces between the body and the compartment walls. Double wall construction does not meet this requirement. All exterior compartments shall have polished aluminum drip moldings installed above the doors where necessary to prevent water from entering the compartments.

Wheel well panels shall be formed aluminum that is welded in place. There shall be no visible bolt heads, retention nuts or fasteners on the exterior surface of the panel. To fully protect the wheel well area from road debris and to aid in cleaning, a full depth radius wheel well liner shall be provided. The frame side of the wheel well area on each side of the opening shall be attached to the frame side of the front and rear compartments. All seams on the frame side of the body shall be welded and caulked to prevent moisture from entering the compartments.

The rear wheel wells shall be radius cut for a streamlined appearance. A polished aluminum fenderette shall be furnished at each rear wheel well opening, held in place with stainless steel 82 fasteners.

3.328 FASTENERS

All aluminum and stainless steel components shall be attached using stainless steel fasteners.

Compartment door hinges, handrails and running boards shall be attached using minimum 1/4" diameter machine bolt fasteners.

3/16" diameter fasteners shall only be used in nonstructural areas such as; door handles, trim moldings, gauge mounting, etc.

3.329 ELECTROLYSIS CORROSION CONTROL

The apparatus shall be assembled using ECK or electrolysis corrosion control, on all high corrosion potential areas, such as door latches, door hinges, trim plates, fenderettes, etc. This coating is a high zinc compound that shall act as a sacrificial barrier to prevent electrolysis and corrosion between dissimilar metals. This shall be in addition to any other barrier material that may be used.

All 1/4" diameter and smaller screws and bolts shall be stainless steel.

Due to the expected life of the vehicle, proposals will only be acceptable from manufacturers that include these corrosion features.

3.330 COMPARTMENT FLOORS

The compartment floors shall be constructed of smooth aluminum material, to match the compartment interior walls.

3.331 ALUMINUM SUB-FRAME

The main body sub-frame shall be extruded aluminum and be fully welded to the longitudinal frame rail extrusions that are mounted parallel to the chassis frame rails.

The main body sub-frame shall be constructed of no less than four (4) extruded aluminum tubes running full width of the apparatus body. A minimum of two (2) full body width tubes shall be provided ahead of and behind the rear axle forming the main body support crossmembers. Themain crosstubes shall be fully welded to the vertical and horizontal extrusions forming the body super-structure, described elsewhere herein.

For added strength and rigidity, no less than six (6) intermediate body crossmembers shall be provided constructed extruded aluminum tubes.

The intermediate structural crossmembers shall be interconnected and welded to the main body tubular crossmembers forming a fully welded support grid for the body super-structure compartments.

The subframe crossmembers shall be attached to the chassis frame rails using heavy "U" bolt fasteners to allow removal of the subframe and body assembly from the chassis. There shall be a barrier provided between the subframe and body to prevent electrolysis.

The tubular extrusion shall consist of 1-3/4" x 3" rectangular tubes of both 1/8" and 3/16" wall thickness and 3" x 3" square aluminum tubing of both 1/8" and 3/16" wall thickness. 83

3.332 TANDEM AXLE WHEEL AREA

For ease of accessibility and maintenance, wheel well panels shall be double break formed painted smooth plate that is welded in place.

To fully protect the wheel well area from road debris and to aid in cleaning, a full depth (minimum of 25") radius wheel well liner shall be provided. Wheel well liner shall be smooth aluminum to prevent corrosion.

3.333 FENDERETTES

The rear wheel wells shall be radius cut for a streamlined appearance. A polished stainless steel fenderette shall be furnished at each rear wheel well opening, held in place with concealed stainless steel fasteners.

3.334 BODY DIMENSIONS

The aluminum rescue body shall be twenty six-foot (26') long.

3.335 BODY DIMENSIONS

The aluminum rescue body shall be101" wide.

3.336 ROLL UP DOOR CONSTRUCTION

The roll up door(s) shall be fabricated from aluminum extrusions and be manufactured and assembled in the United States.

The door slats shall be double-wall extrusions with dimensions of 1.366" high x .315" thick. The exterior surface shall be flat and the interior surface concave to deflect loose equipment to prevent the door from jamming. Each slat shall have interlocking end shoes to prevent the slat from moving side to side resulting in binding of the door. Each slat shall be separated by a co- extruded PVC and rubber inner seal to prevent metal to metal contact and minimize dirt and moisture from entering the compartment. The inner seal shall not be visible from the exterior tomaintain a clean appearance of door. The slats shall have interlocking joints with a folding locking flange to provide security and prevent penetration by sharp objects.

The track shall be a one (1) piece aluminum assembly that has an attaching flange and finishing flange incorporated into the design that facilitates installation and provides a finished look to the door without additional trim or caulking. A low profile side seal shall be utilized to maximize usable compartment space.

A drip rail designed to prevent water from dripping into the compartment shall be provided. The drip rail shall have a built in replaceable non-contacting seal to eliminate scratching of the surface of the door.

Bottom rail extrusion must have smooth back to prevent loose equipment from jamming the door and have “V” shaped double seal to prevent water and debris from entering the compartment. The door latch system shall be a full width one (1) piece lift bar that enables the user to operate with one hand.

The roll mechanism shall have a clip system that connects the curtain slats to the operator drum to allow for easy tension adjustment without tools. A four (4) inch diameter counterbalanced operator drum to shall be incorporated to assist in lifting the door. 84

3.337 EZ-PULL DOWN STRAPS

Ten (10) elastic nylon straps shall be provided and installed on each roll up door. The straps shall be secured to the side wall of the interior compartment in a way that will allow the EZ-Pull strap to contract automatically and tuck inside the compartment when closed to prevent the strap from dangling and hindering closing of the door. When the door is the open position, the straps shall be installed so that they are fully extended as to not interfere with removing items from the compartment. For the ease of locating, the straps shall be bright orange in color.

3.338 DOOR DRIP PANS

An aluminum drip pan shall be provided on the roll up door.

3.339 DOOR LOCKS

A cylindrical door lock shall be provided on the roll up door(s). The door lock shall operate a rod mechanism located within the bottom rail of the door that extends into both side rails when locked. 3.340 COMPARTMENT HEIGHT

The body side compartments shall be 85" high or higher.

3.341 LEFT FRONT COMPARTMENT

There shall be one (1) full height transverse compartment located at the front of the apparatus body. The compartment shall be equipped with a full height painted roll up door.

The compartment shall be equipped with the following:

One (1) louver with filter shall be installed in the compartment. 3.342 600# ROLLOUT TRAY

One (1) SlideMaster SM3-MP Series mid profile telescoping equipment tray(s) shall be installed that is (are) approximately half the depth of the body width. The tray assembly shall have a silver powder coated steel slide frame with sealed roller bearings rated to 600 pounds. A tray constructed of .190" smooth aluminum plate with four 3" sides shall be mounted to the slide frame. The slide frame shall extend 100% allowing the tray to be completely accessible from outside the compartment. The slide shall have a 3-1/4" deck height.. This shall be located at frame rail height

An integrated manual quarter turn "gravity" lock shall hold tray in both the "in" and "out" positions. The "gravity lock" manually rotates a rod with a tab to engage the bottom frame.

The roll-out tray shall be mounted on tracks to make the tray adjustable.

The shelf/tray shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.343 SHELF, TRAY & TOOL BOARD REFLECTIVE STRIPE

The outer edge and both sides of each shelf, tip-down tray, slide-out tray and tool board shall have alternating red and white reflective DOT (Department of Transportation) stripe material 85 applied for safety.

3.344 1000# ROLLOUT TRAY DUAL DIRECTION

One (1) dual direction SlideMaster SM2-D Series standard profile telescoping equipment tray(s) shall be installed that is (are) transverse. The tray assembly shall have a silver powder coated steel slide frame with sealed roller bearings rated to 1,000 pounds. A tray constructed of .190" smooth aluminum plate with four 3" sides shall be mounted to the slide frame. The slide frame shall extend 70% out either side of the compartment allowing the tray to be easily accessible from outside the compartment on either side of the apparatus. The slide shall have a 3-3/8" deck height. This shall be located/centered between the frame height slide out tray and the roll- out/tilt-down tray. A "spring" lock shall hold tray in both the "in" and "out" positions. The "spring lock" operates with a spring loaded pawl engaging a strike. The user pulls on the rod to release the lock, while the lock automatically re-engages for locking. The roll-out tray shall be mounted on tracks to make the tray adjustable.

The shelf/tray shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.345 SHELF, TRAY & TOOL BOARD REFLECTIVE STRIPE

The outer edge and both sides of each shelf, tip-down tray, slide-out tray and tool board shall have alternating red and white reflective DOT (Department of Transportation) stripe material applied for safety.

3.346 250# TIP-DOWN TRAY

One (1) SlideMaster SMT-R Series tip-down equipment tray(s) shall be installed that is(are) approximately half the depth of the body width. The tray assembly shall have a silver powder coated steel slide frame with sealed roller bearings rated to 250 pounds. A tray constructed of .190" smooth aluminum plate with four 4" sides shall be mounted to the slide frame. The slide frame shall extend out of the compartment while tipping downward to approximately 30 degrees when fully extended. An integrated manual quarter turn lock shall hold tray in the "in" position. Gravity shall hold the tray in the "out" position. The slide shall have a 2-5/8" deck height. This to be located toward the top of the compartment. There shall be an opening of clearance of 14" from the ROM door opening to the tray.

The shelf/tray shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.347 SHELF, TRAY & TOOL BOARD REFLECTIVE STRIPE

The outer edge and both sides of each shelf, tip-down tray, slide-out tray and tool board shall have alternating red and white reflective DOT (Department of Transportation) stripe material applied for safety.

The floor shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant. 86 3.348 COMPARTMENT LIGHTS

Two (2) 63" long Fire Research Sun Strip LED Work Light model LED200-A63 shall be installed, one (1) on each side of the door opening. The LEDs and electronics shall be enclosed in a 5/8" diameter Lexan tube that is sealed at both ends with EPDM rubber caps to create a waterproof environment and be suitable for mounting in a wet location. The LEDs shall be in a row one inch apart and have a beam angle of 120 degrees. The tube shall rotate to adjust the beam direction as required.

Each light shall have sixty-three (63) white LEDs that generate a rated 1050 lumens of light at 12 vdc/1.22 amps and have a life span of over 50,000 hours. Each light shall fit in a 65" space and be secured with five (5) molded nylon mounting clips.

The compartment light will be controlled by a magnetic "On-Off" switch located on each compartment door.

3.349 LEFT FRONT COMPARTMENT

There shall be one (1) full height transverse compartment located between the front body compartment and the compartment ahead of the rear wheels. The compartment shall be equipped with a full height painted roll up door. The compartment shall be equipped with the following:

One (1) louver with filter shall be installed in the compartment.

3.350 WARN WINCH FOR AIR COMPRESSOR

A Warn winch shall be mounted inside the compartment to allow lifting of the Stanley Air Compressor. The winch shall be mounted to a extremely strong framework to allow for the winch to slide-in and slide-out of the compartment while lifting the winch. The Warn Winch shall be a model RT15 SPECS/PART NUMBER 86380. The winch shall be versatile tool for utility work, with a pulling capacity of 1,500 pounds. Comes with 25 feet of durable steel wire rope. Hand-held remote control attaches to the winch, making it easy to transfer between vehicles. Use with any 12V battery-equipped vehicle.

• Lightweight, portable winch is designed for vehicle self-recovery or utility pulling chores • Kit includes everything needed to winch from any battery-equipped vehicle (load strap or tree trunk protector is sold separately) • Rigging system allows connection of winch to any vehicle or stable structure. No application-specific mounting hardware is needed • Features 1,500 lbs. of pulling capacity, and 25 feet (7.62m) of durable, high- strength wire rope • Includes hand-held corded remote, integrated electrical controls, 10-gauge battery leads with quick-connector, and rigging strap. Easily transferable between vehicles • Patented disc brake for reliable stopping power • Sealed motor provides protection from extreme weather conditions • Clutch control provides rope free-spool capability • Limited Lifetime Warranty (North America only)

3.351 ON-SCENE SOLUTIONS CARGO SLIDE

On-Scene solutions Model 85 series aluminum cargo slides feature unsurpassed user function 87 as well as an aesthetic design that compliments any vehicle. Manufactured of anodized aluminum extrusion and stainless steel components, these industrial slides offer a corrosion resistant alternative to steel slides. Rolling resistance is kept to a minimum by using a revolutionary urethane roller system that allows effortless movement and a weight rating of up to 1000 lbs. at full extension. A limited lifetime warranty is included with all On Scene Solutions slide products.

Features include: • 1000 lb. weight rating • 100% Extension • Easy access release handle designed for gloved hands • Corrosion resistant

This assembly shall be used for the operation of lifting a Fire Department supplied Stanley Air Compressor.250# TIP-DOWN TRAY

One (1) SlideMaster SMT-R Series tip-down equipment tray(s) shall be installed that is(are) approximately half the depth of the body width. The tray assembly shall have a silver powder coated steel slide frame with sealed roller bearings rated to 250 pounds. A tray constructed of .190" smooth aluminum plate with four 4" sides shall be mounted to the slide frame. The slide frame shall extend out of the compartment while tipping downward to approximately 30 degrees when fully extended. An integrated manual quarter turn lock shall hold tray in the "in" position. Gravity shall hold the tray in the "out" position. The slide shall have a 2-5/8" deck height.

The shelf/tray shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.352 SHELF, TRAY & TOOL BOARD REFLECTIVE STRIPE

The outer edge and both sides of each shelf, tip-down tray, slide-out tray and tool board shall have alternating red and white reflective DOT (Department of Transportation) stripe material applied for safety.

The compartment floor shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.353 COMPARTMENT LIGHTS

Two (2) 63" long Fire Research Sun Strip LED Work Light model LED200-A63 shall be installed, one (1) on each side of the door opening. The LEDs and electronics shall be enclosed in a 5/8" diameter Lexan tube that is sealed at both ends with EPDM rubber caps to create a waterproof environment and be suitable for mounting in a wet location. The LEDs shall be in a row one inch apart and have a beam angle of 120 degrees. The tube shall rotate to adjust the beam direction as required.

Each light shall have sixty-three (63) white LEDs that generate a rated 1050 lumens of light at 12 vdc/1.22 amps and have a life span of over 50,000 hours. Each light shall fit in a 65" space and be secured with five (5) molded nylon mounting clips.

The compartment light will be controlled by a magnetic "On-Off" switch located on each compartment door. 88

3.354 LEFT OVER WHEEL COMPARTMENT

There shall be one (1) compartment above the rear wheels. The compartment shall be equipped with a single painted roll up door.

3.355 COMPARTMENT DEPTH

The compartment shall be transverse to the opposite side of the truck. The compartment shall be equipped with the following items:

Two (2) louver with filter shall be installed in the compartment.

3.356 1000# ROLLOUT TRAY DUAL DIRECTION

Two (2) dual direction SlideMaster SM2-D Series standard profile telescoping equipment tray(s) shall be installed that is (are) transverse. The tray assembly shall have a silver powder coated steel slide frame with sealed roller bearings rated to 1,000 pounds. A tray constructed of .190" smooth aluminum plate with four 3" sides shall be mounted to the slide frame. The slide frame shall extend 70% out either side of the compartment allowing the tray to be easily accessible from outside the compartment on either side of the apparatus. The slide shall have a 3-3/8" deck height.

A "spring" lock shall hold tray in both the "in" and "out" positions. The "spring lock" operates with a spring loaded pawl engaging a strike. The user pulls on the rod to release the lock, while the lock automatically re-engages for locking.

The roll-out tray shall be mounted on tracks to make the tray adjustable.

The shelf/tray shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.357 SHELF, TRAY & TOOL BOARD REFLECTIVE STRIPE

The outer edge and both sides of each shelf, tip-down tray, slide-out tray and tool board shall have alternating red and white reflective DOT (Department of Transportation) stripe material applied for safety.

3.358 # TIP-DOWN TRAY

Two (2) SlideMaster SMT-R Series tip-down equipment tray(s) shall be installed that is(are) approximately half the depth of the body width. The tray assembly shall have a silver powder coated steel slide frame with sealed roller bearings rated to 250 pounds. A tray constructed of .190" smooth aluminum plate with four 4" sides shall be mounted to the slide frame. The slide frame shall extend out of the compartment while tipping downward to approximately 30 degrees when fully extended. An integrated manual quarter turn lock shall hold tray in the "in" position. Gravity shall hold the tray in the "out" position. The slide shall have a 2-5/8" deck height.

The shelf/tray shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.359 SHELF, TRAY & TOOL BOARD REFLECTIVE STRIPE 89

The outer edge and both sides of each shelf, tip-down tray, slide-out tray and tool board shall have alternating red and white reflective DOT (Department of Transportation) stripe material applied for safety.

The floor area of the compartment shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.360 COMPARTMENT LIGHTS

Two (2) 45" long Fire Research Sun Strip LED Work Lights model LED200-A45 shall be installed on one side of the door opening. The LEDs and electronics shall be enclosed in a 5/8" diameter Lexan tube that is sealed at both ends with EPDM rubber caps to create a waterproof environment and be suitable for mounting in a wet location. The LEDs shall be in a row one inch apart and have a beam angle of 120 degrees. The tube shall rotate to adjust the beam direction as required.

Each light shall have forty-five (45) white LEDs that generate a rated 750 lumens of light at 12 vdc/0.87 amps and have a life span of over 50,000 hours. Each light shall fit in a 47" space and be secured with four (4) molded nylon mounting clips.

The compartment light will be controlled by a magnetic "On-Off" switch located on each compartment door.

3.361 LEFT REAR COMPARTMENT

There shall be one (1) full height compartment located behind the rear wheels. The compartment shall be equipped with a full height single painted roll up door.

3.362 COMPARTMENT DEPTH

The compartment shall be 26" deep.

The compartment shall be equipped with the following items:

One (1) louver with filter shall be installed in the compartment.

3.363 ADJUSTABLE SHELVING TRACKS

The compartments shall be equipped with four (4) aluminum adjustable tracks, vertically mounted, that are bolted in place for adjustable shelving and equipment mounting.

3.364 ADJUSTABLE SHELF

One (1) adjustable shelf shall be constructed of .188” smooth aluminum plate with 1.5” formed vertical lip front & back. Shelf supports on each side to be constructed of .188” aluminum and bolted to an aluminum extrusion (mounted vertically) by use of 3/8” bolts and spring-loaded cam locks. If shelf is longer than 40” a reinforcement by aluminum gusset is to be placed full-length on bottom of shelf.

The shelf/tray shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant toheat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion 90 resistant.

3.365 250# TIP-DOWN TRAY

One (1) SlideMaster SMT-R Series tip-down equipment tray(s) shall be installed in a standard depth compartment. The tray assembly shall have a silver powder coated steel slide frame with sealed roller bearings rated to 250 pounds. A tray constructed of .190" smooth aluminum plate with four 4" sides shall be mounted to the slide frame. The slide frame shall extend out of the compartment while tipping downward to approximately 30 degrees when fully extended. An integrated manual quarter turn lock shall hold tray in the "in" position. Gravity shall hold the tray in the "out" position. The slide shall have a 2-5/8" deck height. This to be located toward the top of the compartment. There shall be an opening of clearance of 14" from the ROM door opening to the tray.

The shelf/tray shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.366 SHELF, TRAY & TOOL BOARD REFLECTIVE STRIPE

The outer edge and both sides of each shelf, tip-down tray, slide-out tray and tool board shall have alternating red and white reflective DOT (Department of Transportation) stripe material applied for safety.

3.367 COMPARTMENT DIVIDER

One (1) compartment divider constructed from 3/16" smooth aluminum material shall be installed. The divider shall be bolted in for ease of removal.

3.368 ROLL-OUT ALUMINUM TOOL BOARD

One (1) SlideMaster SM3-MP T.B. Series telescoping equipment tool board(s) shall be installed in a standard depth compartment. The tray assembly shall have a silver powder coated steel slide frame with sealed roller bearings rated to 600 pounds. A tool board constructed of .190" smooth aluminum plate with an opening to accommodate a gloved-hand for operating tool board shall be mounted to the slide frame. The slide frame shall extend 100% allowing the tray to be completely accessible from outside the compartment and a device shall be installed to hold each tool board in both the "in" and "out" positions. The slide shall have a 3-1/4" deck height. Must be toward the rear of the compartment.

3.369 SHELF, TRAY & TOOL BOARD REFLECTIVE STRIPE

The outer edge and both sides of each shelf, tip-down tray, slide-out tray and tool board shall have alternating red and white reflective DOT (Department of Transportation) stripe material applied for safety.

The floor area of the compartment shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material

91 shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.370 COMPARTMENT LIGHTS

Two (2) 63" long Fire Research Sun Strip LED Work Light model LED200-A63 shall be installed, one (1) on each side of the door opening. The LEDs and electronics shall be enclosed in a 5/8" diameter Lexan tube that is sealed at both ends with EPDM rubber caps to create a waterproof environment and be suitable for mounting in a wet location. The LEDs shall be in a row one inch apart and have a beam angle of 120 degrees. The tube shall rotate to adjust the beam direction as required.

Each light shall have sixty-three (63) white LEDs that generate a rated 1050 lumens of light at 12 vdc/1.22 amps and have a life span of over 50,000 hours. Each light shall fit in a 65" space and be secured with five (5) molded nylon mounting clips.

The compartment light will be controlled by a magnetic "On-Off" switch located on each compartment door.

3.371 RIGHT FRONT COMPARTMENT

There shall be one (1) full height transverse compartment located at the front of the apparatus body. The compartment shall be equipped with a full height painted roll up door.

The compartment shall be equipped with the following:

One (1) louver with filter shall be installed in the compartment.

3.372 600# ROLLOUT TRAY

One (1) SlideMaster SM3-MP Series mid profile telescoping equipment tray(s) shall be installed that is (are) approximately half the depth of the body width. The tray assembly shall have a silver powder coated steel slide frame with sealed roller bearings rated to 600 pounds. A tray constructed of .190" smooth aluminum plate with four 3" sides shall be mounted to the slide frame. The slide frame shall extend 100% allowing the tray to be completely accessible from outside the compartment. The slide shall have a 3-1/4" deck height. This shall be located at frame rail height

A "spring" lock shall hold tray in both the "in" and "out" positions. The "spring lock" operates with a spring loaded pawl engaging a strike. The user pulls on the rod to release the lock, while the lock automatically re-engages for locking.

The roll-out tray shall be mounted on tracks to make the tray adjustable.

The shelf/tray shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.SHELF, TRAY & TOOL BOARD REFLECTIVE STRIPE

The outer edge and both sides of each shelf, tip-down tray, slide-out tray and tool board shall have alternating red and white reflective DOT (Department of Transportation) stripe material applied for safety.

3.373 250# TIP-DOWN TRAY 92 One (1) SlideMaster SMT-R Series tip-down equipment tray(s) shall be installed that is(are) approximately half the depth of the body width. The tray assembly shall have a silver powder coated steel slide frame with sealed roller bearings rated to 250 pounds. A tray constructed of .190" smooth aluminum plate with four 4" sides shall be mounted to the slide frame. The slide frame shall extend out of the compartment while tipping downward to approximately 30 degrees when fully extended. An integrated manual quarter turn lock shall hold tray in the "in" position. Gravity shall hold the tray in the "out" position. The slide shall have a 2-5/8" deck height.

This to be located toward the top of the compartment. There shall be an opening of clearance of 14" from the ROM door opening to the tray.

The shelf/tray shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.374 SHELF, TRAY & TOOL BOARD REFLECTIVE STRIPE

The outer edge and both sides of each shelf, tip-down tray, slide-out tray and tool board shall have alternating red and white reflective DOT (Department of Transportation) stripe material applied for safety.

The floor area of the compartment shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.375 COMPARTMENT LIGHTS

Two (2) 63" long Fire Research Sun Strip LED Work Light model LED200-A63 shall be installed, one (1) on each side of the door opening. The LEDs and electronics shall be enclosed in a 5/8" diameter Lexan tube that is sealed at both ends with EPDM rubber caps to create a waterproof environment and be suitable for mounting in a wet location. The LEDs shall be in a row one inch apart and have a beam angle of 120 degrees. The tube shall rotate to adjust the beam direction as required.

Each light shall have sixty-three (63) white LEDs that generate a rated 1050 lumens of light at 12 vdc/1.22 amps and have a life span of over 50,000 hours. Each light shall fit in a 65" space and be secured with five (5) molded nylon mounting clips.The compartment light will be controlled by a magnetic "On-Off" switch located on each compartment door.

3.376 RIGHT FRONT COMPARTMENT

There shall be one (1) full height transverse compartment located between the front body compartment and the compartment ahead of the rear wheels. The compartment shall be equipped with a full height painted roll up door.

The compartment shall be equipped with one (1) louver with filter.

3.377 600# ROLLOUT TRAY

Two (2) SlideMaster SM3-MP Series mid profile telescoping equipment tray(s) shall be installed that is (are) approximately half the depth of the body width. The tray assembly shall have a silver powder coated steel slide frame with sealed roller bearings rated to 600 pounds. A tray constructed of.190" smooth aluminum plate with four 3" sides shall be mounted to the 93 slide frame. The slide frame shall extend 100% allowing the tray to be completely accessible from outside the compartment. The slide shall have a 3-1/4" deck height.

A "spring" lock shall hold tray in both the "in" and "out" positions. The "spring lock" operates with a spring loaded pawl engaging a strike. The user pulls on the rod to release the lock, while the lock automatically re-engages for locking.

The roll-out tray shall be mounted on tracks to make the tray adjustable and should be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.378 SHELF, TRAY & TOOL BOARD REFLECTIVE STRIPE

The outer edge and both sides of each shelf, tip-down tray, slide-out tray and tool board shall have alternating red and white reflective DOT (Department of Transportation) stripe material applied for safety.

3.379 250# TIP-DOWN TRAY

One (1) SlideMaster SMT-R Series tip-down equipment tray(s) shall be installed that is (are) approximately half the depth of the body width. The tray assembly shall have a silver powder coated steel slide frame with sealed roller bearings rated to 250 pounds. A tray constructed of .190" smooth aluminum plate with four 4" sides shall be mounted to the slide frame. The slide frame shall extend out of the compartment while tipping downward to approximately 30 degrees when fully extended. An integrated manual quarter turn lock shall hold tray in the "in" position. Gravity shall hold the tray in the "out" position. The slide shall have a 2-5/8" deck height.

The shelf/tray shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.380 3.380 SHELF, TRAY & TOOL BOARD REFLECTIVE STRIPE The outer edge and both sides of each shelf, tip-down tray, slide-out tray and tool board shall have alternating red and white reflective DOT (Department of Transportation) stripe material applied for safety.

The floor area of the compartment shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.381 COMPARTMENT LIGHTS

Two (2) 63" long Fire Research Sun Strip LED Work Light model LED200-A63 shall be installed, one (1) on each side of the door opening. The LEDs and electronics shall be enclosed in a 5/8" diameter Lexan tube that is sealed at both ends with EPDM rubber caps to create a waterproof environment and be suitable for mounting in a wet location. The LEDs shall be in a row one inch apart and have a beam angle of 120 degrees. The tube shall rotate to adjust the beam direction as required.

Each light shall have sixty-three (63) white LEDs that generate a rated 1050 lumens of light at 12 vdc/1.22 amps and have a life span of over 50,000 hours. Each light shall fit in a 65" space and be secured with five (5) molded nylon mounting clips. 94 The compartment light will be controlled by a magnetic "On-Off" switch located on each compartment door.

3.382 RIGHT OVER WHEEL COMPARTMENT

There shall be one (1) compartment above the rear wheels. The compartment shall be equipped with a single painted roll up door.

3.383 COMPARTMENT DEPTH

The compartment shall be transverse to the opposite side of the truck.

The compartment shall be equipped with the following items:

Two (2) louver with filter shall be installed in the compartment.

3.384 250# TIP-DOWN TRAY

Two (2) SlideMaster SMT-R Series tip-down equipment tray(s) shall be installed that is (are) approximately half the depth of the body width. The tray assembly shall have a silver powder coated steel slide frame with sealed roller bearings rated to 250 pounds. A tray constructed of .190" smooth aluminum plate with four 4" sides shall be mounted to the slide frame. The slide frame shall extend out of the compartment while tipping downward to approximately 30 degrees when fully extended. An integrated manual quarter turn lock shall hold tray in the "in" position. Gravity shall hold the tray in the "out" position. The slide shall have a 2-5/8" deck height. The floor area of the compartment shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.385 COMPARTMENT LIGHTS

Two (2) 45" long Fire Research Sun Strip LED Work Lights model LED200-A45 shall be installed on one side of the door opening. The LEDs and electronics shall be enclosed in a 5/8" diameter Lexan tube that is sealed at both ends with EPDM rubber caps to create a waterproof environment and be suitable for mounting in a wet location. The LEDs shall be in a row one inch apart and have a beam angle of 120 degrees. The tube shall rotate to adjust the beam direction as required.

Each light shall have forty-five (45) white LEDs that generate a rated 750 lumens of light at 12 vdc/0.87 amps and have a life span of over 50,000 hours. Each light shall fit in a 47" space and be secured with four (4) molded nylon mounting clips.

The compartment light will be controlled by a magnetic "On-Off" switch located on each compartment door.

3.386 RIGHT REAR COMPARTMENT

There shall be one (1) full height compartment located behind the rear wheels. The compartment shall be equipped with a full height single painted roll up door.

3.387 COMPARTMENT DEPTH

The compartment shall be 26" deep.

The compartment shall be equipped with the following items: 95 One (1) louver with filter shall be installed in the compartment.

3.388 ADJUSTABLE SHELVING TRACKS

The compartments shall be equipped with two (2) aluminum adjustable tracks, vertically mounted, that are bolted in place for adjustable shelving and equipment mounting.

3.389 ADJUSTABLE SHELF

One (1) adjustable shelf shall be constructed of .188” smooth aluminum plate with 1.5” formed vertical lip front & back. Shelf supports on each side to be constructed of .188” aluminum and bolted to an aluminum extrusion (mounted vertically) by use of 3/8” bolts and spring-loaded cam locks. If shelf is longer than 40” a reinforcement by aluminum gusset is to be placed full

3.390 600# ROLLOUT TRAY

One (1) SlideMaster SM3-MP Series mid profile telescoping equipment tray(s) shall be installed in a standard depth compartment. The tray assembly shall have a silver powder coated steel slide frame with sealed roller bearings rated to 600 pounds. A tray constructed of .190" smoothaluminum plate with four 3" sides shall be mounted to the slide frame. The slide frame shall extend 100% allowing the tray to be completely accessible from outside the compartment. The slide shall have a 3-1/4" deck height.

A "spring" lock shall hold tray in both the "in" and "out" positions. The "spring lock" operates with a spring loaded pawl engaging a strike. The user pulls on the rod to release the lock, while the lock automatically re-engages for locking.

The roll-out tray shall be mounted on tracks to make the tray adjustable.

The shelf/tray shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant. 3.391 SHELF, TRAY & TOOL BOARD REFLECTIVE STRIPE

The outer edge and both sides of each shelf, tip-down tray, slide-out tray and tool board shall have alternating red and white reflective DOT (Department of Transportation) stripe material applied for safety.

3.392 250# TIP-DOWN TRAY

One (1) SlideMaster SMT-R Series tip-down equipment tray(s) shall be installed in a standard depth compartment. The tray assembly shall have a silver powder coated steel slide frame with sealed roller bearings rated to 250 pounds. A tray constructed of .190" smooth aluminum plate with four 4" sides shall be mounted to the slide frame. The slide frame shall extend out of the compartment while tipping downward to approximately 30 degrees when fully extended. An integrated manual quarter turn lock shall hold tray in the "in" position. Gravity shall hold the tray in the "out" position. The slide shall have a 2-5/8" deck height. The shelf/tray shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.393 SHELF, TRAY & TOOL BOARD REFLECTIVE STRIPE 96 The outer edge and both sides of each shelf, tip-down tray, slide-out tray and tool board shall have alternating red and white reflective DOT (Department of Transportation) stripe material applied for safety.

3.394 COMPARTMENT DIVIDER

One (1) compartment divider constructed from 3/16" smooth aluminum material shall be installed. The divider shall be bolted in for ease of removal.

The floor area of the compartment shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

3.395 COMPARTMENT LIGHTS Two (2) 63" long Fire Research Sun Strip LED Work Light model LED200-A63 shall be installed, one (1) on each side of the door opening. The LEDs and electronics shall be enclosed in a 5/8" diameter Lexan tube that is sealed at both ends with EPDM rubber caps to create a waterproof environment and be suitable for mounting in a wet location. The LEDs shall be in a row one inch apart and have a beam angle of 120 degrees. The tube shall rotate to adjust the beam direction as required.

Each light shall have sixty-three (63) white LEDs that generate a rated 1050 lumens of light at 12 vdc/1.22 amps and have a life span of over 50,000 hours. Each light shall fit in a 65" space and be secured with five (5) molded nylon mounting clips.

The compartment light will be controlled by a magnetic "On-Off" switch located on each compartment door.

3.396 APPARATUS BODY STAIRCASE WITH COMPARTMENTS

The center rear of the apparatus body shall be designed for a staircase to allow access to the top of the apparatus body. The top step compartment needs to facilitate two 16' roof ladders.

At each staircase shall be a single compartment located in each staircase. A total of six (6) compartments and stairs shall be provided.

The compartment doors shall be made from aluminum diamond tread plate with slam latch style doors. 3.397 COMPARTMENT LIGHT

One (1) LED light fixture shall be installed on the ceiling of each staircase compartment. The light shall have a clear lens.

The compartment light will be controlled by a magnetic "On-Off" switch located on each staircase compartment door.

3.398 REAR STEP - 12” BOLT-ON

A 12" deep step shall be provided at the rear of the apparatus body, bolted in place and easily removable for replacement or repair. The tailboard shall be constructed of .188" aluminum diamond plate or equal non-slip surface in compliance with NFPA #1901 standards.

A label shall be provided warning personnel that riding on the rear step while the apparatus is in motion is prohibited. 97

3.399 REAR STEP GRATING

The rear step shall be constructed of aluminum tread plate with grip style inserts, bolted in place with stainless steel fasteners. The step surfaces shall be in compliance to applicable sections of NFPA requirements.

3.400 FRONT BODY PANELS The front of the body compartments from the lower edge to the top of the compartment doors shall be painted.

3.401 REAR BODY PROTECTION PANELS

The rear body panels of the body shall be a smooth material, to allow for the proper application and installation of a "Chevron" stripe on the rea

3.402 POLISHED COMPARTMENT TOP WELDS

The compartment top welds to be polished.

3.403 REAR INTERMEDIATE STEP

An intermediate fixed step shall be provided at the rear of the apparatus body, bolted in place and easily removable for replacement or repair. The intermediate step shall be constructed of .188” polished aluminum diamond plate or equal non-slip surface in compliance with NFPA #1901 standards and be approximately 8” deep x 30” wide.

3.404 REAR INTERMEDIATE STEP

An intermediate fixed step shall be provided at the rear of the apparatus body, bolted in place and easily removable for replacement or repair. The intermediate step shall be constructed of .188” polished aluminum diamond plate or equal non-slip surface in compliance with NFPA #1901 standards and be approximately 8” deep x 30” wide.

3.405 SURFACE MOUNT AWNING

One (1) side body awning shall be up to18 feet long x 10 feet wide and shall be surface mounted on the left side of the body. The awning shall be attached at the front and rear corners of the apparatus on the outer door supports.

3.406 CANOPY AWNING - 110V ELECTRIC

One (2) side body 110V electric awning shall be up to18 feet long x 10 feet wide and shall be installed on the side of the body. The awning support arms shall be attached at the front and rear bottom corners of the apparatus on the outer door supports.

The canopy shall be made from white acrylic fabric that resists rotting, cracking, peeling and mildew. The awning shall have spring design and system, and shall be easily extended and retracted.

The wraparound slatted metal awning enclosure protects the awning in transit and automatically opens or closes with the awning. The enclosed design shall minimize dirt and grime from entering through exposed arms. Stainless steel nuts, washers, screws and other hardware shall be utilized in installation. 98 3.407 SURFACE MOUNT AWNING

One (1) side body awning shall be up to 18 feet long x 10 feet wide and shall be surface mounted on the right side of the body. The awning shall be attached at the front and rear corners of the apparatus on the outer door supports.

3.408 CANOPY AWNING - 110V ELECTRIC

One (1) side body 110V electric awning shall be up to18 feet long x 10 feet wide and shall be installed on the side of the body. The awning support arms shall be attached at the front and rear bottom corners of the apparatus on the outer door supports.

The canopy shall be made from white acrylic fabric that resists rotting, cracking, peeling and mildew. The awning shall have spring design and system, and shall be easily extended and retracted.

The wraparound slatted metal awning enclosure protects the awning in transit and automatically opens or closes with the awning. The enclosed design shall minimize dirt and grime from entering through exposed arms. Stainless steel nuts, washers, screws and other hardware shall be utilized in installation.

3.409 EXTRUDED ALUMINUM RUB RAILS

Full body length polished aluminum rub rails shall be bolted in place on the lower right and left body sides. The side rub rails shall be a heavy extruded aluminum "C" channel.

3.410 NYLON SPACERS FOR RUB RAILS

There shall be nylon spacers provided between the rub rail and the body. This shall allow wash out and replacement in the event of damage.

3.411 WHEEL WELL PROVISION LOCATION

The wheel well provisions shall be located on the left side of the apparatus, behind of the rear wheels.

3.412 FUEL PIPING AND FILL CAP

There shall be a fuel fill cap provided in the recessed area of the left side rear wheel well clearly marked, "DIESEL FUEL ONLY". The fill shall be piped to the fuel tank.

3.413 UPPER BODY SIDE COMPARTMENT

One (1) upper body compartment shall be provided top of body with dimensions of approximately 262" Long and over 21" deep.

The compartment shall have a lift-up door installed, constructed of 1/8" aluminum tread plate. The door shall have a stainless steel hinge and dual gas openers. The door opening shall be flanged upward 1" to prevent water from running into compartments when the door is closed. Two (2) heavy duty socket and plunger latches shall be installed to hold the door along with a heavy duty chrome grab handle to lift the door.

99 The compartment shall be located on the left side of the body.

3.414 COMPARTMENT LONG LUMBER STORAGE

One (1) compartment located inside the roof compartment shall be provided. The compartment shall be sized and designed for long lumber storage. The compartment size shall be determined at the pre-construction conference.

3.415 ROOF COMPARTMENT DOOR

Three (3) lift-up door, constructed of aluminum tread plate with aluminum box pan shall be provided. The door shall have a stainless steel hinge and dual gas openers. The door opening shall be flanged upward 2" with 1" reverse lip, to prevent water from running into compartments when the door is closed. Two (2) heavy duty socket and plunger latches shall be installed to hold down the door along with a heavy duty chrome grab handle to lift the door.

3.416 ROOF COMPARTMENT DOOR

One (1) lift-up door, constructed of smooth aluminum with aluminum box pan shall be provided. The door shall have a stainless steel hinge and dual gas openers. The door opening shall be flanged upward 2" with 1" reverse lip, to prevent water from running into compartments when the door is closed. Two (2) butterfly latches shall be installed to hold down the door along with a stainless steel handle to lift the door. The door shall be located on the rear of the rooftop cabinet above the rear panel of the apparatus.

The rear of this door shall be covered with chevron material.

The floor areas of the up to 30" long roof compartments shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant.

COMPARTMENT LIGHTS

Compartment shall be provided with two (2) rubber shock mounted, sealed and weather tight Truck-Lite Super 44TM LED clear compartment lights. The light shall be a totally enclosed (not exposed to the environment) polycarbonate fixture and mounted on the compartment door. The light shall have a 4.00" nominal diameter with six (6) light emitting diodes producing approximately 160 lumens of light output and equipped with wire plugs for ease of removable or replacement. The compartment light will be controlled by a magnetic "On-Off" switch located on each compartment door.

3.417 UPPER BODY SIDE COMPARTMENT

Three (3) upper body compartment shall be provided top of body with dimensions of approximately 262" Long and over 30" deep.

The compartment shall have a lift-up door installed, constructed of 1/8" aluminum tread plate. The door shall have a stainless steel hinge and dual gas openers. The door opening shall be flanged upward 1" to prevent water from running into compartments when the door is closed.

100 Two (2) heavy duty socket and plunger latches shall be installed to hold the door along with a heavy duty chrome grab handle to lift the door.

The compartment shall be located on the right side of the body.

3.418 COMPARTMENT LONG LUMBER STORAGE

One (1) compartment located inside the roof compartment shall be provided. The compartment shall be sized and designed for long lumber storage. The compartment size shall be determined at the pre-construction conference.

3.419 ROOF COMPARTMENT DOOR

Three (3) lift-up door, constructed of aluminum tread plate with aluminum box pan shall be provided. The door shall have a stainless steel hinge and dual gas openers. The door opening shall be flanged upward 2" with 1" reverse lip, to prevent water from running into compartments when the door is closed. Two (2) heavy duty socket and plunger latches shall be installed to hold down the door along with a heavy duty chrome grab handle to lift the door.

3.420 ROOF COMPARTMENT DOOR

One (1) lift-up door, constructed of aluminum tread plate with aluminum box pan shall be provided. The door shall have a stainless steel hinge and dual gas openers. The door opening shall be flanged upward 2" with 1" reverse lip, to prevent water from running into compartments when the door is closed. Two (2) butterfly latches shall be installed to hold down the door along with a stainless steel handle to lift the door. The door shall be located on the rear of the rooftop cabinet above the rear panel of the apparatus. 3.421 The floor areas of the up to 30" long roof compartments shall be fitted with removable vinyl Turtle Tile matting. The matting shall be interlocking modules approximately 12" square by 9/16" thick. This material shall be resistant to heat, cold, ultra-violet radiation, mechanical impacts, chemical actions and is corrosion resistant

3.422 COMPARTMENT LIGHTS

Compartment shall be provided with two (2) rubber shock mounted, sealed and weather tight Truck-Lite Super 44TM LED clear compartment lights. The light shall be a totally enclosed (not exposed to the environment) polycarbonate fixture and mounted on the compartment door. The light shall have a 4.00" nominal diameter with six (6) light emitting diodes producing approximately 160 lumens of light output and equipped with wire plugs for ease of removable or replacement.

The compartment light will be controlled by a magnetic "On-Off" switch located on each compartment door.

3.423 GENERATOR

One (1) Onan CMSD 10000 watt, 120/240 volt generator, P/N 10.0HDKAG-61731, shall be provided. The unit shall be a water cooled diesel engine equipped with high engine temp/low oil pressure shutdown. The unit shall be three wire, single phase 60 Hz. with full rated power available from a single 120 volt outlet, a single 240 volt outlet or a combination of both. The oil drain, oil dipstick, fuel filter and oil filter for the generator must be easily accessible for

101 maintenance. The generator oil drain shall be extended through the compartment flooring and terminate below the chassis frame rails. The generator exhaust shall be routed through the bottom of the compartment or remote location.

A diesel fuel pick-up tube shall be provided in the chassis fuel tank along with an electric fuel pump for the generator fuel system.

Electric start provisions shall be furnished for the generator from the chassis battery system. Generator pre-heat, start and stop switches shall be provided at the generator control panel.

The generator shall have approximate dimensions of 40" L x 21" W x 26" H and a weight of 520 pounds.

Data Label

A permanent data label indicating the following information shall be applied:

• Rated voltage • Phase • Frequency • Amperage • Continuous Watts • Peak Watts

3.424 GENERATOR INSTALLATION

The generator shall be mounted on shock and anti-vibration rubber mountings and be equipped with a removable lifting bracket.

A battery powered starter motor shall provide the generator starting system with the 12-volt power supplied from the chassis battery system. The ignition switch shall be located at the generator circuit breaker panel area. The 12-volt supply line from battery shall be adequate size and a circuit breaker installed at the power source.

The generator shall be installed in a location that will provide for adequate cooling air in accordance with manufacturer's recommendations. When mounted in an enclosed compartment, it shall be designed to operate with doors "open".

The generator muffler and flexible exhaust pipe (if required for remote muffler location) shall be securely supported and shall be shielded or insulated to prevent heating of the body, electrical components or equipment mounting. The exhaust system shall be installed so fumes, vapors, heat and vibrations do not enter the interior compartments. The exhaust outlet piped to the exterior and located so that the exhaust is directed away from operator's position. The exhaust piping and discharge shall be located or shielded to prevent thermal damage to the apparatus or equipment. Where parts of the exhaust system are exposed, so that they are likely to cause injury to operating personnel, suitable protective guards shall be provided.

3.425 ELECTRICAL SYSTEM INSTALLATION

The line voltage electrical system shall comply with applicable NFPA standards and shall comply also with the applicable sections of the National Electric Code #70 standards. Line

102 voltage carrying equipment downstream of the power source shall be "listed" (where available) and installed in accordance with manufacturer’s instructions. The electrical equipment installed shall be suitable for intended use and type of locations (wet, dry, or underbody and chassis).

The grounding and bonding shall comply with applicable sections of NFPA standards. The chassis frame rail, body sheet metal, and cab sheet metal shall be properly bonded per NFPA schematic. The bonding copper conductor shall be rated at 115 % of current rating of power source.

3.426 OVER CURRENT PROTECTION PANEL

Manually re-settable overcurrent devices shall be installed to protect the line voltage electrical system components. A main overcurrent protection device shall be provided that is either incorporated in the power source or is connected to the power source by a power supply assembly. The size of the main overcurrent protection device shall not exceed 100 percent of the nameplate amperage rating on the power source specification label or the rating of the next larger available size overcurrent protection device where so recommended by the power source manufacturer.

The conductor used in the power supply assembly between the output terminals of the power source and the main overcurrent protection device shall not exceed 144 inches in length. If the power supply cable is longer than 144", a separate master disconnect switch shall be located at the generator.

Overcurrent protection devices shall be provided for each individual circuit and shall be sized at not less than 15 amps in accordance with NEC. Each overcurrent protection device shall be marked to identify the function of the circuit it protects. The circuit breaker panel and instruments shall be located so that all circuit breakers are readily visible under normal operating conditions. The panel shall be readily visible and located so that there is unimpeded access to the panel board controls.

3.427 LABELING OF EQUIPMENT

All circuit breakers shall be labeled and shall be provided for all interior and exterior outlets indicating output amperage, voltage and phase.

3.428 INSTRUCTION LABEL

A label that provides the operator with the essential power source operating instructions, including the power-up and power-down sequence shall be permanently attached to the apparatus at any point where such operations can take place.

3.429 ELECTRICAL SYSTEM TESTING

All apparatus installed wiring and associated equipment shall be tested by the apparatus manufacturer in compliance to applicable NFPA standards. The apparatus manufacturer shall test the generator system at the continuous duty rating for a minimum of two (2) hours.

If the apparatus is equipped with a fire pump, both the generator and fire pump shall be operated simultaneously at full pump capacity and generator at "continuous rating" for two (2)

103 hours. Failure of either the generator system or fire pump system during testing will require retesting of both components simultaneously.

The conditions specified shall be recorded at least every 1/2 hour during the test. The results of these tests shall be submitted to the purchaser upon delivery.

Each outlet shall be tested individually to device rating.

Electrical polarity verification shall be made of all permanently wired equipment and receptacles to determine that connections have been properly made.

3.430 CIRCUIT BREAKER BOX

One (1) circuit breaker box for single phase voltage equipment shall be provided capable of holding twelve (12) breakers.

3.431 CIRCUIT BREAKER BOX LOCATION

The circuit breaker box shall be installed on the wall towards the front of the apparatus in the left front body compartment. This would be L-1 compartment

3.432 GENERATOR INSTRUMENTS

Fire Research FROG-D model FDA100 series generator display kit shall be installed to monitor a single phase, 50/60 Hz generator. The kit shall include a display module, voltage transformer, two (2) current transformers, and cables. The display module shall consolidate five (5) generator monitoring instruments into one device. The display case shall be waterproof and have dimensions not to exceed 4 1/4" high by 4 1/4" wide by 3 1/4" deep.

The following continuous displays shall be provided with super bright LED digits more than 1/2" high: Generator frequency in hertz Line 1 current in amperes Line 2 current in amperes Generator voltage in volts.

The panel shall be located next to circuit breaker panel.

The instrument panel for the generator shall be installed next to the breaker panel.

3.433 GENERATOR REMOTE START SWITCH

One (1) remote start/stop switch for the generator shall be located in the cab. A preheat function shall be included for diesel powered generators. An indicator light shall illuminate when the generator is running. The switch shall be centrally located for use by both seating positions.

3.434 GENERATOR FUEL SUPPLY

The generator fuel pickup shall be connected to the chassis fuel tank. All necessary piping for connection to the generator shall be included.

104 3.435 GENERATOR MOUNTING LOCATION

The generator shall be installed on top of the body.

3.436 GENERATOR PROTECTIVE COVER

One (1) cover constructed from aluminum tread plate shall be installed to protect the generator. The cover shall be installed so that it is easily removed to perform fluid checks and service on the unit. Cooling requirements from the manufacturer shall be designed into the cover to avoid overheating conditions.

3.437 LINE VOLTAGE WIRING INSTALLATION

Line voltage wiring in the vehicle shall be through Carflex, or equal flexible moisture resistant reinforced conduit, with proper seal-tight connectors and hardware. Type THHN or approved equal stranded copper conductors with 600-volt insulation rated for at least 194 degrees shall be installed in the conduit. Generator supplied SO cord shall be used from the generator to the junction box. All electrical junction boxes shall conform to the National Electric Code and be accessible for service.

Electrical conduit shall be supported within 6 inches of any junction box and at a minimum of every 24 inches of run. Supports shall be made of corrosion protected metal and that does not cut or abrade the conduit and shall be mechanically fastened to the vehicle.

Electrical conduit shall not be attached to chassis suspension components, water or fuel lines, air or air brake lines, fire pump piping, hydraulic lines, exhaust system components, or low voltage wiring and shall be separated by a minimum of 12 inches from exhaust piping or properly shielded and separated from fuel lines by a minimum of 6 inches distance.

All wiring connections and terminations shall provide a positive mechanical and electrical connection. Connectors shall be installed in accordance with the manufacturer's instructions. Use of wire nuts or insulation displacement and insulation piercing connectors shall be avoided.

3.438 120V ELECTRIC RECEPTACLE -- STRAIGHT BLADE

Four (4) 120-volt 20 amp straight blade, 3-prong duplex receptacle with spring loaded weatherproof cover shall be provided. The electric receptacle shall be located in each body compartment. The electric receptacle shall be located in rear cab area. The electric receptacle shall be located near the left side wheel well. The electric receptacle shall be located near the right side wheel well. The electric receptacle shall be located on the exterior left rear face of the body. The electric receptacle shall be located on the exterior right rear face of the body. The electric receptacle shall be located in the upper body walkway area outside of the compartments.

3.439 LINE VOLTAGE TRANSFER SWITCH

One (1) automatic transfer switch shall be installed that allows components normally powered by the 120-volt shore power connection to be automatically powered by the on board generator upon startup of the generator. This would be L-1 compartment

105 3.440 POWER DISTRIBUTION STRIP

One (1) 15 amp power distribution strip with six (6) receptacles shall be provided. The strip shall be powered by the chassis shore line power.

3.441 ELECTRIC CABLE REEL

Two (2) Hannay ECR-1600 series electric cable reel with an electric rewind shall be installed on the vehicle. The reel shall be designed for use with 120 volt, three (3) wire cable. The duty rating of the cable reel shall be for continuous usage. The reel shall be installed so that it is easily accessible for cord access and maintenance. A 12-volt motor controlled by a push button switch located in a convenient position and properly labeled shall perform the electric rewind function.

The installation of the cable reel shall meet applicable sections of the NFPA standards.

Reel Capacity

The reel shall be sized to hold 110 percent of the capacity needed for the specified cable length. The wire size shall be in accordance with the National Electric Code.

Labeling

An information label shall be installed in a location visible adjacent to any permanently connected reel with the following data:

• Voltage • Phase • Current type • Current rating • Total cable length

Electrical Supply Wiring To Reel

The wiring shall end in a sealed conduit box at the reel with mechanical connectors to allow removal of the reel. Appropriately, sized wire and circuit breakers shall be utilized. The electric cable reel shall be installed in the dunnage area of the pump compartment. Above L-1 & R-1, inside the coffin compartment, the cord will pass through the ceiling into each side compartment

Two (2) on/off switch shall be provided to control the re-wind button for the electric cable reel. A two hundred foot (200') length of 10/3 black electric cable shall be installed with specified plugs. The cable shall be type SEO-WA with a 20 amp, 120 volt rating. The electric cable shall be configured so as to be hard wired directly to a junction box.

Two (2) ball stop shall be attached to the electric cable to prevent total re-wind and to allow the cable to remain at a reachable position. The ball shall positively attach to the cable and be bright orange in color for high visibility.

106 3.442 JUNCTION BOX

Two (2) Akron yellow electrical junction box shall be provided. The unit shall have an integral pilot light to indicate electrical current.

The unit shall be equipped with four (4) 120 volt 20 amp NEMA (5-20) receptacles, each with a hinged, weatherproof cover.

One (1) side shall be provided with two (2) 120 volt 20 amp NEMA (5-20) STRAIGHT BLADE receptacles, each with a hinged, weatherproof cover.

One (1) side shall be provided with two (2) 120 volt 20 amp NEMA (5-20) TWIST LOCK receptacles, each with a hinged, weatherproof cover.

Two (2) aluminum storage bracket designed to hold an electric junction box shall be supplied. The holder shall be mounted in the same compartment as the specified cable reel.

Two (2) four-sided encompassing stainless steel roller unit for the electric cable shall be installed on specified reels. The roller unit shall be mounted in the specified location to permit the cable to feed directly off the reel.

3.443 PIONEER FLOOD/SPOT SURFACE MOUNT LIGHT HEAD RECESSED LIGHT

Six (6) Whelen Pioneer Plus™ Model # PCPSM2AC shall be provided. The 195 watt +115v AC duel Pioneer light head shall incorporate Super-LED® combination flood/spot light installed in ABS Cycolac™ resin surface mount housing. The surface mount housing will be chrome plated. The PCPSM2AC configuration shall consist of 24 white Super-LEDs for the spot light with a specialized spot reflector on the bottom, 48 white Super-LEDs in the flood light with a clear optic collimator/metalized reflector assembly on the top, and a clear non-optic polycarbonate lens. The Pioneer flood/spot light shall have 18,000 usable lumens. The PCPSM2AC new combination optic design projects light directly down at 5° and producing illumination to the side of the vehicle arching upward to a 90° pattern of light.

The lens assembly shall utilize a liquid injected molded silicone gasket to be resistant to water, moisture, dust, and other environmental conditions. The hard coated lens shall provide extended life/luster protection against UV and chemical stresses. The PCPSM2AC shall be shall be vibration resistant. The Pioneer™ PC boards shall be conformal coated for additional protection. One breathable membrane patch shall be installed on the rear of the housing to maintain a consistent internal pressure. The PCPSM2AC shall have extended LED operation with low current consumption and low operating temperature.

The PCPSM2AC shall be furnished with a 2’ 2/C 18GA unterminated Heyco® cable. The Pioneer shall have the ability to flash as a secondary warning light in the “Clearing Right of Way” mode when installed with an external flasher, model number PFLASH, purchased separately. The Pioneer shall be SAE 1113-42 compliant and Class 5 testing for EMI. The PCPSM2AC is covered by a five year factory warranty. The PCPSM2AC shall have built-in nylon screw grommets eliminating galvanic corrosion. The surface mount Pioneer requires no body cut-out. The PCPSM2AC shall have a uniquely designed molded two part silicone grommet to seal the 1” wire entry into the body. Voltage: +115v AC Size: H=6.37”, W=16.22”, D=1.72

107 Amp Draw: 1.2 Amps Lens Color: Clear

The floodlights shall be installed at the rear of the apparatus body on both sides. The rear quartz floodlight(s) shall be circuit breaker protected. The circuit breaker(s) shall be used as an ON/OFF switch(es) for the floodlight(s). The circuit breaker(s) shall be labelled "REAR QUARTZ". The floodlights shall be installed above the side apparatus body compartments on both sides. The left side quartz floodlight(s) shall be circuit breaker protected. The circuit breaker(s) shall be used as an ON/OFF switch(es) for the floodlight(s). The circuit breaker(s) shall be labelled "LEFT QUARTZ". The right side quartz floodlight(s) shall be circuit breaker protected. The circuit breaker(s) shall be used as an ON/OFF switch(es) for the floodlight(s). The circuit breaker(s) shall be labelled "RIGHT QUARTZ".

3.444 LIGHT TOWER

A light tower shall be installed on the cab roof. The roof shall be reinforced for the mounting of a horizontally stored light tower. A Will-Burt Night Scan Powerlite Series shall be provided. The horizontal surface mounted tower shall be raised electrically and pneumatically.

3.445 Floodlight System

Four (4) Whelen Pioneer Plus™ Model # PCP2ASF shall be provided. The 150 watt +120v AC Pioneer light head shall incorporate Super-LED® combination spot/flood light installed in a die- cast white powder coated aluminum housing. The PCP2ASF configuration shall consist of 33 white Super-LEDs in the spot light left side with an eight degree TIR reflector, 33 white Super- LEDs for the flood light on the right side with a clear optic collimator/metalized reflector assembly, and a clear non-optic polycarbonate lens. The Pioneer spot/flood light shall have 15,000 usable lumens for a total of 60,000 lumens. The lens/reflector assembly shall utilize a liquid injection molded silicon gasket to be resistant to water, moisture, dust, and other environmental conditions. The hard coated lens shall provide extended life/luster protection against UV and chemical stresses. The PCP2ASF shall be shall be vibration resistant. The Pioneer™ PC boards shall be conformal coated for additional protection. Two breathable membrane patches shall be installed to the bottom of the housing to maintain a consistent internal pressure. The PCP2ASF shall have extended LED operation with low current consumption and low operating temperature. The fixture shall measure H=4.125”, W=14”, D=2.50”

The tower shall be a series of graduated extruded aluminum tubes that nest one inside another. The tower shall have an extended height of approximately 10 ft. / 3.0 m above the mounting location and a stowed height of approximately 11.94" / 30.3 cm above the mounting surface. The tower shall be approximately 44.06” / 111.9 cm wide by 62.31” / 158.3 cm in length. The tower shall be designed to sustain the intended top load with a 125 percent safety factor and shall exceed NFPA requirements of a minimum 50 mph (80 kph) wind when in a fully raised and unguyed position. The tower shall be of a compact design with a total weight of approximately 163 pounds (73.9 kilograms). The light tower shall not exceed 180 lbs. / 82 kg.

The tower tubular sections shall be constructed of high strength, heat-treated 6061-T6 aluminum tubes and collars. Each tube shall be protected by low friction synthetic collars for smooth operation and long life. Bumpers shall be designed to reduce shock on extension and

108 retraction. All exterior surfaces shall be anodized for long life and fasteners shall be stainless steel for corrosion resistance.

The tower shall have an “auto-stow” function. A double click of the mast down button will stow, retract, and shut power off to the unit. An integrated saddle assembly with synthetic, non- marring rests shall be provided for the tower and flood light assembly in the nested position. Floodlight Rotation and Tilt Operation

The tower shall be equipped with a Will Burt Model RCP (remote control positioner) to control the rotation and direction of the lights in a manner that provides 360° of light coverage. The remote control positioner unit shall be equipped with three (3) gear motors; one for rotation and two for individual positioning of each floodlight (one (1) motor for left side tilting and one (1) motor for right side tilting.) This feature shall be designed so that the lighting may be directed in two separate locations equally and simultaneously for enhanced safety and functionality. The positioner shall also rotate the floodlight assembly from zero to 350 degrees and tilt the floodlight assembly from 0 to 346 degrees.

Hand-held Remote Control -A safety yellow in color for high visibility, hand held remote control pendant, connected to a quick-disconnect, 25 ft. (7.62 meter) coiled cord shall be provided to control the tower. All functions of the tower shall be accessible through this remote control including raising with “auto-up” ability, lowering with “auto-stow” ability, rotation and separate buttons for tilting of each floodlight bank and floodlight switching. An auxiliary power button shall also be included to control optional equipment such as strobe lights or a camera that is mounted to the mast. Each button of the controller shall have a corresponding LED light that provides operational feedback. An LED display that includes alphanumeric feedback shall be located in the center of the controller. This display shall provide operational feedback and error codes if they occur.

Pneumatic Controls-The pneumatic controls to raise and lower the tower shall include an air regulator and solenoid valves. Lights will be operational within approximately 12 seconds from elevation initiation. The tower shall be able to be fully elevated in approximately 60 seconds. In the event of malfunction of the elevating system while the tower is in operation or being deployed, a method of limiting the rate of descent shall be provided to prevent injury to personnel or damage to the equipment. Two allen keys as well as directions are included under the cover to fold the mast into the saddle if manual stowage of mast is required. The air supply for pneumatic operation of the tower shall be from an external source with supplied air regulator and dual solenoids. The installer shall provide piping, shut-off valve, pressure protection valve, air compressor, auxiliary air tank(s) and additional required equipment. The complete air system shall be installed in conformance to applicable NFPA and FVMSS brake standards.

Electrical Installation-The wiring harness for the floodlights, accessories, and remote control positioner shall be internally routed through telescoping aluminum tubing with a highly flexible coil cord.

Installer supplied 12 or 24 volt electrical wiring shall be provided with electrical connections at the tower assembly in conjunction with appropriate electrical power for the floodlights. The installer as required by manufacturer’s installation guidelines shall provide appropriate wiring from the circuit breaker panel for connection to the tower. The electric power to the tower and light units shall automatically disconnect whenever the tower is in the nested position.

109 The tower operation area shall be illuminated automatically by a look up light whenever the tower is in operation. Any upward movement of the tower from the nested position shall energize a red warning light in the cab and a secondary light located at the tower control area. In addition, the installer shall provide parking brake interlocks and other equipment as required by applicable NFPA standards.

Warranty-The tower assembly shall carry a two (2) year parts and labor warranty. Exact provisions of such warranty shall be provided with the proposal and at time of delivery of product.

Labeling and NFPA Compliance-Essential operating instructions and warning labels shall be provided in compliance to applicable OSHA, SAE, and NFPA standards. Appropriate labels on the "hazards of electrocution" associated with the operation of a light tower shall be installed in the appropriate areas.

A label shall be provided at the operator’s position by the installer with the following information: 1. Extended height of the tower from the ground. 2. Bulb replacement data.

The tower and installation shall be in full compliance to applicable sections of the current NFPA 1901 Standard.

Testing and Quality Assurance-The tower manufacturer shall be ISO 9001:2008 certified. In addition, quality control and manufacturer testing shall be completed prior to shipment of the tower. The final installer shall test the operation of the tower for a minimum of 2 hours at full load, with testing documentation provided upon delivery.

Manuals- Detailed service, parts, operating, and installation manuals shall be provided by the tower manufacturer. Samples of such manuals shall be provided on request. A CD ROM manual will be provided to the end user.

3.446 MOUNTING – LIGHT TOWER CONTROLS

The controls for the light tower shall be mounted adjacent to the breaker panel.

3.447 LIGHT TOWER ENCLOSURE

A three (3) sided enclosure for the light tower shall be installed. The enclosure shall be constructed from smooth aluminum plate and be designed to protect the components of the light tower from low-lying branches while in transit. The enclosure shall be installed with weather- sealed fasteners.

The enclosure shall be painted to match the upper portion of the cab or body.

3.448 PORTABLE ELECTRIC WINCH

One (1) 9,500 pound capacity portable winch, Model 9.5cti P/N 85760, manufactured by the Warn Winch Company shall be installed. The 12-volt electric winch system shall utilize a portable mounting system with two carrying handles. Power is supplied to the winch through a 12 volt pigtail with a quick connect plug. The winch shall be attached to the body at the specified locations with a steel tube insert secured with a pin.

110

The winch shall have forward and reverse modes and shall be controlled by a push button device at the end of a removable 25 foot minimum or longer remote lead which connects to the winch through a weatherproof receptacle.

The winch shall be provided with a cable guide, 125 feet of 5/16" diameter galvanized aircraft cable and hook assembly.

3.449 WINCH RECEIVER - FRONT

The front of the chassis shall be equipped with two (2) receiver assembly for high or low angle rescue or winch applications. The receiver shall be a square steel tube, same size as that of a trailer hitch. The unit shall be attached to the chassis frame assembly.

There shall be a total of two (2) provided, One (1) each front frame rail.

One (1) 12 volt Warn quick disconnect electrical receptacle, shall be installed in the body for the portable winch. The power cables shall be color coded "red" positive and "black" neutral and rated at 125% of winch power requirement (including line drop).

3.450 WINCH RECEIVER - REAR

The rear of the apparatus body shall be equipped with a receiver assembly for high or low angle rescue or winch applications. The receiver shall be a square steel tube, same size as that of a trailer hitch. The unit shall be attached to the body sub-frame assembly.

One (1) 12 volt Warn quick disconnect electrical receptacle, shall be installed in the body for the portable winch. The power cables shall be color coded "red" positive and "black" neutral and rated at 125% of winch power requirement (including line drop).

3.451 TRAILER BRAKE AND POWER PLUG

Trailer wiring shall be provided at the rear of the apparatus. One (1) 12 volt seven (7) pin electrical connector shall be wired to the chassis stop, running, turn lights and trailer brake connection. A 12-volt trailer brake controller shall be provided and installed.

3.452 WINCH RECEIVERS - SIDE BODY

The body shall be equipped with two (2) receiver assembly for high or low angle rescue or winch applications. The receiver shall be a square steel tube, same size as that of a trailer hitch. The unit shall be attached to the body sub-frame assembly or chassis frame rails and shall be located behind rear wheels.

Two (2) 12 volt Warn quick disconnect electrical receptacle, shall be installed in the body for the portable winch. The power cables shall be color coded "red" positive and "black" neutral and rated at 125% of winch power requirement (including line drop).

111 3.453 HIGH ANGLE ROPE RESCUE TIE-OFF POINT / RECEIVERS

There shall be two (2) high angle rope rescue tie-off points / receivers located on each side of the apparatus. The assembly shall be located on the top of the apparatus body and rated as per NFPA for safety standards.

3.454 BODY PAINT PROCESS

All bright metal fittings, if unavailable in stainless steel shall be heavily chrome plated. Iron fittings shall be copper plated prior to chrome plating. If applicable, any and all accessory times shall be removed from the body prior to cleaning and painting. Any accessory items that are to be painted, shall be painted separately and installed after the body is painted and cured.

All seams shall be caulked, both inside and along the exterior edges, with a urethane automotive sealant to prevent moisture from entering between any body panels. The body and all parts shall be thoroughly washed with a grease cutting solvent (PPG DX330) prior to any sanding. After the body has been sanded and the weld marks and minor imperfections are filled and sanded, the body shall be washed again with (PPG DX330) to remove any contaminants on the surface.

The next two to four coats (depending on need) shall be a PPG DelFleet F4936 High Solids Epoxy Gray Primer. The film build shall be 4-6 mils when dry. The primer surface coat, after appropriate dry time, shall be sanded with 320-600 grit sandpaper to ensure maximum gloss of the paint. The last step is the application of at least three coats of PPG DelFleet polyurethane two-component color (single stage). The film build being 2-3 mils dry. The single stage acrylic urethane, when mixed with component (PPG F3270) catalyst shall provide a UV barrier to prevent fading and chalking.

All products and technicians are certified by PPG every two (2) years.

3.455 APPARATUS COLOR

The apparatus shall be red in color.

3.456 INTERIOR COMPARTMENT FINISH

Ten (10) apparatus side compartment interiors are to be painted with a spatter finish material. The compartments shall be cleaned with a grease remover, and then the surface sanded and prepared for painting. The compartment shall be provided with two (2) coats of white epoxy. The compartments are then coated with a splatter paint top coat.

3.457 TOUCH-UP PAINT

One (1) two (2) ounce bottle of touch-up paint shall be furnished with the completed truck at final delivery.

3.458 UNDERCOATING The entire underside of the tandem axle apparatus body is to be cleaned and properly prepared for application of a sprayed on automotive type undercoating for added corrosion resistance. Undercoating is to be a solvent based, rubberized coating, black in color.

112 3.459 SIMULATED GOLD LEAF LETTERING

The lettering shall be applied in simulated gold leaf material, shaded in black and encapsulated in clear Mylar.

A quantity of fifty (50), four (4) inch letters are to be placed on the cab and on the body as directed by fire department.

3.460 STRIPING

Mylar gold leaf striping with black borders shall be provided on both sides of the apparatus body. Up to 100' of striping shall be applied.

3.461 APPARATUS DOOR GRAPHICS

Two (2) custom door seals designed primarily with letters and numbers shall be proposed for installation on the apparatus.

3.462 CAB AND BODY STRIPE

A straight Scotchlite reflective stripe, 10'' minimum in width, shall be applied horizontally around the cab and body in compliance with applicable NFPA 1901 standards. The purchaser shall specify the color and location of the stripe.

3.463 PIN STRIPE TRIM

A single layer tape stripe shall be applied above and below the reflective striping material. The color of the stripe shall be black. 3.464 COLOR OF STRIPING MATERIAL

The color of the 3M brand striping material shall be white.

The front bumper shall have 3M Diamond Grade reflective red and yellow striping installed. The chevron style striping shall be applied at a 45-degree upward angle.

3.465 CHEVRON STRIPING

The entire rear portion of the body shall have 3M reflective red and yellow striping installed. The chevron style striping shall be applied at a 45-degree upward angle pointing towards the center upper portion of the rear panel.

3.466 INTERIOR CAB DOOR CHEVRON

Reflective striping shall be installed on the interior of each chassis door. The lower portion of the doors shall have a scotchlite red and white chevron striping applied to it. A reflective stripe shall also be applied on the vertical outer edge of each cab door.

3.467 WHEEL CHOCKS WITH MOUNTS

A pair of Zico Model SAC-44 Quic-Chok folding wheel chocks shall be provided and mounted under the apparatus body with model SQCH-44H horizontal mounting brackets.

113

3.468 MISCELLANEOUS HARDWARE

Miscellaneous loose hardware consisting of bolts, nuts, washers, and screws shall be supplied with the apparatus at time of delivery.

114

APPENDIX A

Signature Page

Price Proposal Page

Record of Prior Contracts

Certificate of Insurance Requirements

Standard Terms and Conditions

TMC 1.07

115 SIGNATURE PAGE

CITY OF TACOMA FIRE DEPARTMENT

All submittals must be in ink or typewritten and must be executed by a duly authorized officer or representative of the bidding/proposing entity. If the bidder/proposer is a subsidiary or doing business on behalf of another entity, so state, and provide the firm name under which business is hereby transacted.

Submittals will be received and time stamped only at the City of Tacoma Purchasing Division, located in the Tacoma Public Utilities Administration Building North, Main Floor, at 3628 South 35th Street, Tacoma, WA 98409.

REQUEST FOR BIDS - SPECIFICATION NO. FD17-0255F TECHNICAL RESCUE VEHICLE The undersigned bidder/proposer hereby agrees to execute the proposed contract and furnish all materials, labor, tools, equipment and all other facilities and services in accordance with these specifications.

The bidder/proposer agrees, by submitting a bid/proposal under these specifications, that in the event any litigation should arise concerning the submission of bids/proposals or the award of contract under this specification, Request for Bids, Request for Proposals or Request for Qualifications, the venue of such action or litigation shall be in the Superior Court of the State of Washington, in and for the County of Pierce.

Non-Collusion Declaration

The undersigned bidder/proposer hereby certifies under penalty of perjury that this bid/proposal is genuine and not a sham or collusive bid/proposal, or made in the interests or on behalf of any person or entity not herein named; and that said bidder/proposer has not directly or indirectly induced or solicited any contractor or supplier on the above work to put in a sham bid/proposal or any person or entity to refrain from submitting a bid/proposal; and that said bidder/proposer has not, in any manner, sought by collusion to secure to itself an advantage over any other contractor(s) or person(s).

Bidder/Proposer’s Registered Name Signature of Person Authorized to Enter Date into Contracts for Bidder/Proposer

Address

Printed Name and Title

City, State, Zip

(Area Code) Telephone Number / Fax Number

E-Mail Address

State Business License Number in WA, also known as UBI (Unified Business Identifier)

E.I. No. / Federal Social Security Number Used Number on Quarterly

Federal Tax Return, U.S. Treasury Dept. Form 941 State Contractor’s License Number (See Ch. 18.27, R.C.W.)

Addendum acknowledgement (when applicable) #1 #2 #3

THIS PAGE MUST BE SIGNED AND RETURNED WITH SUBMITTAL. 116

Form No. SPEC-080A Revised: 11/19/11

117 Respondent Name

CITY OF TACOMA FIRE DEPARTMENT * PRICE PROPOSAL FORM *

Request for Bids FD17-0255F Technician Rescue Vehicle

All prices are to be in U.S. dollars and include all associated fees. The City will not pay any additional fees, tariffs, add-ons or surcharges.

PROPOSED BID $ FACTORY VISIT $ 5000 Sales TAX (10.1%) $ TOTAL $

A. Please note any exceptions to the Technical Specification. Provide additional pages if needed.

B. For bid analysis the bid price is firm for______days. C. Delivery of completed units shall be in ______calendar days after purchase order has been issued. Delivery timeframe shall be taken into account for bid award. D. Prompt Payment Discount _____% days, net 30. Payment discount periods of 20 calendar days or more will be considered in determining lowest responsive bid. E. Does your firm accept payment by EFT/ACH? (Electronic Funds Transfer (EFT) by Automated Clearing House (ACH)) Y or N (circle one)

F. Local Repair Shop (referenced in Section 2.6.4)

Company Name:______Address:______Number of Mechanics:_____

G. Respondent’s statement describing how your firm has taken measures to incorporate sustainability efforts into its everyday business practices. Provide additional pages if needed.

H. Respondent’s statement describing measures taken to minimize impacts to the environment in delivering its supplies and services. Provide additional pages if needed.

118

RECORD OF PRIOR CONTRACTS

Contract Date Contract With Amount of Contract Contact person # and Email

Remarks:

Form No. SPEC-160A Revised: 01/2006

119 EXHIBIT A CITY OF TACOMA INSURANCE REQUIREMENTS

I. GENERAL REQUIREMENTS

a) The City of Tacoma (the City) reserves the right to approve or reject the insurance provided based upon the insurer (including financial condition), terms and coverage, the Certificate of Insurance (COI), and/or endorsements. The insurance must be provided by an insurer with a rating of (A-) VII or higher in the A.M. Best's Key Rating Guide (http://www.ambest.com/home/default.aspx), and pursuant to RCW 48, licensed to do business in the State of Washington (or issued as a surplus line by a Washington Surplus Lines broker).

b) The Contractor shall keep this insurance in force during the entire term of the contract and for thirty (30) calendar days after completion of all work required by the Contract, unless otherwise provided herein.

c) The policies required by this section shall: 1. Contain a "severability of insureds," "separation of interest," or "cross liability" provision. 2. Be primary and non-contributory insurance to any insurance coverage or self- insurance program the City may maintain. 3. Contain a Waiver of Subrogation clause in favor of the City. 4. Other than professional liability, reflect coverage on an “occurrence”, not “claims- made” policy form.

d) The Contractor shall provide the City notice of any or non-renewal of this required insurance within 30 calendar days.

e) The Contractor shall forward to the City, a full and certified copy of the (s) and endorsements required by this section upon the City’s request.

f) The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the City.

g) Failure on the part of the Contractor to obtain and maintain the insurance as required by this section shall constitute a material breach of the Contract, upon which the City may, after giving five business day notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith; with any sums so expended to be repaid to the City by the Contractor upon demand, or at the sole discretion of the City, offset against funds due the Contractor from the City.

h) All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made by the City to the Contractor.

i) For all liability insurance policies required by this Section, the City, including its officers, elected officials, employees, agents, and volunteers, and any other entities as required by the Contract, shall be named as additional insured(s) by amendatory endorsement, EXCEPT Professional Liability (if applicable), Workers Compensation, Owners and Contractors Protective Liability, and Railroad Protective Liability. 1 120 EXHIBIT A CITY OF TACOMA INSURANCE REQUIREMENTS

II. EVIDENCE OF INSURANCE

The Contractor shall deliver a COI and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work to the City. The certificate and endorsements must conform to the following requirements: a) An ACORD certificate or a form determined by the City to be equivalent. b) Copies of all endorsements showing the policy number and naming the City as an additional insured. c) The endorsement is to state that the insurance is primary and non-contributory over any City insurance or self-insurance. d) The endorsement is to extend “Products/Completed Operations” coverage to the City as an additional insured. e) A statement of additional insured status on an ACORD COI shall not satisfy this requirement. f) Any other amendatory endorsements to show the coverage required herein.

III. CERTIFICATE REQUIREMENTS SPECIFIC REPRESENTATIONS

The following must be indicated on the COI: a) The City is named as an additional insured ( "with respect to a specific Contract" or "for any and all work performed with the City" may be included in this statement). b) "This insurance is primary and non-contributory over any insurance or self-insurance the City may carry" ("with respect to a specific Contract" or "for any and all work performed with the City" may be included in this statement). c) A Waiver of Subrogation in favor of the City for General Liability and Automobile Liability. d) Self-Insured Retention and applicable limits must be disclosed on the COI and be no more than $10,000. e) Contract or Permit number and the City Department. f) All coverage other than professional liability, Cyber/Privacy & Security, and Pollution Liability must be written on “occurrence” form and not “claims-made” form. g) Reflect the existence and form numbers of all required endorsements.

IV. SUBCONTRACTORS

It is the Contractor's responsibility to ensure that each subcontractor obtain and maintain adequate liability insurance coverage. The Contractor shall provide evidence of such insurance upon the City’s request.

V. CERTIFICATE REQUIREMENTS FOR COVERAGES AND LIMITS

The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. None of the policies or coverage required by this section shall be subject to a deductible or self-insured retained limit of more than $10,000 unless first approved in writing by the City Contracting Department.

A. General Liability Insurance 2 121 EXHIBIT A CITY OF TACOMA INSURANCE REQUIREMENTS

1. Commercial General Liability (CGL) Insurance The CGL insurance policy must provide limits not less than $1,000,000 each occurrence and $2,000,000 annual aggregate.

The CGL policy shall be written on an "occurrence", not "claims-made", basis and shall include the following coverage: a) Must use (Insurance Services Office (ISO) form CG0001(04-13) or its equivalent). b) A per project aggregate policy limit. c) Products Hazard/Completed Operations- for a period of one year following final acceptance of the work. d) Personal/Advertising Injury. e) Contractual Liability. f) Explosion, Collapse, or Underground Property Damage. g) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds). h) If Contractor is performing work within 50 feet of a railroad right of way, the General Liability policy shall be endorsed to eliminate the Contractual Liability exclusion pertaining to work within 50 feet of a railroad right of way using ISO form CG2417(10-01) or equivalent. i) Abuse & Molestation, by a separate coverage part or an endorsement to the CGL, with limits not less than $1,000,000 each occurrence & $2,000,000 aggregate for Contractors working directly with youth under the age of 18. If Abuse & Molestation coverage is provided on a “claims-made” basis, coverage must be maintained for not less than three years following the end of the contract. This may be done by policy renewals or an Extended Reporting Period Endorsement. j) Include the City as additional insured and: 1. Use ISO forms CG2010(04-13) and CG2037(04-13) or equivalent for Contractors performing work on behalf of the City and name the City as an additional insured for ongoing and completed operations. 2. Use ISO form CG2012(04-13) or equivalent for Permits and name the City as an additional insured. 3. Use ISO form CG2026(04-13) or equivalent for Facility Use Agreements and name the City as an additional insured. 4. Blanket additional insured provisions within a policy form will be accepted in lieu of the specific additional insured endorsement forms specified herein. However, a blanket additional insured endorsement shall provide the equivalent coverage provided by specific additional insured endorsements specified herein

B. Workers' Compensation

122 EXHIBIT A CITY OF TACOMA INSURANCE REQUIREMENTS

State of Washington Workers’ Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington.

C. Employers’ Liability (EL) (Stop-Gap) Insurance The Contractor shall maintain EL coverage with limits not less than $1,000,000 each employee, $1,000,000 each accident, and $1,000,000 policy limit.

D. Excess or Umbrella Liability (UL) Insurance The Contractor shall provide Excess or UL coverage at limits of not less than $5,000,000 per occurrence and in the aggregate. This Excess or UL coverage shall apply, at a minimum, to the CGL, EL and Automobile Liability forms required herein.

E. Pollution Liability (PL) Insurance The Contractor shall procure and maintain a PL or Environmental Liability policy providing coverage, including investigation and defense costs, for bodily injury and property damage, including loss of use of damaged property or of property that has been physically damaged or destroyed. Such coverage shall provide both on-site and off-site cleanup costs and cover gradual and sudden pollution, and include in its scope of coverage the City damage claims for loss arising out of the Contractor’s work with limits not less than $1,000,000 each occurrence and $2,000,000 aggregate. This policy shall include Environmental Resource Damage coverage.

Such insurance may be provided on an “occurrence” or “claims-made” basis. If such coverage is provided on a “claims-made” basis, the following additional conditions must be met: 1. The policy shall not exclude coverage for Hazardous Substance Removal. 2. The policy must contain no retroactive date, or the retroactive date must precede the commencement date of this contract. 3. If provided on a “claims-made” basis and the insurer providing coverage changes during the term of the contract, the prior acts date must remain on or before the commencement date of this contract. 4. The extended reporting period (tail) must be purchased to cover a minimum of six years beyond completion of work.

F. Garage Keepers Legal Liability (GKLL) Insurance The Contractor shall provide GKLL Coverage, including Physical Damage Coverage (section III, ISO policy form CA00 05 03 10 or a more recent form) for all vehicles and/or equipment owned by the City while in the care, custody, or control of the Contractor/Vendor. A minimum policy limit of $1,000,000 per vehicle and $5,000,000 per occurrence shall be maintained with a maximum deductible of $2,500 (see Risk Manager). The Contractor shall be responsible for paying the deductible for the applicable coverage.

G. Inland Marine (Cargo) Insurance Coverage shall protect the property from all risk of injury, and coverage shall be in an amount of the full replacement cost of the property, with no coinsurance exposure. Any applicable 123 4 EXHIBIT A CITY OF TACOMA INSURANCE REQUIREMENTS

deductible shall not exceed $5,000.

H. Other Insurance Other insurance as may be deemed appropriate to cover the specified risk and exposure arising from the scope of work or changes to the scope of work required by the City. The costs of such necessary and appropriate insurance coverage shall be borne by the Contractor.

5 124 EXHIBIT A CITY OF TACOMA INSURANCE REQUIREMENTS

I. GENERAL REQUIREMENTS

a) The City of Tacoma (the City) reserves the right to approve or reject the insurance provided based upon the insurer (including financial condition), terms and coverage, the Certificate of Insurance (COI), and/or endorsements. The insurance must be provided by an insurer with a rating of (A-) VII or higher in the A.M. Best's Key Rating Guide (http://www.ambest.com/home/default.aspx), and pursuant to RCW 48, licensed to do business in the State of Washington (or issued as a surplus line by a Washington Surplus Lines broker).

b) The Contractor shall keep this insurance in force during the entire term of the contract and for thirty (30) calendar days after completion of all work required by the Contract, unless otherwise provided herein.

c) The liability insurance policies required by this section shall: 1. Contain a "severability of insureds," "separation of interest," or "cross liability" provision. 2. Be primary and non-contributory insurance to any insurance coverage or self- insurance program the City may maintain. 3. Contain a Waiver of Subrogation clause in favor of the City. 4. Other than professional liability, reflect coverage on an “occurrence”, not “claims- made” policy form.

d) The Contractor shall provide the City notice of any cancellation or non-renewal of this required insurance within 30 calendar days.

e) The Contractor shall forward to the City, a full and certified copy of the insurance policy(s) and endorsements required by this section upon the City’s request.

f) The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the City.

g) Failure on the part of the Contractor to obtain and maintain the insurance as required by this section shall constitute a material breach of the Contract, upon which the City may, after giving five business day notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith; with any sums so expended to be repaid to the City by the Contractor upon demand, or at the sole discretion of the City, offset against funds due the Contractor from the City.

h) All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made by the City to the Contractor.

i) For all liability insurance policies required by this Section, the City, including its officers, elected officials, employees, agents, and volunteers, and any other entities as required by the Contract, shall be named as additional insured(s) by amendatory endorsement, EXCEPT Professional Liability (if applicable), Workers Compensation, Owners and Contractors Protective Liability, and Railroad Protective Liability. 1 125 EXHIBIT A CITY OF TACOMA INSURANCE REQUIREMENTS

deductible shall not exceed $5,000.

H. Other Insurance Other insurance as may be deemed appropriate to cover the specified risk and exposure arising from the scope of work or changes to the scope of work required by the City. The costs of such necessary and appropriate insurance coverage shall be borne by the Contractor.

5 126 CITY OF TACOMA STANDARD TERMS AND CONDITIONS GOVERNS BOTH GOODS AND SERVICES AS APPLICABLE

In the event of an award by the City, these Terms and Conditions stated herein, Additional Contract Documents if issued, Solicitation if issued, Purchase Orders if issued by City, and Supplier's Submittal, if provided, shall constitute the Contract between City and Supplier for the acquisition of goods, including materials, supplies, and equipment or for the provision of services and deliverables.

Said documents represent the entire Contract between the parties and supersede any prior oral statements, discussions, or understandings between the parties, and/or subsequent Supplier invoices. No modification of the Contract shall be effective unless mutually agreed in writing.

The specific terms and conditions of any Solicitation (Specification, Request for Bids, Request for Proposals, Requests for Qualifications, Requests for Quotations, Request for Information, bid documents, request to enter into negotiations, or other form of solicitation issued by City, including any general, special, or technical provisions associated with such Solicitations) are incorporated herein by reference and supersede these Terms and Conditions where there is conflict or inconsistency.

In the event Additional Contract Documents are negotiated and agreed to in writing between Supplier and City, the specific terms of such Additional Contract Documents are incorporated herein by reference and supersede all other terms and conditions where there is conflict or inconsistency.

These Terms and Conditions, Additional Contract Documents if issued, Solicitation if issued, City purchase order if issued, are controlling over Supplier's Submittal if a Submittal is provided. Submittals if provided are incorporated herein by reference. 1.1 SUPPLIER I CONTRACTOR As used herein, "Supplier" or "Contractor" shall be the Supplier(s) entering a Contract with City, whether designated as a Supplier, Contractor, Vendor, Proposer, Bidder, Respondent, Seller, Merchant, Service Provider, or otherwise. 1.2 SUBMITTAL Submittal means Bids, Proposals, Quotes, Qualifications or other information, content, records or documents submitted in response to a City Solicitation. 1.3 FORMS OF SUBMITTAL Unless stated otherwise, all submittals must be in SAP Ariba and submitted exactly as specified or directed, and all required forms must be used. 1.4 COSTS TO PREPARE SUBMITTAL The City is not liable for any costs incurred by Supplier for the preparation of materials or a Submittal provided in response to a solicitation, conducting presentations to the City, or any other activities related to responding to the City's Solicitation. 1.5 LICENSESIPERMITS A. Suppliers must have a Washington state business license at the time of Submittal and throughout the term of the Contract. Failure to include a Washington state business license may be grounds for rejection of the Submittal. Information regarding Washington state business licenses may be obtained at http://bls.dor.wa.gov. B. Upon award, it is the responsibility of the Supplier to register with the City of Tacoma's Tax and License Division, 733 South Market Street, Room 21, Tacoma, WA 98402-3768, 253-591-5252, https://www.cityoftacoma.org/government/city_departments/finance/tax_and_license/. Supplier shall obtain a business license as is required by Tacoma Municipal Code Subtitle 6C.20. C. During the term of the Contract, Supplier, at its expense, shall obtain and keep in force any and all necessary licenses and permits.

Standard Terms & Conditions, Form No. SPEC-190A Page 1 of 13 127 Rev.: 05/19/17 1.6 PUBLIC DISCLOSURE: PROPRIETARY OR CONFIDENTIAL INFORMATION A. Supplier Submittals, all documents and records comprising the Contract, and all other documents and records provided to the City by Supplier are deemed public records subject to disclosure under the Washington State Public Records Act, Chapter 42.56 RCW (Public Records Act). Thus, City may be required, upon request, to disclose the Contract and documents or records related to it unless an exemption under the Public Records Act or other laws applies. In the event CITY receives a request for such disclosure, determines in its legal judgment that no applicable exemption to disclosure applies, and Supplier has complied with the requirements to mark records considered confidential or proprietary as such requirements are stated below, City agrees to provide Supplier 10 days written notice of impending release. Should legal action thereafter be initiated by Supplier to enjoin or otherwise prevent such release, all expense of any such litigation shall be borne by Supplier, including any damages, attorneys' fees or costs awarded by reason of having opposed disclosure. City shall not be liable for any release where notice was provided and Supplier took no action to oppose the release of information. B. If Supplier provides City with records or information that Supplier considers confidential or proprietary, Supplier must mark all applicable pages or sections of said record(s) as "Confidential" or "Proprietary." Further, in the case of records or information submitted in response to a Request for Proposals, an index must be provided indicating the affected pages or sections and locations of all such material identified Confidential or Proprietary. Information not included in the required index will not be reviewed for confidentiality or as proprietary before release. If Supplier fails to so mark or index Submittals and related records, then the City, upon request, may release said record(s) without the need to satisfy the requirements of subsection A above; and Supplier expressly waives its right to allege any kind of civil action or claim against the City pertaining to the release of said record(s). C. Submission of materials in response to City's Solicitation shall constitute assent by Supplier to the foregoing procedure and Supplier shall have no claim against the City on account of actions taken pursuant to such procedure. 1.7 SUSTAINABILITY A. The City has interest in measures used by its contractors to ensure sustainable operations with minimal adverse impact on the environment. The City seeks to do business with vendors that value community and environmental stewardship that help us meet our sustainable purchasing goals. B. The City encourages the use of environmentally preferable products or services that help to minimize the environmental and human health impacts of City operations. Suppliers are encouraged to incorporate environmentally preferable products or services into Submittals wherever possible. "Environmentally preferable" means products or services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance, or disposal of the product or service. C. Environmental Standards. The City seeks to ensure that all purchases comply with current environmental standards and product specifications. Where appropriate, third party independent certifiers such as Green Seal and USEPA Standards shall be a minimum specification for products to the City, unless specified otherwise herein. D. The City encourages the use of sustainability practices and desires any awarded Suppliers to assist in efforts to address such factors when feasible for: 1. Pollutant releases 2. Toxicity of materials used 3. Waste generation 4. Greenhouse gas emissions, including transportation of materials and services 5. Recycle content 6. Energy consumption 7. Depletion of natural resources 8. Potential impact on human health and the environment

Standard Terms & Conditions, Form No. SPEC-190A Page 2 of 13 128 Rev.: 05/19/17 1.8 ALTERATIONS NOT ALLOWED Except as otherwise specifically provided in a Solicitation, Submittals that are incomplete or conditioned in any way, contain erasures, alternatives or items not called for, or not in conformity with law, may be rejected as being non-responsive. Any attempt to condition a Submittal by inserting exceptions to the Solicitation or any conditions, qualifications or additions that vary its terms may result in rejection of the Submittal. The City may reject any submittal containing a material deviation from the Solicitation. 1.9 CORRECTION OF AMBIGUITIES AND OBVIOUS ERRORS A. The City reserves the right to correct obvious errors in Supplier's Submittal. In this regard, if the unit price does not compute to the extended total price, the unit price shall govern. B. Supplier shall notify the City of Tacoma Procurement and Payables Division in writing of any ambiguity, conflict, discrepancy, omission or other error in a Solicitation no later than five business days prior to the submittal deadline. 1. For solicitations conducted in SAP Ariba, Supplier shall notify the City of Tacoma Procurement and Payables Division on the message board of the event. 2. For all other solicitations, Supplier shall notify the contract person listed in the Solicitation. C. The City will make necessary modifications by addendum. D. Supplier is responsible for identifying ambiguities, conflicts, discrepancies, omissions or other errors in the Solicitation prior to providing its Submittal or the ambiguity, conflict, discrepancy, omission, or other error is waived. Any Submittal that includes assumed clarifications and/or corrections without the required authentication of the same is subject to rejection. 1.10 WARRANTIESIGUARANTEE A. Suppliers warrant that all items, including services, as applicable: 1. Are merchantable. 2. Comply with the City's latest drawings and specifications. 3. Are fit for the City's intended use. 4. Will be performed according to the skill and care required by customarily accepted good practices and procedures followed by service providers rendering the same or similar type of service. 5. Are new and unused unless otherwise stated. 6. Comply with all applicable safety and health standards established for such products by the Occupational Safety and Health Administration (OSHA), Washington Industrial Safety and Health Act (WISHA) and/or Consumer Products Safety Act (CPSA), and all other applicable state and federal laws or agency regulations. 7. Are properly packaged and contain appropriate instructions or warnings, including applicable MSDS sheets. 1.11 PATENTS, TRADEMARKS AND COPYRIGHTS Suppliers warrant that equipment and/or materials furnished, including software, do not infringe on any patent, trademark or copyright, and agree to indemnify, defend and hold harmless, the City in the event of any infringement or claim thereof. 1.12 DELIVERY OF SUBMITTALS TO THE CITY'S PROCUREMENT AND PAYABLES DIVISION A. Submittal packages must be received by the City's Procurement and Payables Division in SAP Ariba (unless another form of delivery is stated), prior to the scheduled time and date stated in the Solicitation. B. Supplier is solely responsible for timely delivery of its Submittal. C. Submittals received after the time stated in the solicitation will not be accepted. D. For purposes of determining whether a Submittal has been timely received in SAP Ariba, the City's Procurement and Payables Division will rely on the submittal clock in SAP Ariba.

Standard Terms & Conditions, Form No. SPEC-190A Page 3 of 13 129 Rev.: 05/19/17 1.13 SUBMITTAL IS NON-COLLUSIVE Supplier acknowledges that by its delivery of a Submittal to the City in response to a Solicitation, it represents that the prices in such Submittal are neither directly nor indirectly the result of any formal or informal agreement with another Supplier. 1.14 PARTNERSHIPS The City will allow firms to partner in order to respond to a Solicitation. Multiple suppliers may team under a Prime Supplier's Submittal in order to provide responses to all sections in a single submission; however, each Supplier's participation must be clearly delineated by section. The Prime Supplier will be considered the responding vendor and the responsible party at contract award. All contract negotiations will be conducted only with the Prime Supplier. All contract payments will be made only to the Prime Supplier. Any agreements between the Prime Supplier and other companies will not be a part of the Contract between the City and the Prime Supplier. The City reserves the right to select more than one Prime Supplier. 1.15 WITHDRAWAL OF SUBMITTALS A. Prior to Submittal Deadline. Submittals may be withdrawn (including in SAP Ariba) prior to the scheduled submittal deadline. B. After Submittal Deadline. No Submittal can be withdrawn after having been opened before the actual award of the contract, unless the award is delayed more than 90 calendar days beyond the date of opening. If a delay of more than 90 calendar days does occur, Supplier must submit written notice to the City purchasing manager that Supplier is withdrawing its submittal. 1.16 ACCEPTANCE OF SUBMITTALS A. If the solicitation announcement so states, submittals, unless previously withdrawn, will be read aloud, irrespective of any irregularities or informalities in such submittal, at the time and place specified in the solicitation announcement. B. All submittals must remain open for acceptance by the City for a period of at least 90 calendar days from the submittal deadline. 1.17 RIGHT TO REJECT A. The City of Tacoma reserves the right to reject any and all submittals, waive minor deviations or informalities, supplement, amend, reduce or otherwise modify the scope of work or cancel the solicitation, and if necessary, call for new submittals. 1.18 RESERVED RIGHTS A. By providing a submittal in response to a City solicitation, Supplier acknowledges and consents to the below City rights and conditions. With regard to this procurement process, the City reserves, holds without limitation, and may exercise, at its sole discretion, the following rights and conditions: 1. To terminate the procurement process or decide not to award a contract as a result thereof by written notice to the Suppliers for any reason whatsoever with or without substitution of another solicitation. 2. To waive any defect, technicality, or any other minor informality or irregularity in any submittal, or any other response from Suppliers. 3. To issue addenda for any purpose including: a. To make minor or major changes or alterations to the evaluation, selection and/or performance schedule(s) for any events associated with a procurement. b. To supplement, amend, reduce, cancel, or otherwise modify a Solicitation, including but not limited to modifications to the description of services and/or products contained in the solicitation, by omitting services/products and/or including services/products. 4. To request clarifications, additional information, and/or revised Submittals from one or more Suppliers. 5. To conduct investigations with respect to the qualifications and experience of Supplier(s), including inspection of facilities and to request additional evidence to support any such information.

Standard Terms & Conditions, Form No. SPEC-190A Page 4 of 13 130 Rev.: 05/19/17 6. To eliminate any Supplier that submits an incomplete or inadequate response, or is non- responsive to the requirements of a Solicitation, or is otherwise deemed to be unqualified during any stage of the procurement process. 7. To select and interview a single finalist or multiple finalists to further the City's evaluation of Submittals provided in response to a Solicitation. The City may, in its sole and exclusive discretion as to what is in the City's best interest, elect not to conduct interviews of any or all Suppliers in connection with a solicitation process. 8. Except in the case of Requests for Bids, to negotiate any rate/fee offered by a Supplier. The City shall have the sole right to make the final rate/fee offer during contract negotiations. If the selected Supplier does not accept the City's final offer, the City may, in its sole discretion discontinue contract negotiations and commence negotiations with another Supplier, except as otherwise provided in Chapter 39.80, RCW. 9. To select and enter into a Contract with one or more Suppliers whose Submittal best satisfies the interests of the City and is most responsive, in the sole judgment of the City, to the requirements of a Solicitation. 10. To award by line item or group of line items. 11. To not award one or more items. 12. To issue additional or subsequent solicitations. 13. To seek partnerships between one or more Suppliers. 14. Request additional related products and services from the selected Supplier(s) as necessary throughout the term of the Contract. 15. Negotiate costs or fees in the event of new legislation or regulatory changes, or issuance of related compliance guidance, technology enhancements, and innovative solutions. 16. In the event the City receives questions concerning a Solicitation from one or more Suppliers prior to the deadline for response, the City reserves the right to provide such questions, and the City's responses, if any, to all Suppliers. 17. If an award is made and, prior to entering into a contract, subsequent information indicates that such award is not in the best interest of the City, the City may rescind the award without prior notice to Supplier and either award to another Supplier or reject all submittals or cancel this solicitation. 18. To cancel award of a contract at any time before execution of the Contract by both parties if cancellation is deemed to be in the City's best interest. In providing a submittal, Suppliers agree that the City is not liable for any costs or damages for the cancellation of an award. Supplier assumes the sole risk and responsibility for all expenses connected with the preparation of its submittal. 19. To add additional City departments or divisions to the Contract or develop a separate Contract with the Supplier subject to all terms, conditions and pricing of the original Contract 20. To take any other action affecting a Solicitation or a procurement process that is determined to be in the City's best interests. 1.19 SUBMITTAL CLARIFICATION Suppliers may be asked to clarify their Submittal. This action shall not be construed as negotiations or any indication of intentions to award. If called upon, Supplier must respond to such requests within two business days or the timeframe set forth by the City in its request for clarification. Supplier's failure to respond to such a request may result in rejection of its Submittal. 1.20 EVALUATION OF SUBMITTALS A. The City of Tacoma reserves the right to award to the lowest and best responsible Supplier(s) delivering a Submittal in compliance with the Solicitation, provided such Submittals are reasonable and are in the best interest of the City to accept. The City may use a number of criteria for determining award, including evaluation factors set forth in Municipal Code Section 1.06.262. Suppliers who are inexperienced or who fail to properly perform other contracts may have their submittal rejected for such cause.

Standard Terms & Conditions, Form No. SPEC-190A Page 5 of131 13 Rev.: 05/19/17 1. Evaluation Factors. In addition to the factors set forth in Municipal Code Section 1.06.262, the following may be used by the City in determining the lowest and best responsible Submittal: a. Compliance with a Solicitation and with applicable City requirements, including by not limited to, the City's Ethics Code and its Small Business Enterprise and Local Employment and Apprenticeship programs. b. Submittal prices, listed separately if requested, as well as a lump sum total (if the unit price does not compute to the extended total price, the unit price shall govern). c. The total cost to the City, including all applicable taxes, may be the basis for contract award. d. Time of delivery and/or completion of performance (delivery date(s) offered). e. Warranty terms. f. Quality of performance of previous contracts or services, including safety requirements and past compliance with the City's Ethics Code. g. Previous and existing compliance with laws and ordinances relating to contracts or services. h. Sufficiency of financial resources. i. Quality, availability, and adaptability of the supplies or services to the particular use required. j. Ability to provide future maintenance and service on a timely basis. k. Location of nearest factory authorized warranty repair facility or parts dealership. l. Ability, capacity, experience, stability, reputation, integrity, character, judgment, technical qualifications, and skill to perform the contract or provide the services required. 2. Cash Discount. Payment discount periods of 20 calendar days or more, if offered in the submittal, will be considered in determining the apparent lowest responsible submittal. Discounts will be analyzed in context of their overall cumulative effect. 3. All other elements or factors, whether or not specifically provided for in a Solicitation, which would affect the final cost to, and the benefits to be derived by, the City, may be considered in determining the award of a Contract. The final award decision will be based on the best interests of the City. 1.21 CONTRACT OBLIGATION A. The Submittal contents of the successful Supplier will become contractual obligations if a Contract ensues. B. In the event the City of Tacoma determines to award a Contract, the selected Supplier(s) may be requested to execute Additional Contract Documents. C. Supplier shall register with the City of Tacoma on the SAP Ariba Network and be enabled for transactions upon request by the City. D. Suppliers may propose amendments to City's Contract documents or to these Terms and Conditions, but the City retains the right to accept or reject proposed amendments. E. No costs chargeable for work under the proposed Contract may be incurred before mutual acceptance and execution as directed. 1.22 AWARD The City reserves the right to award Contracts for any or all items to one or more Suppliers in the best interests of the City. 1.23 SUPPLIER'S REFUSAL TO ENTER INTO CONTRACT Any Supplier who refuses to enter into a Contract after it has been awarded to the Supplier will be in breach of the agreement to enter the Contract, and Supplier's certified or cashier's check or bid bond, if any, shall be forfeited. 1.24 LEGAL HOLIDAYS A. The City of Tacoma observes the following holidays, which shall apply to performance of all contracts:

New Year's Day January 1 Martin Luther King's Birthday 3rd Monday in January Washington's Birthday 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in September

Standard Terms & Conditions, Form No. SPEC-190A Page 6 of132 13 Rev.: 05/19/17 Veteran's Day November 11 Thanksgiving Day 4th Thursday of November Day after Thanksgiving 4th Friday of November Christmas Day December 25 B. When any of these holidays occur on Saturday or Sunday, the preceding Friday or the following Monday, respectively, is a legal holiday for the City of Tacoma. 1.25 CONTRACT TERM All services shall be satisfactorily completed and all deliverables provided by the termination date stated, and the Contract shall expire on said date unless mutually extended in writing by the parties. 1.26 EXTENSION OF CONTRACT Contracts shall be subject to extension at City's sole discretion. 1.27 TERMINATION AND SUSPENSION A. Supplies. The City reserves the right to terminate a Contract at any time upon prior written notice to Supplier. Upon the effective date of termination specified in such notice, and payment by the City, all conforming supplies, materials, or equipment previously furnished hereunder shall become its property. B. Services. The City may terminate a Contract at any time, with or without cause, by giving 10 business days written notice to Supplier. In the event of termination, all finished and unfinished work prepared by Supplier pursuant to the Contract shall be provided to the City. In the event City terminates the Contract due to the City's own reasons and without cause due to Supplier's actions or omissions, the City shall pay Supplier the amount due for actual work and services necessarily performed under the Contract up to the effective date of termination, not to exceed the total compensation set forth in the Contract. C. Suspension. For either services or supplies, the City may suspend a Contract, at its sole discretion, upon three business days' written notice to Supplier. Such notice shall indicate the anticipated period of suspension. Any reimbursement for expenses incurred due to the suspension shall be limited to Supplier's actual expenses and shall be subject to verification. Supplier shall resume performance of services under the Contract without delay when the suspension period ends. D. Termination or suspension of a Contract by City shall not constitute a waiver of any claims or remaining rights the City may have against Supplier relative to performance under a Contract. 1.28 DEFAULTIBREACH In the event of material default or breach by Supplier on any of the conditions of a Contract, Supplier agrees that the City may, at its election, procure the goods or services from other sources, and may deduct from the unpaid balance due Supplier, or collect against the bond or security (if any), or may invoice and recover from Supplier all costs paid in excess of the price(s) set forth in the Contract. CHANGES A. Supplies. The City at any time by written change order or other form of written contract amendment may make reasonable changes in the place of delivery, installation, or inspection, the method of shipment or packing, identification and ancillary matters that Supplier may accommodate without substantial additional expense. B. Services. The City shall have the right to make changes within the general scope of services and/or deliverables upon execution in writing of a change order or other written form of contract amendment. If the changes will result in additional work effort by Supplier the City agrees to reasonably compensate Supplier for such additional effort up to the maximum amount specified in the Contract or as otherwise provided by Tacoma Municipal Code. Any new services accepted by the City may be added to the Contract and/or substituted for discontinued services. New services shall meet or exceed all requirements of original award. C. Expansion Clause. A Contract may be further expanded in writing to include other related services or products normally offered by Supplier, as long as the price of such additional services or products have a profit margin equal to or less than that in place at the time of original submittal. Such additions and prices will be established in writing. New items not meeting these criteria will not be added to the Contract. Supplier profit margins are not to increase as a result any such expansion. 1.29 SCOPE OF SERVICES Supplier agrees to diligently and completely perform the services required by a Contract.

Standard Terms & Conditions, Form No. SPEC-190A Page 7 of 13 133 Rev.: 05/19/17 1.30 SERVICES DO NOT INCLUDE PUBLIC WORK Unless otherwise stated, the services and/or work contracted for herein exclude public work and improvements as defined in RCW 39.04, as that statute may hereafter be amended. 1.31 PREVAILING WAGES A. If federal, state, local, or any applicable law requires Supplier to pay prevailing wages in connection with a Contract, and Supplier is so notified by the City, then Supplier shall pay applicable prevailing wages. B. If applicable, a Schedule of Prevailing Wage Rates for the locality or localities where the Contract will be performed is attached and made of part of the Contract by this reference. If prevailing wages do apply to the Contract, Supplier and its subcontractors shall: 1. Be bound by the provisions of Chapter 39.12 RCW, as amended, relating to prevailing wages and usual fringe benefits, 2. Ensure that no worker, laborer or mechanic employed in the performance of any part of the Contract shall be paid less than the prevailing rate of wage specified on that Schedule, and 3. Immediately upon award of the Contract, contact the Department of Labor and Industries, Prevailing Wages section, Olympia, Washington, to obtain full information, forms and procedures relating to these matters. Per such procedures, a Statement of Intent to Pay Prevailing Wages must be submitted by Contractor and its subcontractors to the City, in the manner requested by the City, prior to any payment by the City hereunder, and an Affidavit of Wages Paid must be received or verified by the City prior to final Contract payment. 1.32 CONTRACT PRICING A. Submitted prices shall include costs of submittal preparation, servicing of the account, all contractual requirements during contract period such as transportation, permits, insurance costs, bonds, labor, wages, materials, tools, components, equipment, and appurtenances necessary to complete the work, which shall conform to the best practice known to the trade in design, quality, material, and workmanship. B. Surcharges of any type will not be paid. C. If applicable, related additional products and corresponding services of benefit to the City not specifically required in a solicitation, but which Supplier offers to provide, may be included with the submittal. Supplier may request to add new products if the City approves them and Supplier can demonstrate the pricing is from the same pricing structure/profit margin. D. Unless specifically stated otherwise, only firm prices will be accepted and all prices shall remain firm during the term of a Contract. E. Price increases may at City's discretion be passed along during a contract period if the increase is mandated by statute. F. By submitting prices, Supplier warrants prices equal to or better than the equivalent prices, terms, and benefits offered by Supplier to any other government unit or commercial customer. G. Should Supplier, during the term of a Contract, enter into any other contract, agreement or arrangement that provides lower prices, more favorable terms or greater benefits to any other government unit or commercial customer, the Contract with the City shall thereupon be deemed amended to provide the same price or prices, terms and benefits to the City. This provision applies to comparable products and purchase volumes by the City that are not less than the purchase volumes of the government unit or commercial customer that has received the lower prices, greater benefits, or more favorable terms. H. If at any time during the term of the Contract, Supplier reduces prices to other buyers purchasing approximately the same quantities stated on the Contract, Supplier will immediately notify the City purchasing manager of such fact, and the price(s) for future orders under the Contract shall be reduced accordingly. I. The City is entitled to any promotional pricing during the Contract period. J. Price decreases shall be immediately passed on to the City. K. The City reserves the right to increase or decrease the quantities of any item awarded pursuant to the Contract and pay according to the unit prices quoted in the submittal with no adjustments for anticipated profit.

Standard Terms & Conditions, Form No. SPEC-190A Page 8 of 13 134 Rev.: 05/19/17 1.33 APPROVED EQUALS WHEN ALTERNATES ARE ALLOWED A. Unless an item is indicated as "no substitute," special brands, when named, are intended to describe the standard of quality, performance, or use desired. Equal items will be considered by the City, provided that Supplier specifies the brand and model, and provides all descriptive literature, independent test results, specification sheets, schematic drawings, photographs, product samples, local servicing, parts availability, etc., to enable the City to evaluate the proposed equal. Performance testing in the field may be required. B. The decision of the City as to what items are equal shall be final and conclusive. If the City elects to purchase a brand represented by Supplier to be an "equal," the City's acceptance of the item is conditioned on the City's inspection and testing after receipt. If, in the sole judgment of the City, the item is determined not to be an equal, the item shall be returned at Supplier's expense. C. When a brand name or level of quality is not stated in Supplier's submittal, it is understood Supplier's submittal shall exactly confirm with those required in the Contract. If more than one brand name is stated in a Solicitation, Supplier(s) must indicate the brand and model/part number to be supplied. 1.34 RISK OF LOSS, SHIPPING AND DELIVERY A. Shipping. Prices must be quoted FOB destination (the place of destination as defined in RCW 62A.2-319, as that statute may hereafter be amended), with freight prepaid and allowed (shipping costs included in unit prices), and risk of loss remaining with Supplier until delivery is tendered. B. Delivery. Delivery will be to the designated addresses set forth in a Solicitation or as otherwise stated in the Contract. Deliveries shall be between 9:00 a.m. and 3:30 p.m., Monday through Friday only, except Legal Holidays. Failure to make timely delivery shall be cause for termination of the contract or order and return of all or part of the items at Supplier's expense except in the case of . 1.35 DELIVERY OF PRODUCTS AND PROVISION OF SERVICES - IDLING PROHIBITED A. The City of Tacoma has a commitment to reduction of unnecessary fuel emissions and improving air quality by reducing unnecessary air pollution from idling vehicles. Limiting car and truck idling supports cleaner air, healthier work environments, the efficient use of city resources, the public's enjoyment of City properties and programs, conservation of natural resources, and good stewardship practices. B. Vehicles and/or diesel fuel trucks shall not idle at the time and location of the delivery to the City of Tacoma for more than three minutes. The City requires contractors to utilize practices that reduce fuel consumption and emission discharge, including turning off trucks and vehicles during delivery of products to the City. Exceptions to this requirement include when associated power is necessary to make a delivery or provide the service, when the engine is used to provide power to another device, and when a running engine is required for proper warm-up and cool-down of the engine. 1.36 PACKING SLIPS AND INVOICES A. Each invoice shall show City of Tacoma purchase order number, release number if applicable, quantity, unit of measure, item description, unit price and extended price for each line if applicable, services and deliverables provided if applicable. Line totals shall be summed to give a grand total to which sales tax shall be added, if applicable. 1. For transactions conducted in SAP Ariba, invoices shall be submitted through Ariba. 2. For invoices paid by ACH or by check, unless stated otherwise, invoices shall be electronically submitted by email with corresponding PO number listed in the subject line to [email protected]. 3. For invoices paid by credit card, invoices shall also display the last name of the cardholder and last four digits (only) of the card number (e.g., Jones/6311). Unless stated otherwise, invoices shall be electronically submitted by email with corresponding PO number listed in the subject line to (do not combine different POs into one invoice or charge) to [email protected]. B. Any terms, provisions or language in Supplier's invoice(s) that conflict with the terms of the Contract are superseded and shall not apply to the Contract unless expressly accepted in writing by the City. C. Packing slips and shipping notices shall be sent to the specific City Division or Department receiving the item(s) at the address stated in City's Solicitation or as otherwise stated in the Contract and include complete description of items, contents of items if crated or cased, quantity, shipping point, carrier, bill of lading number and City of Tacoma purchase order.

Standard Terms & Conditions, Form No. SPEC-190A Page 9 of135 13 Rev.: 05/19/17 D. Supplier shall package orders, preferably in environmental friendly packaging such as reduced packaging and recyclable packing materials. 1.37 PURCHASING The Washington State Interlocal Cooperation Act RCW 39.34 provides that other governmental agencies may purchase goods and services based on the Contract with the City in accordance with the terms and prices of the Contract if all parties are agreeable. Each public agency shall formulate a separate contract with Supplier, incorporating the terms and conditions of the Contract with the City of Tacoma. The City shall incur no liability in connection with such contracts or purchases by other public agencies thereunder. It will be Supplier's responsibility to inform such public agencies of the Contract with the City. Supplier shall invoice such public agencies as separate entities. 1.38 TAXES A. Unless otherwise stated, applicable federal, state, City, and local taxes shall be included in the submittal and in contract as indicated below. As used herein, the term "taxes" shall include any and all taxes, assessments, fees, charges, interest, penalties, and/or fines imposed by applicable laws and regulations in connection with the procurement of goods and/or services hereunder. 1. Federal Excise Tax. The City of Tacoma is exempt from federal excise tax. The City will furnish a Federal Excise Tax Exemption certificate, if required. If Supplier fails to include any applicable tax in its submittal, then Supplier shall be solely responsible for the payment of said tax. 2. State and Local Sales Tax. The City of Tacoma is subject to Washington state sales tax. It is Supplier's obligation to state the correct sales tax percentage and include the applicable Washington state, city and local sales tax as a separate line item(s) in the submittal. 3. City of Tacoma Business and Occupation Tax. It is Supplier's obligation to include City of Tacoma Business and Occupation tax in the unit and/or lump sum prices submitted; it shall not be shown separately on the submittal. Per Sub-Title 6A of the City of Tacoma Municipal Code, transactions with the City of Tacoma may be subject to the City's Business and Occupation Tax. B. Any or All Other Taxes. Any or all other taxes are the responsibility of Supplier unless otherwise required by law. Except for state sales tax, Supplier acknowledges that it is responsible for the payment of all taxes applicable to the Contract and Supplier agrees to comply with all applicable laws regarding the reporting of income, maintenance of records, and all other requirements and obligations imposed pursuant to applicable law. C. If the City is assessed, made liable, or responsible in any manner for taxes contrary to the provisions of the Contract, Supplier agrees to hold the City harmless from such costs, including attorney's fees. In the event Supplier fails to pay any taxes, assessments, penalties, or fees imposed by any governmental body, including a court of law, other than those taxes the City is required to pay, then Supplier authorizes the City to deduct and withhold or pay over to the appropriate governmental body those unpaid amounts upon demand by the governmental body. It is agreed that this provision shall apply to taxes and fees imposed by City ordinance. Any such payments shall be deducted from Supplier's total compensation. 1.39 COMPENSATION A. The City shall compensate Supplier in accordance with the Contract. Said compensation shall be the total compensation for Supplier's performance hereunder including, but not limited to, all work, services, deliverables, materials, supplies, equipment, subcontractor's fees and all reimbursable travel and miscellaneous or incidental expenses to be incurred by Supplier. Unless stated otherwise the total stated compensation may not be changed without a written change order or other form of contract amendment. B. Payment(s) made in accordance with the Contract shall fully compensate Supplier for all risk, loss, damages or expense of whatever nature, and acceptance of payment shall constitute a waiver of all claims submitted by Supplier. 1.40 PAYMENT TERMS A. Payment shall be made through the City's ordinary payment process, and shall be considered timely if made within 30 days of receipt of a properly completed invoice. All payments shall be subject to adjustment for any amounts, upon audit or otherwise, determined to have been improperly invoiced. The City may withhold payment to Supplier for any services or deliverables not performed as required hereunder until such time as Supplier modifies such services or deliverables to the satisfaction of the City.

Standard Terms & Conditions, Form No. SPEC-190A Page 10 of 13 136 Rev.: 05/19/17 B. Invoices will not be processed for payment, nor will the period of cash discount commence, until all invoiced items are received and satisfactory performance of the Contract has been attained. Upon CITY'S request, Supplier shall submit necessary and appropriate documentation, as determined by the CITY, for all invoiced services and deliverables. If an adjustment in payment is necessary due to damage or dispute, the cash discount period shall commence on the date final approval for payment is authorized. 1.41 PAYMENT METHOD - CREDIT CARD ACCEPTANCE - EFTIACH ACCEPTANCE A. Payment methods include: 1. Credit card. Tacoma's VISA procurement card program is supported by standard bank credit suppliers and requires that merchants abide by the VISA merchant operating rules. a. Suppliers must be PCI-DSS compliant (secure credit card data management) and federal FACTA (sensitive card data display) compliant. b. Suppliers must be set up by their card processing equipment provider (merchant acquirer) as a minimum of a Level II merchant with the ability to pass along tax, shipping and merchant references information. 2. Electronic Funds Transfer (EFT) by Automated Clearing House (ACH). 3. Check or other cash equivalent. B. The City's preferred method of payment is by Visa credit card (aka procurement card). Suppliers may be required to have the capability of accepting the City's authorized procurement card as a method of payment. The City of Tacoma will not accept price changes or pay additional fees when the procurement card is used. C. The City, in its sole discretion, will determine the method of payment for goods and/or services as part of the Contract. 1.42 NOTICES Unless otherwise specified, except for routine operational communications, which may be delivered personally or transmitted by electronic mail, all notices required by the Contract shall be in writing and shall be deemed to have been duly given if delivered personally or mailed first-class mail, postage prepaid, to Supplier's registered agent and to the applicable City department representative. 1.43 INDEPENDENT CONTRACTOR STATUS A. Supplier is considered an independent contractor who shall at all times perform his/her duties and responsibilities and carry out all services as an independent contractor and shall never represent or construe his/her status to be that of an agent or employee of the City, nor shall Supplier be eligible for any employee benefits. No payroll or employment taxes or contributions of any kind shall be withheld or paid by the City with respect to payments to Supplier. Supplier shall be solely responsible for all said payroll or employment taxes and/or contributions including, but not limited to, FICA, FUTA, federal income tax, state personal income tax, state tax and state unemployment insurance tax. If the City is assessed, made liable or responsible in any manner for such taxes or contributions, Supplier agrees to indemnify and hold the City harmless from all costs incurred, including attorney fees. B. Unless otherwise specified in writing, Supplier shall provide at its sole expense all materials, working space, and other necessities and instruments to perform its duties under the Contract. Supplier, at its sole expense, shall obtain and keep in force any and all applicable licenses, permits and tax certificates necessary to perform the Contract. 1.44 NONDISCRIMINATION Supplier agrees to take all steps necessary to comply with all federal, state, and City laws and policies regarding non-discrimination and equal employment opportunities. Supplier shall not discriminate in any employment action because of race, religion, color, national origin or ancestry, sex, gender identity, sexual orientation, age, marital status, familial status, or the presence of any sensory, mental, or physical handicap. In the event of non-compliance by Supplier with any of the non-discrimination provisions of the Contract, the City shall be deemed to have cause to terminate the Contract, in whole or in part.

Standard Terms & Conditions, Form No. SPEC-190A Page 11 of 13 137 Rev.: 05/19/17 1.45 FEDERAL, STATE, AND MUNICIPAL LAWS AND REGULATIONS Supplier shall comply with all federal, state, municipal, and/or local laws and regulations in the performance of all terms and conditions of the Contract. Supplier shall be solely responsible for all violations of the law from any cause in connection with its performance of work under the Contract. 1.46 REPORTS, RIGHT TO AUDIT, PERSONNEL A. Reports. Supplier shall, at such times and in such form as the City may reasonably require, furnish the City with periodic status reports pertaining to the services undertaken or goods provided pursuant to the Contract. B. Right to Audit. Upon City's request, Supplier shall make available to City all accounts, records and documents related to the scope of work for City's inspection, auditing, or evaluation during normal business hours as reasonably needed by City to assess performance, compliance and/or quality assurance under the Contract or in satisfaction of City's public disclosure obligations as applicable. C. Personnel. If before, during, or after the execution of a Contract, Supplier has represented or represents to the City that certain personnel would or will be responsible for performing services pursuant to the Contract, then Supplier is obligated to ensure that said personnel perform said Contract services to the maximum extent permitted by law. Substantial organizational or personnel changes within Supplier's firm are expected to be communicated to City immediately. Failure to do so could result in termination of the Contract. This provision shall only be waived by written authorization by the City, and on a case-by- case basis. 1.47 INSURANCE During the course and performance of a Contract, Supplier will provide proof and maintain the insurance coverage in the amounts and in the manner specified in the City of Tacoma Insurance Requirements as is applicable to the services, products, and deliverables provided under the Contract. The City of Tacoma Insurance Requirements document, if issued, is fully incorporated into the Contract by reference. 1.48 INDEMNIFICATION - HOLD HARMLESS A. Supplier agrees to indemnify, defend, and hold harmless the City of Tacoma, its officers, agents and employees, from and against any and all liability which may accrue to or be sustained by the City of Tacoma for any claim, suit or legal action made or brought against the City for the death of or injury to persons (including Supplier's or subcontractor's employees), or damage to property involving Supplier or subcontractor(s) and their employees or agents, or for any other cause arising out of and in connection with or incident to the performance of the Contract, except for injuries or damages caused by the sole negligence of the City. In this regard, Supplier recognizes it is waiving immunity under Industrial , Title 51 RCW. This indemnification includes attorney's fees and the cost of establishing the right to indemnification hereunder in favor of the City of Tacoma. By Supplier's acceptance of this order, he/she agrees that this subsection has been mutually negotiated. B. These indemnifications shall survive the termination of a Contract. 1.49 CONFLICT OF INTEREST No officer, employee, or agent of the City, nor any member of the immediate family of any such officer, employee or agent as defined by City ordinance, shall have any personal financial interest, direct or indirect, in a Contract, either in fact or in appearance. Supplier shall comply with all federal, state, and City conflict of interest laws, statutes, and regulations. Supplier represents that Supplier presently has no interest and shall not acquire any interest, direct or indirect, in the program to which the Contract pertains that would conflict in any manner or degree with the performance of Supplier's services and obligations hereunder. Supplier further covenants that, in performance of a Contract, no person having any such interest shall be employed. Supplier also agrees that its violation of the City's Code of Ethics contained in Chapter 1.46 of the Tacoma Municipal Code shall constitute a breach of Contract subjecting the Contract to termination. 1.50 CITY OWNERSHIP OF WORKIRIGHTS IN DATAIPUBLICATIONS A. To the extent that Supplier creates any work subject to the protections of the Copyright Act (Title 17 U.S.C.) in its performance of a Contract, Supplier agrees to the following: The work has been specially ordered and commissioned by the City. Supplier agrees that the work is a "work made for hire" for copyright purposes, with all copyrights in the work owned by City. To the extent that the work does not qualify as a work made for hire under applicable law, and to the extent that the work includes material subject to copyright, Supplier hereby assigns to City, its successors and assigns, all right, title and interest in and to the work, including but not limited to, all copyrights, patent, trade secret and other

Standard Terms & Conditions, Form No. SPEC-190A Page 12 of 13 138 Rev.: 05/19/17 proprietary rights, and all rights, title and interest in and to any inventions and designs embodied in the work or developed during the course of Supplier's creation of the work. B. Supplier shall be solely responsible for obtaining releases and/or licenses for the reproduction, distribution, creation of derivative works, performance, display, or other use of copyrighted materials. Should Supplier fail to obtain said releases and/or licenses, Supplier shall indemnify, defend, and hold harmless the City for any claim resulting there from. 1.51 DUTY OF CONFIDENTIALITY Supplier acknowledges that unauthorized disclosure of information or documentation concerning the Scope of Work hereunder may cause substantial economic loss or harm to the City. Except for disclosure of information and documents to Supplier's employees, agents, or subcontractors who have a substantial need to know such information in connection with Supplier's performance of obligations under the Contract, Supplier shall not without prior written authorization by the City allow the release, dissemination, distribution, sharing, or other publication or disclosure of information or documentation obtained, discovered, shared or produced pursuant to a Contract. 1.52 DISPUTE RESOLUTION In the event of a dispute pertaining to ta Contract, the parties agree to attempt to negotiate in good faith an acceptable resolution. If a resolution cannot be negotiated, then the parties agree to submit the dispute to voluntary non-binding mediation before pursuing other remedies. This provision does not limit the City's right to terminate. 1.53 GOVERNING LAW AND VENUE Washington law shall govern the interpretation of the Contract. The state or federal courts located in Pierce County Washington shall be the sole venue of any mediation, arbitration, or litigation arising out of the Contract. 1.54 ASSIGNMENT Supplier shall not assign, subcontract, delegate or transfer any obligation, interest or claim to or under the Contract without the prior written consent of the City. 1.55 WAIVER A waiver or failure by either party to enforce any provision of the contract shall not be construed as a continuing waiver of such provisions, nor shall the same constitute a waiver of any other provision of the Contract. 1.56 SEVERABILITY AND SURVIVAL If any term, condition or provision herein or incorporated by reference is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of the Contract, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of the Contract, shall survive termination of the Contract. 1.57 NO CITY LIABILITY Neither the City, its officials, staff, agents, employees, representatives, or consultants will be liable for any claims or damages resulting from any aspect of this procurement process. 1.58 SIGNATURES A signed copy of Submittals, Contract documents, including but not limited to contract amendments, contract exhibits, task orders, statements of work and other such Contract related documents, delivered by email or other means of electronic transmission including by using a third party service, which service is provided primarily for the electronic execution of electronic records, shall be deemed to have the same legal effect as delivery of an original signed copy.

Standard Terms & Conditions, Form No. SPEC-190A Page 13 of139 13 Rev.: 05/19/17 Tacoma Municipal Code

Chapter 1.07 SMALL BUSINESS ENTERPRISE

Sections: 1.07.010 Policy and purpose. 1.07.020 Definitions. 1.07.030 Discrimination prohibited. 1.07.040 Program administration. 1.07.050 Certification. 1.07.060 Program requirements. 1.07.070 Evaluation of submittals. 1.07.080 Contract compliance. 1.07.090 Program monitoring. 1.07.100 Enforcement. 1.07.110 Remedies. 1.07.120 Unlawful acts. 1.07.130 Severability. 1.07.140 Sunset and review of program. 1.07.010 Policy and purpose. It is the policy of the City of Tacoma that citizens be afforded an opportunity for full participation in our free enterprise system and that historically underutilized business enterprises shall have an equitable opportunity to participate in the performance of City contracts. The City finds that in its contracting for supplies, services and public works there has been historical underutilization of small businesses located in certain geographically and economically disfavored locations and that this underutilization has had a deleterious impact on the economic well-being of the City. The purpose of this chapter is to remedy the effects of such underutilization through use of reasonably achievable goals to increase opportunities for historically underutilized businesses to participate in City contracts. It is the goal of this chapter to facilitate a substantial procurement, education, and mentorship program designed to promote equitable participation by historically underutilized businesses in the provision of supplies, services, and public works to the City. It is not the purpose of this chapter to provide any person or entity with any right, privilege, or claim, not shared by the public, generally, and this chapter shall not be construed to do so. This chapter is adopted in accordance with Chapter 35.22 RCW and RCW 49.60.400. (Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.020 Definitions. Terms used in this chapter shall have the following meanings unless defined elsewhere in the Tacoma Municipal Code ("TMC"), or unless the context in which they are used clearly indicates a different meaning. A. "Affidavit of Small Business Enterprise Certification" means the fully completed, signed, and notarized affidavit that must be submitted with an application for SBE certification. Representations and certifications made by the applicant in this Affidavit are made under penalty of perjury and will be used and relied upon by City to verify SBE eligibility and compliance with SBE certification and documentation requirements. B. "Base Bid" means a Bid for Public Works to be performed or Supplies or Services to be furnished under a City Contract, including additives, alternates, deductives, excluding force accounts, and taxes collected separately pursuant to Washington Administrative Code ("WAC") 458-20-171. C. "Bid" means an offer submitted by a Respondent to furnish Supplies, Services, and/or Public Works in conformity with the Specifications and any other written terms and conditions included in a City request for such offer. D. "Bidder" means an entity or individual who submits a Bid, Proposal or Quote. See also "Respondent." E. "City" means all Departments, Divisions and agencies of the City of Tacoma. F. "Contract" means any type of legally binding agreement regardless of form or title that governs the terms and conditions for procurement of Public Works and Improvements and/or Non-Public Works and Improvements Supplies and Services. Contracts include the terms and conditions found in Specifications, Bidder or Respondent Submittals, and purchase orders issued by the City. A "Contract" as used in this chapter shall include an agreement between the City and a non-profit entity to perform construction-related services for Public Works. A "Contract" does not include: (1) awards made by the City with federal/state grant or City general funds monies to a non-profit entity where the City offers assistance, guidance, or supervision on a project or program, and the recipient of the grant awards uses the grant moneys to provide services to the

140 City Clerk’s Office 1-53 (Revised 12/2015) Tacoma Municipal Code community; (2) sales transactions where the City sells its personal or real property; (3) a loan transaction where the City is acting as a debtor or a creditor; (4) lease, franchise; (5) agreements to use City real property (such as Licenses, Permits and Easements) and, (6) banking and other financial or investment services. G. "Contractor" means any Person that presents a Submittal to the City, enters into a Contract with the City, and/or performs all or any part of a Contract awarded by the City, for the provision of Public Works, or Non-Public Works and Improvements, Supplies or Services. H. "Evaluated Bid" means a Bid that factors each Respondent's Base Bid including any alternates, deductive and additives selected by the City that will result in a weighed reduction based on that Respondent's percentage of SBE participation, as defined by formula set forth in this chapter or in the SBE Regulations adopted pursuant to this chapter. I. "Goals" means the annual level of participation by SBEs in City Contracts as established in this chapter, the SBE Regulations, or as necessary to comply with applicable federal and state nondiscrimination laws and regulations. Goals for individual Contracts may be adjusted as provided for in this chapter and shall not be construed as a minimum for any particular Contract or for any particular geographical area. J. "SBE Certified Business" (or "SBEs") means a business that meets the criteria set forth in Section 1.07.050 of this chapter and has been certified as meeting that criteria by the Community and Economic Development Department-SBE Program Coordinator. K. "SBE Program Coordinator" means the individual appointed, from time to time, by the City's Community and Economic Development Director to administer the SBE Regulations. L. "SBE Regulations" shall mean the written regulations and procedures adopted pursuant to this chapter for procurement of Supplies, Services and Public Works. M. "Lowest and Best Responsible Bidder" means the Bidder submitting the lowest Bid received that is within the range of acceptable bids, that also has the ability to timely perform the Contract bid upon considering such factors as financial resources, skills, quality of materials, past work record, and ability to comply with state, federal, and local requirements, including those set forth in the SBE Regulations. N. "Non-Public Works and Improvements" means all competitively solicited procurement of Supplies and/or Services by the City not solicited as Public Works. O. "Person" means individuals, companies, corporations, partnerships, associations, , any other legally recognized business entity, legal representative, trustee, or receivers. P. "Proposal" means a written offer to furnish Supplies or Services in response to a Request for Proposals. This term may be further defined in the Purchasing Policy Manual and/or in competitive solicitations issued by the City. Q. "Public Works (or "Public Works and Improvements)" means all work, construction, alteration, repair, or improvement other than ordinary maintenance, executed at the cost of the City, or that is by law a lien or charge on any property therein. This term includes all Supplies, materials, tools, and equipment to be furnished in accordance with the Contract for such work, construction, alteration, repair, or improvement. R. "Quote" means a competitively solicited written offer to furnish Supplies or Services by a method of procurement that is less formalized than a Bid or a Proposal. This term may be further defined in the Purchasing Policy Manual. S. "Respondent" means any entity or Person, other than a City employee, that provides a Submittal in response to a request for Bids, Request for Proposals, Request for Qualifications, request for quotes or other request for information, as such terms are defined in Section 1.06.251 TMC. This term includes any such entity or Person whether designated as a supplier, seller, vendor, proposer, Bidder, Contractor, consultant, merchant, or service provider that; (1) assumes a contractual responsibility to the City for provision of Supplies, Services, and/or Public Works; (2) is recognized by its industry as a provider of such Supplies, Services, and/or Public works; (3) has facilities similar to those commonly used by Persons engaged in the same or similar business; and/or (4) distributes, delivers, sells, or services a product or performs a Commercially Useful Function. T. "Services" means non-Public Works and Improvements services and includes professional services, personal services, and purchased services, as such terms are defined in Section 1.06.251 TMC and/or the City's Purchasing Policy Manual. U. "Submittal" means Bids, Proposals, Quotes, qualifications or other information submitted in response to requests for Bids, Requests for Proposals, Requests for Qualifications, requests for Quotations, or other City requests for information, as such terms are defined in Section 1.06.251 TMC. V. "Supplies" means materials, Supplies, and other products that are procured by the City through a competitive process for either Public Works procurement or Non-Public Works and Improvements procurement unless an approved waiver has been granted by the appropriate authority.

141 (Revised 12/2015) 1-54 City Clerk’s Office Tacoma Municipal Code

(Ord. 28274 Ex. A; passed Dec. 16, 2014: Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.030 Discrimination prohibited. A. No person that is engaged in the construction of public works for the City, engaged in the furnishing of laborers or craftspeople for public works of the City, or is engaged for compensation in the provision of non-public works and improvements supplies and/or services to the City, shall discriminate against any other person on the basis of race, religion, color, national origin or ancestry, sex, gender identity, sexual orientation, age, marital status, familial status, or the presence of any sensory, mental or physical disability in employment. Such discrimination includes the unfair treatment or denial of normal privileges to a person as manifested in employment upgrades, demotions, transfers, layoffs, termination, rates of pay, recruitment of employees, or advertisement for employment. B. The violation of the terms of RCW 49.60 or Chapter 1.29 TMC by any person that is engaged in the construction of public works for the City, is engaged in the furnishing of laborers or craftspeople for public works of the City, or is engaged for compensation in the provision of non-public works and improvements supplies and/or services shall result in the rebuttable presumption that the terms of this chapter have also been violated. Such violation may result in termination of any City contract the violator may have with the City and/or the violator's ineligibility for further City Contracts. (Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.040 Program administration. A. The Community and Economic Development Director, or his or her designated SBE Program Coordinator, shall be responsible for administering this chapter and obtaining compliance with respect to contracts entered into by the City and/or its contractors. It shall be the duty of the Director to pursue the objectives of this chapter by conference, conciliation, persuasion, investigation, or enforcement action, as may be necessary under the circumstances. The Director is authorized to implement an administrative and compliance program to meet these responsibilities and objectives. B. The Director is hereby authorized to adopt and to amend administrative rules and regulations known as the SBE Regulations to properly implement and administer the provisions of this chapter. The SBE Regulations shall be in conformance with City of Tacoma policies and state and federal laws and be designed to encourage achievement of the SBE goals set forth herein. The SBE Regulations shall become effective following public notice and an opportunity to comment by the public. C. The SBE Regulations adopted pursuant to this section are for the administrative and procedural guidance of the officers and employees of the City and are further expressions of the public policy of the City. The SBE Regulations, when adopted, shall not confer an independent cause of action or claim for relief cognizable in the courts of the state of Washington or the United States of America to any third parties, and such provisions shall not be used as the basis for a lawsuit in any court of competent jurisdiction challenging the award of any contract by the City. (Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 28110 Ex. B; passed Dec. 4, 2012: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.050 Certification. A. The SBE Program Coordinator shall approve a person as a SBE Certified Business if all of the following criteria are satisfied: 1. Each person with an ownership interest in the company has a personal net worth of less than $1,320,000 excluding one personal residence and the net worth of the business; 2. The company's total gross receipts for any consecutive three year period within the last six years is not more than $36,500,000 for public works companies and not more than $15,000,000 for non-public works and improvements companies; 3. The owner(s) of the company executes an Affidavit of Small Business Enterprise Certification and files it with the City which states that all information submitted on the SBE application is accurate, that the business has sought or intends to do business with the City and/or within the Pierce County area and has experienced or expects to experience difficulty competing for such business due to financial limitations that impair its ability to compete against larger firms; and 4. The company can demonstrate that it also meets at least one of the following additional requirements: a. The company's business offices, or the personal residence of the owner, is located within a City of Tacoma designated Renewal Community/Community Empowerment Zone, prior to designation as a SBE, or b. The company's business offices, or the personal residence of the owner, is located within the City of Tacoma for at least six months prior to designation as a SBE; or

142 City Clerk’s Office 1-55 (Revised 12/2015) Tacoma Municipal Code c. The company's business offices are located in a federally designated HUBZONE in Pierce County or any adjacent county for at least 12 months prior to designation as a SBE; or d. The company's business offices are located in a federally designated HUBZONE in a County wherein the work will be performed, or an adjacent county, for at least 12 months prior to designation as a SBE. B. Application Process. The SBE Program Coordinator shall make the initial determination regarding certification or recertification. Each SBE applicant shall provide the following documents; as such documents are more fully described in the SBE Regulations, to the SBE Program Coordinator: 1. A completed Statement of Personal Net Worth form; 2. A completed, signed, and notarized Affidavit of Small Business Enterprise Certification that affirms compliance with the certification and documentation requirements of this section; 3. List of equipment and vehicles used by the SBE; 4. Description of company structure and owners; 5. Such additional information as the SBE Program Coordinator or designee may require. When another governmental entity has an equivalent SBE classification process the City may enter into an interlocal cooperative agreement for mutual recognition of certifications. C. Recertification. A SBE qualified business shall demonstrate annually to the satisfaction of the SBE Program Coordinator that the following SBE qualifications are still in effect for such business: 1. That the company still meets all of the criteria set forth in subsection 1.07.050.A. TMC, and 2. That the company has maintained all applicable and necessary licenses in the intervening period, and 3. That the company demonstrates that the owner and/or designated employees have completed the minimum annual continuing business education training requirements set forth in the SBE Regulations. D. Appeals. The applicant may appeal any certification determination by the SBE Program Coordinator under this chapter to the Director. The appeal must be made in writing and must set forth the specific reasons for the appeal. The Director shall make a decision on the appeal request within a reasonable time, which decision shall be final unless further appeal is made to the Hearing Examiner. In that event, the Hearing Examiner Rules of Procedure for Hearings, Chapter 1.23 TMC, shall be applicable to that appeal proceeding. (Ord. 28274 Ex. A; passed Dec. 16, 2014: Ord. 28147 Ex. A; passed May 7, 2013: Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 28110 Ex. B; passed Dec. 4, 2012: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.060 Program requirements. A. Establishment of Annual SBE Goals. The SBE Regulations adopted pursuant to this chapter shall state reasonably achievable cumulative annual goals for utilization of SBEs in the provision of supplies, services, and public works procured by the City. Cumulative annual goals for the participation of SBEs in City contracts shall be based on the number of qualified SBEs operating within Pierce County or in a county that is adjacent to Pierce County or in a HUBZone in a county where the supplies, services and/or public works will be delivered or performed. The dollar value of all contracts awarded by the City to SBEs in the procurement of supplies, services, and public works shall be counted toward the accomplishment of the applicable SBE goal. The initial cumulative annual SBE goal for all public works, non-public works and improvements supplies and services procured by the City of Tacoma is 22 percent. B. Revision of Annual SBE Goals. SBE utilization goals for supplies, services, and public works shall be reviewed annually to determine the total level of SBE participation reasonably attainable. If no certified SBEs are available to provide supplies, services, and/or public works, the dollar value of such supplies, services, or public works shall be exempt from the calculation of the cumulative annual goals set forth in the SBE Regulations. Proposed reduction of the cumulative annual SBE goals shall be in accordance with the SBE Regulations. C. Application of SBE Goals to Contracts. The SBE Program Coordinator shall consult with City departments/divisions to establish the SBE goal for competitively solicited contracts of $25,000 and above, in accordance with this chapter and the SBE Regulations. No SBE goal will be established if no certified SBEs are available to provide supplies, services and/or public works. D. Waivers. City departments/divisions or the SBE Program Coordinator may request to waive one or more of the requirements of this chapter as they apply to a particular contract or contracts. Waivers may be granted in any one or more of the following circumstances:

143 (Revised 12/2015) 1-56 City Clerk’s Office Tacoma Municipal Code

1. Emergency: The supplies, services and/or public works must be provided with such immediacy that neither the City nor the contractor can comply with the requirements herein. Such emergency and waiver must be documented by the department/division awarding the contract. 2. Not Practicable: Compliance with the requirements of this chapter would impose an unwarranted economic burden or risk to the City after consideration of existing budgetary approvals. 3. Sole source: The supplies, services, and/or public works are available from only one source, and subcontracting possibilities do not reasonably exist as determined by the purchasing manager. 4. Government purchasing. The City is a party to or included in a federal, state or inter-local government purchasing agreement as approved by the finance purchasing manager. 5. Lack of SBEs: An insufficient number of qualified SBE contractors exist to create SBE utilization opportunities. 6. Best interests of the City: Waiver of SBE goals is in the best interests of the City due to unforeseen circumstances, provided that said circumstances are set forth in writing by the requestor. E. Review of Waivers. A waiver determination by the finance purchasing manager may be reviewed by the Board of Contracts and Awards (C&A Board). The C&A Board may also review a request to reduce or waive the SBE utilization goals based on Not Practicable or Best Interests of the City circumstances. The C&A Board shall determine whether compliance with such goals would impose unwarranted economic burden on, or risk to, the City of Tacoma as compared with the degree to which the purposes and policies of this chapter would be furthered by requiring compliance. If the determination of the C&A Board does not resolve the matter, a final determination shall be made by the City Council or Public Utility Board, as the case may be. (Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.070 Evaluation of submittals. A. All submittals for a supplies, services, or public works and improvements contract valued at $25,000 or more shall be evaluated for attainment of the SBE goal established for that contract in accordance with this chapter and the SBE Regulations. B. The determination of SBE usage and the calculation of SBE goal attainment per this section shall include the following considerations: 1. General. The dollar value of the contract awarded by the City to a SBE in the procurement of supplies, services, or public works shall be counted toward achievement of the SBE goal. 2. Supplies. A public works and improvements contractor may receive credit toward attainment of the SBE goal for expenditures for supplies obtained from a SBE; provided such SBE assumes the actual and contractual responsibility for delivering the supplies with its resources. The contractor may also receive credit toward attainment of the SBE goal for the amount of the commission paid to a SBE resulting from a supplies contract with the City; provided the SBE performs a commercially useful function in the process. 3. Services and Public Works subcontracts. Any bid by a certified SBE or a bidder that utilizes a certified SBE shall receive credit toward SBE goal attainment based on the percentage of SBE usage demonstrated in the bid. A contractor that utilizes a SBE-certified subcontractor to provide services or public works shall receive a credit toward the contractor's attainment of the SBE goal based on the value of the subcontract with that SBE. 4. Brokers, Fronts, or Similar Pass-Through Arrangements. SBEs acting as brokers, fronts, or similar pass-through arrangements (as such terms are defined in the SBE Regulations) shall not count toward SBE goal attainment unless the activity reflects normal industry practices and the broker performs a commercially useful function. C. Evaluation of competitively solicited submittals for public works and improvements and for services when a SBE utilization goal has been established for the contract to be awarded shall be as follows: 1. When contract award is based on price. The lowest priced bid submitted by a responsive and responsible bidder will be reviewed to determine if it meets the SBE goal. Such low bid shall be determined to meet the SBE goal if the bidder is a certified SBE. a. If the low bidder meets the SBE goal, the bid shall be presumed the lowest and best responsible bid for contract award.

144 City Clerk’s Office 1-57 (Revised 12/2015) Tacoma Municipal Code b. If the lowest priced bid does not meet the SBE goal, but the bid of any other responsive and responsible bidder does, and such other bid(s) is or are priced within five percent of the lowest bid, then the following formula shall be applied to each such other bid:

SBE Usage

Percentages (Base Bid) X (.05 X Low Base Bid) = Evaluated Bid SBE Goal Percentages

c. The lowest evaluated bid after applying said evaluation formula shall be presumed the lowest and best responsible bid for contract award. d. In no event shall a bidder's evaluated bid price be adjusted more than 5 percent from its base bid price for purposes of contract award. 2. When contract award is based on qualifications or other performance criteria in addition to price. Solicitations shall utilize a scoring system that promotes participation by certified SBEs. Submittals by respondents determined to be qualified may be further evaluated based on price using the formula applicable to price based contract awards above. The SBE Regulations may establish further requirements and procedures for final selection and contract award, including: a. Evaluation of solicitations for Architectural and Engineering (A&E) services; b. Evaluation and selection of submittals in response to requests for proposals; and c. Selection of contractors from pre-qualified roster(s). D. Evaluation of competitively solicited submittals for supplies when no SBE utilization goal has been established for the contract to be awarded shall encourage SBE participation as follows: 1. A submittal from a responsive certified SBE that is priced within five percent of the otherwise lowest responsive bid shall be recommended for award. Otherwise, the lowest responsive bidder shall be recommended for contract award. E. The SBE Regulations may establish further SBE goal evaluation requirements and procedures for award of contracts between $5,000 and $25,000.00 and for non-competitively solicited contracts. City departments/divisions shall use due diligence to encourage and obtain SBE participation for supplies, services, and public works contracts under $5,000. (Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.080 Contract compliance. A. The contractor awarded a contract based on SBE participation shall, during the term of the contract, comply with the SBE goal established in said contract. To ensure compliance with this requirement following contract award, the following provisions apply: 1. Any substitutions for or failure to utilize SBEs projected to be used must be approved in advance by the SBE Program Coordinator. Substitution of one SBE with another shall be allowed where there has been a refusal to execute necessary agreements by the original SBE, a default on agreements previously made or other reasonable excuse; provided that the substitution does not increase the dollar amount of the bid. 2. Where it is shown that no other SBE is available as a substitute and that failure to secure participation by the SBE identified in the solicitation is not the fault of the respondent, substitution with a non-SBE shall be allowed; provided, that, the substitution does not increase the dollar amount of the bid. 3. If the SBE Program Coordinator determines that the contractor has not reasonably and actively pursued the use of replacement SBE(s), such contractor shall be deemed to be in non-compliance. B. Record Keeping. All contracts shall require contractors to maintain relevant records and information necessary to document compliance with this chapter and the contractor's utilization of SBEs, and shall include the right of the City to inspect such records. (Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.090 Program monitoring. A. The SBE Program Coordinator shall monitor compliance with all provisions of this chapter and the SBE Regulations. The SBE Program Coordinator shall establish procedures to collect data and monitor the effect of the provisions of this chapter to assure, insofar as is practical, that the remedies set forth herein do not disproportionately favor one or more racial, gender, ethnic, or other protected groups, and that the remedies do not remain in effect beyond the point that they are required to

145 (Revised 12/2015) 1-58 City Clerk’s Office Tacoma Municipal Code eliminate the effects of under utilization in City contracting. The SBE Program Coordinator shall have the authority to obtain from City departments/divisions, respondents, and contractors such relevant records, documents, and other information as is reasonably necessary to determine compliance. B. The SBE Program Coordinator shall submit an annual report to the Community and Economic Development Director, Director of Utilities, and the City Manager detailing performance of the program. The report shall document SBE utilization levels, waivers, proposed modifications to the program, and such other matters as may be specified in the SBE Regulations. (Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 28110 Ex. B; passed Dec. 4, 2012: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.100 Enforcement. The Director, or his or her designee, may investigate the employment practices of contractors to determine whether or not the requirements of this chapter have been violated. Such investigation shall be conducted in accordance with the procedures established in the SBE Regulations. (Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 28110 Ex. B; passed Dec. 4, 2012: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.110 Remedies. A. Upon receipt of a determination of contractor violation by the SBE Program Coordinator, the City Manager or Director of Utilities, as appropriate, may take the following actions, singly or together, as appropriate: 1. Forfeit the contractor's bid bond and/or performance bond; 2. Publish notice of the contractor's noncompliance; 3. Cancel, terminate, or suspend the contractor's contract, or portion thereof; 4. Withhold funds due contractor until compliance is achieved; and/or 5. Recommend appropriate action including, but not limited to, disqualification of eligibility for future contract awards by the City (debarment) per Section 1.06.279 TMC; B. Prior to exercise of any of the foregoing remedies, the City shall provide written notice to the contractor specifying the violation and the City's intent to exercise such remedy or remedies. The notice shall provide that each specified remedy becomes effective within ten business days of receipt unless the contractor appeals said action to the Hearing Examiner pursuant to Chapter 1.23 TMC. C. When non-compliance with this chapter or the SBE Regulations has occurred, the SBE Program Coordinator and the department/division responsible for enforcement of the contract may allow continuation of the contract upon the contractor's development of a plan for compliance acceptable to the Director. (Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 28110 Ex. B; passed Dec. 4, 2012: Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.120 Unlawful acts. It shall be unlawful for any Person to willfully prevent or attempt to prevent, by intimidation, threats, coercion, or otherwise, any Person from complying with the provisions of this chapter. (Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.130 Severability. If any section of this chapter or its application to any Person or circumstance is held invalid by a court of competent jurisdiction, then the remaining sections of this chapter, or the application of the provisions to other Persons or circumstances, shall not be affected. (Ord. 27867 Ex. A; passed Dec. 15, 2009)

1.07.140 Sunset and review of program. This chapter shall be in effect through and until December 31, 2019, unless the City Council shall determine at an earlier date that the requirements of this chapter are no longer necessary. If this chapter has not been repealed by July 1, 2019, the City Council shall determine by the end of that year whether substantial effects or lack of opportunity of SBEs remain true in the relevant market and whether, and for how long, some or all of the requirements of this chapter should remain in effect. (Ord. 28274 Ex. A; passed Dec. 16, 2014: Ord. 28141 Ex. A; passed Mar. 26, 2013: Ord. 27867 Ex. A; passed Dec. 15, 2009)

146 City Clerk’s Office 1-59 (Revised 12/2015)