Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654 -2353

Howard Rattner Commissioner

City of New Rochelle New York

REQUEST FOR PROPOSAL SPEC #4850 ONE CUSTOM TILT - EXTENDED CAB STAINLESS STEEL / ALUMINUM RAISED ROOF PUMPER WITH 1500 GALLON PER MINUITE PUMP

Take note that the City of New Rochelle ("Purchaser") shall receive sealed proposals from qualified manufacturers for the furnishing of one custom tilt -cab 1,500 gallon-a-minute pumper.

The term "qualified manufacturers" used above pertains to the ability to complete the enclosed Bidder's Affidavit. Only Bidders who can comply with these specifications and return the Affidavit signed will be considered. FAILURE TO SIGN AND RETURN THIS AFFIDAVIT SHALL CAUSE IMMEDIATE REJECTION OF THE PROPOSAL.

NOTICE TO ALL PROSPECTIVE BIDDERS: A BIDDERS CONFERENCE WILL BE HELD ON:

DATE: April 22, 2010 TIME: 11:00 AM LOCATION: Fire Head Quarters Conference Room CALL: (914) 654-4343 To Confirm

PROPOSAL DUE DATE

Proposal will be accepted up until 3:00 pm May 25, 2010 in the Purchasing Office, City of New Rochelle City Hall, 515 North Avenue, New Rochelle, NY 10801 and mailed to the Attention of Mark Zulli, Risk/P urchasing Manager.

PLEASE SUBMIT YOUR ORIGINAL PROPOSAL, TWO PAPER COPIES AND ONE DIGITAL COPY (to include your proposal and exceptions [customer list, warranties, sales info, etc is not required on digital format]).

New Rochelle SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

TABLE OF CONTENTS SECTION SUBJECT PAGE

Award Criteria 4

Users List 15

Bidders Affidavit 18

Service Ability Form 21

Exhibit “A” 22

Additional Requirements 27

Bidders Information 32

1 I Intent 35

2 II General Requirements 35

3 III Support Components 38

4 IV Brakes 42

5 V Tires, Wheels 45

6 VI Steering 46

7 VII Engine 47

8 VIII Transmission and Drive Line 53

9 IX Fire Pump 54

10 X Booster Tank and Booster Equipment 69

11 XI Cab and Crew Cab 71

12 XII Body Components 84

13 XIII Electrical System 95

14 XIV Vehicle and Warning Lights 109

Page 2

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

15 XV Radios, Computer Wiring and Rearview Camera 117

16 XVI Painting, Finishing and Striping 120

17 XVII Accessories to be Furnished with each Apparatus 123

18 XVIII Warranty 126

19 XIX Engineering Inspection 129

20 XX Training 132

21 XXI Delivery Point 132

Page 3

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

AWARD CRITERIA

The award of a contract for the described equipment will be made by the City’s RFP Evaluation Committee and shall be based on the respondents qualifications, but not limited to the following: cost of equipment, references, knowledge and interpretation of the City’s needs, experience with similar projects, specification. Respondents may be required to make a presentation of their qualifications to the committee.

Proposals will be evaluated and scored on the basis of the following criteria:

A. Experience and Qualifications of the Proposer (maximum 40 points) Consideration will be given to the proposers demonstrating strong capabilities, experience and reputation in undertakings similar to those described in this RFP, and providing authoritative documentation of their financial soundness and stability. Similar experience will be understood to include providing similar equipment to major public and private sector corporations

B. Proposal Completion (maximum 20 points) Proposal responses will be evaluated on completeness, clarity/accuracy of the information requested, and proposal presentation.

C. Financial Terms (maximum 40 points) Consideration will be given to proposals that present the most cost effective procurement as determined by the City, meeting the specifications as detailed herein.

PROPRIETY INFORMATION

The New York State Freedom of Information Law, Public Officers Law, Article 6, provides for public access to information. Public Officers Law, Section 87(d)(2) provides for exceptions to disclosure for records or portions thereof that are “trade secrets or are submitted to an agency by a commercial enterprise or derived from information obtained from a commercial enterprise and which if disclosed would cause substantial injury to the competitive position of the subject enterprise.” Information that the proposer wishes to have treated as proprietary and confidential trade information should be identified and labeled “Confidential” or “Proprietary” on each page at the time of submittal. This information should include a written request to except it from disclosure, including a written statement of the reasons why the information should be excepted.

RIGHT TO REJECT PROPOSALS

The RFP does not commit the City to award a contract, pay any cost incurred in the preparation of a proposal in response to this RFP or to procure or contract for services. The City intends to award a contract on the basis of the best interest and advantage to the City, and reserves the right to accept or reject any or all proposals received as a result of this request, to negotiate with all qualified proposers or to cancel this RFP in part or in its entirety, if it is in the best interest of the City to do so.

Page 4

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

EQUAL OPPORTUNITY

The City of New Rochelle is a sponsor of Westchester Affirmative Action Equal Employment Agreement and strongly encourages all firms qualified and certified as Women/Minority Business Enterprises (W/MBE) to submit proposals. The awarded vendor shall make a good faith effort to ensure that W/MBE are given the maximum opportunity for any sub-contracts.

EXCEPTIONS

The specifications contained herein are to be considered the minimum acceptable descriptions of the product desired. Manufacturers may take exceptions to certain parts of some, but only if the exception is of equal or superior construction methods, or equal or superior name brand products. Where name brand products are mentioned, it is for the purpose of detailing the level of quality desired. Other name brand products may be substituted providing they are of equal or superior quality. The Purchaser shall be the sole judge as to whether or not the substitution offered is, in fact, equal or superior. Bidders who take exceptions must list their exceptions on a separate list, pointing out the page number and section where the exception is taken. TAKING COMPLETE EXCEPTION TO THESE SPECIFICATIONS SHALL CAUSE IMMEDIATE REJECTION OF THE PROPOSAL.

BIDDERS ARE REQUIRED TO RETURN THIS BID PACKAGE AS THEIR PROPOSAL. Failure to include same shall cause immediate rejection of the proposal. Proposals that contain any omissions, erasures, or alterations, or that contain additions or items not called for in the Bid Documents, or that contain irregularities of any kind, shall not be considered. All signatures shall be in writing, and no proposal shall be considered unless so signed.

AWARD-OF-CONTRACT

Upon submitting proposals bidders shall not withdraw or cancel such proposals, and all bid securities submitted with such proposals will be held by the Purchaser until all proposals submitted have been canvassed and award of contract made and executed. All bid securities submitted with proposals will then be returned to the respective unsuccessful Bidders.

The Bidder to whom the award is made shall, within fifteen (15) calendar days after receiving written notice of such award, execute a contract with said Purchaser, for the complete delivery of all materials, equipment and/or work specified therein and shall provide a Performance Bond for the faithful performance of such contract, unless otherwise specified in the agreement, with sureties whose financial standing is satisfactory to the Purchaser. The Bidder shall provide a copy of the contract with the proposal package.

Page 5

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

RESPONSIBILITY OF THE PURCHASER

The Purchaser reserves the right to consider quality and workmanship of the proposed apparatus. Delivery time, operating characteristics, availability of service, and design and manufacturing experience shall also be considered. Particular attention shall be given to any and all items affecting the cost to operate and maintain the apparatus. All bids shall be evaluated on the basis of compliance with these specifications and apparatus performance. Further, the Purchaser reserves the right to reject any bids not in compliance with these specifications; and that decision shall be conclusive and final.

RESPONSIBILITY OF THE BIDDER

The Bidder shall make accurate statements as to apparatus weight and dimensions. All bids shall include a complete detailed manufacturer's line drawing of the proposed apparatus. Purchaser standards for bidding Automotive Fire Apparatus must be strictly adhered to, and all bid forms and questionnaires must be completed and submitted with the bid. Omissions and variations shall result in immediate rejection of the bid. All bids shall include manufacturers' copies of all specified warranties. Any exceptions or variations to these specification must be set forth on separate sheets, indicating page number(s) and section(s) of these specifications, and must be submitted with the bid. Any bids deemed as taking total exception to these specifications shall result in immediate rejection of the bid.

BID SECURITY

Each bid shall be accompanied by a Bid Bond, Certified Check, or Cashier's Check in an amount of not less than ten percent (10%) of the total bid price, not to exceed $25,000.00. This bid security shall be issued by a Surety Company who is listed on the U.S. Treasury Departments list of acceptable sureties as published in Department Circular 570. Bid Security shall be furnished by the company that will manufacture the apparatus proposed. Bid Securities by salesmen or agents of the manufacturer are not acceptable. Bids must remain firm for a period of thirty (30) days after the bid is opened.

PERFORMANCE BOND

The successful Bidder shall be required to submit a Performance and Payment Bond in the amount of 100% of the total contract price. Such Bond shall be provided within fifteen (15) calendar days after review and acceptance of a mutually agreed upon Contract of Agreement or acceptance of a mutually agreeable Purchase Order from the Official Purchasing Authority purchasing the apparatus. The payment bond shall cover any/all component parts provided by subcontractors. Bonds shall be issued by a U.S. based Bank, Insurance or Bonding Company with verifiable credit. The original bond shall be sent directly from the financial institution to the City.

Page 6

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

INFORMATION REQUIRED WITH BID

Each Bidder shall provide with his bid:

a. These General Instructions, Requirements, and Specifications sheets as a part of the Bidder's bid proposal. All questions and fill-in blanks MUST be filled out completely. FAILURE TO DO SO SHALL CAUSE IMMEDIATE REJECTION OF THE PROPOSAL AT TIME OF OPENING.

b. A list of exceptions to the Purchaser's specifications, under the following rules:

The following chassis, aerial (if applicable), fire pump (if applicable), water tank (if applicable), and body specifications shall be strictly adhered to. Exceptions shall only be allowed if they are equal or superior to that specified, in the sole opinion of the Purchaser, and provided they are listed and fully explained on a separate page entitled: "EXCEPTIONS TO SPECIFICATIONS" . The Bidder's exception list shall refer to the Purchaser's specifications by page and paragraph to prevent misinterpretation and shall furnish information stating why the bidder feels the substituted item is equal to or exceeds the item specified. All exceptions not taken shall be assumed by the Purchaser to be included in the Bidder's proposal, and the Bidder shall conform to the Purchaser's specifications, regardless of cost to the Bidder.

PROPOSALS TAKING "TOTAL EXCEPTION" TO THE PURCHASER'S SPECIFICATIONS SHALL NOT BE ACCEPTED.

Any error, omission or inconsistency that is identified by the bidder shall be listed as an exception. This includes failure to meet the current addition of NFPA 1901. A proposal to meet the intent of the specification shall be listed.

Any bid indicating that the manufacturers proposal shall supersede the purchasers shall be immediately rejected and taken as a total exception.

c. The total purchase price of the complete apparatus, equipped as per this specifications. Discounts for available advance type payments, etc., must be shown at the time of the bid.

d. The delivery of the apparatus in calendar days from time of contact acceptance.

e. The length of time from bid opening that the Bidder's price is valid.

Page 7

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

IMPORTANT NOTE: Any Bidder who does not understand any portion of the specifications and/or requirements, or who wishes to present a question on the same, shall do so in writing to the Purchaser not less than 10 days prior to bid opening. You may EMAIL your questions to: [email protected] . Please use SPEC. 4850 as your subject line. Verbal answers shall not be binding.

New Rochelle Fire Department representative to contact is:

Captain Barry Nechis 90 Beaufort Pl., New Rochelle, NY 10801 (914) 654-4343 Email: [email protected]

INTENT OF SPECIFICATIONS

It is the intent of this specification to describe the essential minimum requirements for construction and performance of the apparatus and associated equipment. Items not described in this specification for construction or performance or in NFPA Standard 1901 (current edition) may be accepted as the standard of the bidder, who shall be solely responsible for the design, construction, and performance of apparatus and equipment. Units shall comply with all federal, state, ICC, and DOT regulations, standards, and laws relating to commercial vehicles as well as to fire apparatus.

PURCHASER’S SPECIFICATION

The purchaser’s specification shall in all cases govern the construction of the apparatus unless the purchaser agrees to any / all exceptions.

MANUFACTURER'S RELIABILITY

Bids shall only be considered from manufacturers who have an established reputation in the field of fire apparatus construction.

The manufacturer must be satisfactory to Purchaser in terms of experience, reliability, and demonstrated ability to manufacture equipment, comparable as to size and type, as specified, for the past seven years. A list of fire departments located in this state that have purchased the same type of apparatus from the bidder over the past five years must be supplied along with the bid.

RIGHT TO REJECT BIDS

Purchaser reserves the right to reject any and all bids received and accept any bid that, in its judgment, best serves the interests of Purchaser.

Page 8

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

QUALITY AND WORKMANSHIP

All major components must be built and assembled in the continental United States (engine, cab, chassis, and body). The cab shall be specifically designed and engineered for the emergency vehicle market while the chassis shall be assembled in an ISO 9001 certified facility to insure the highest level of consistent quality components and assembly procedures are utilized in support of long service life with minimum maintenance.

The workmanship must be of the highest quality in its respective field. Special consideration shall be given to the following points: accessibility of the various components which require periodic maintenance operations, ease of operation, driving, fire pump and symmetrical proportions.

Construction must be rugged, and ample safety factors must be provided to carry loads as specified and to meet both on and off road requirements and speed conditions as set forth under "Performance Tests and Requirements".

Welding shall not be employed in the assembly of the apparatus in a manner that will prevent the ready removal of any component part for service and/or repair.

FACTORY AUTHORIZED SERVICE FACILITY

The bidder must maintain within one hundred (100) miles of the City of New Rochelle adequate indoor heated facilities and a minimum of two factory trained technicians to perform repairs in an agency normally engaged in the maintenance and repairs of fire apparatus, including power train, chassis, and controls. The contractor also is required to provide warranty service at locations whenever major shop work is not involved. For warranty service involving the shop, the apparatus will be delivered to and picked up from the contractor's facility by fire department personnel. The contractor agrees to keep the apparatus in an indoor heated area at all times. Proper insurance coverage for the apparatus shall be provided by the contractor for the units in its possession. The bidder shall submit the location and recent photos of the service center and mobile service unit(s) along with the bid. Purchaser reserves the right to visit the facility for evaluation and reject any bidder that, in Purchaser's sole opinion, does not fully comply with the provisions of this paragraph.

The vendor or manufacturer bidding on these specifications must maintain a stock of repair parts within one hundred (100) miles of the City of New Rochelle. Purchaser reserves the right to reject bids of vendors that cannot produce satisfactory evidence that they can furnish promptly all spare parts needed for service or repair of the equipment herein specified.

The bidder is to supply a cross-reference of part numbers of common parts so that they can be obtained elsewhere.

Page 9

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

ENGINEERING DRAWINGS

An approximate scale drawing of the proposed apparatus shall be submitted with each bid.

The scaled drawing submitted with the bid shall include the following:

A. Overall Height to top from ground B. Sizes of all compartments, width, height, and depth C. Overhang front and rear D. Wheelbase, Overall Length, and Overall Width of apparatus E. Height of the hose bed from the ground and from the tail board. Heights shall show to the bottom of the hose bed and an additional estimation of the height of the finished hose load (based on hose load specified).

Drawing must show, but not be limited to, such items as the chassis being utilized, lights, horns, sirens, pump panels, all compartment locations and dimensions, etc. In actuality, this blueprint shall be a visual interpretation of the unit as it is to be supplied.

A blueprint must be approved by the Purchaser prior to any metal being sheared or cut for the unit. The Purchaser, the Manufacturer's Representative and the Apparatus Manufacturer shall each have a copy of the blueprint. This blueprint shall then become a part of the total contract.

PRE-CONSTRUCTION CONFERENCE

A pre-construction conference shall be conducted at the manufacturer's factory prior to any metal being cut. All travel; meal, and lodging expenses for up to two (2) Fire Department personnel shall be the responsibility of the successful Bidder.

DELIVERY RESPONSIBILITY

The apparatus shall be delivered by the bidder under its own power within 365 calendar days or the date specified by the vendor in this RFP, from the date of notice of award, with all equipment specified, to Purchaser (rail or truck freight not acceptable).

The apparatus shall not be delivered to either the purchaser or the dealer within four days of a snow storm or if a snow storm that is expected within 12 hours of any point of the delivery route. This is to prevent the accumulation of road salt prior to delivery.

Bidder must submit a firm delivery time (number of calendar days from date of order to date of delivery) of said apparatus with the bid. A deduction of $100 per day will be made for each day over and above the quoted delivery date. The penalty also will apply if the unit(s) is delivered and rejected, until the unit(s) is returned meeting specifications.

Page 10

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

PERFORMANCE TESTS AND REQUIREMENTS

The road and pumping tests required are those specified in NFPA Standard 1901 (Chapter 9) and shall be conducted at the time of delivery to the Purchaser in the presence of the accepting authority.

Tested apparatus must have brake system, which complies in all respects with the legal requirements of the Motor Vehicle Law of the State of New York applicable to vehicles in similar weight class.

The bidder, at his expense, shall have Underwriters Laboratories, Inc. conduct the tests required under "Certification of Fire Department Pumper", latest version of NFPA 1901. A certificate of compliance with these tests shall be forwarded to the Purchaser.

Upon delivery, the Purchaser may elect to duplicate some or all of these pumping and road tests. The manufacturer shall include all required certification forms in the delivery package, no exception.

In the event the apparatus fails to meet the test requirements on the first trials, second trials may be made at the option of the bidder within thirty (30) days of the date of the first trials.

Such subsequent trials shall be final and conclusive, and failure to comply with these requirements a second time shall be cause for rejection.

Failure to comply with changes, as the Purchaser may consider necessary to conform to any clause of the specifications within 30 days after notice is given to the Bidder of such changes shall also be cause for the rejection of the apparatus.

Permission to keep or store the apparatus in any building owned or occupied by the Purchaser during the above-specified period, with the permission of the bidder, shall not constitute acceptance. Insurance covering loss, theft, or liability shall remain the responsibility of the bidder until formal acceptance is completed.

ACCEPTANCE

Acceptance of the delivered apparatus and equipment will be made at the completion of all required tests and the receipt of all specified equipment. Equipment items not delivered at the time of the tests or construction not in conformance with the contractor's proposal will be cause for the accepting authority to withhold payment for those items found unsatisfactory or not delivered.

A pump test equal to the requirements of the annual service test specified in NFPA 1911 (Chapter 3) will be performed at the time of delivery. The apparatus must pass all the requirements of this chapter to be considered acceptable.

Page 11

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

A road test equal to the requirements of NFPA 1901 (Chapters 9 and 10) will be performed after the apparatus is fully equipped and loaded. The apparatus must pass all the requirements of this chapter to be considered acceptable.

LOCAL REPRESENTATION

In order to assure the Purchaser that prompt, knowledgeable, professional representation is made on behalf of the manufacturer, the manufacturer must maintain a representative within a reasonable distance from the Purchaser. This representative must be competent and knowledgeable with respect to the sale and service of fire apparatus and emergency vehicles. The representative must make available factory-trained mechanics who are completely trained in the servicing and maintenance of the product offered and must be equipped to offer prompt service on the product in the Purchaser's in-service location. These mechanics must hold current and valid certifications from the manufacturer.

TECHNICAL EVALUATION

Technical evaluation shall be based upon the ability of the Bidder to meet or exceed the minimum requirements set forth in the specifications during the expected life of the apparatus bid. Estimates concerning the ability of the fire apparatus to perform accordingly shall be made by the Purchaser.

a. Quality of workmanship, materials, and components used in construction of fire apparatus. b. Functional design of fire apparatus. c. Warranties. d. Any other factors the Purchaser deems to be relevant.

PRODUCT LIABILITY INSURANCE

Product liability insurance of not less than $3 million shall be supplied by the bidder. Documentation of the amount of product liability carried by the manufacturer and the name of the insurance carrier shall be provided by the bidder at the time of bid submission. The successful bidder shall defend any and all suits and assume liability for the use of a patented device or an article forming a part of the apparatus furnished under the contract. Failure to supply a copy of the Certificate of Insurance with the bid will be cause for immediate rejection of the bid. No exception to this requirement will be allowed.

MANUFACTURER'S SOLVENCY

The solvency of the manufacturer is a prime concern of the Purchaser. Each bid must include a financial statement from Dun and Bradstreet or another nationally recognized accounting firm. Failure to submit such a statement will be cause for rejection.

Page 12

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

PAYMENT TERMS

The Purchaser agrees to purchase and pay cash for the Apparatus and miscellaneous equipment pursuant to the following terms and conditions. All prices shall be less any taxes. The apparatus shall be paid for as indicated on the proposal form enclosed. Delivery shall be defined as the point in time when the Purchaser assumes physical possession of the apparatus. An invoice shall be presented to the Purchaser on or before this date. The apparatus, without exception, shall not be placed "in fire service" prior to full payment of apparatus.

The apparatus quoted shall be warranted to be free from defects in material and workmanship under normal use and service in accordance with the warranty terms and conditions as previously set forth. All discrepancies discovered during Field Service Technician training and apparatus testing shall be covered under the manufacturer's warranties. NO EXCEPTION TO THIS SHALL BE CONSIDERED.

The Bidder shall indicate the total contract price for apparatus specified in words and dollar figures.

The Purchaser is requesting that all respondents provide pricing as per the options listed below and contained in Exhibit A attached hereto. Exhibit A item 4 (Optional Payment Plan) is not required with your response.

Should your response include an optional payment plan, as provided for in Exhibit A item 4, a comprehensive description of the payment terms offered must be included in your proposal response. Please note that true lease, lease option, and lease purchase proposals will not be accepted. A completed and signed Exhibit A (1) – A (3) must be returned with your proposal response.

2) PROGRESSIVE PAYMENT PLAN

Please quote your price based on the following progressive payment schedule:

PAYMENT 1: One hundred percent (100%) of the cost of the chassis, upon completion of the chassis. Note this amount should not exceed 50% of the total cost of the apparatus. Chassis completion shall be after January 1, 2011.

PAYMENT 2: The percent of this payment shall be based on the amount paid in Payment number one (1) and shall be made when body is mounted on the chassis. Chassis & body payments equal 75% of the total cost.

PAYMENT 3: Fifteen percent (15%) upon final inspection and signed acceptance at the factory of the manufacturer.

Page 13

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

PAYMENT 4: Ten percent (10%) within 15 days after acceptance of the equipment by the Purchaser and completion of all training requirements.

3) OPTIONAL PAYMENT TERMS

Please provide a price based on any optional payment plan offered. Should you choose to offer optional terms, a comprehensive description of the payment terms offered must be included in your proposal response.

ADDENDA AND INTERPRETATIONS

No interpretation of the meaning of the specifications or other contract documents shall be made to any Bidder verbally. Every request for such interpretation shall be in writing and addressed to the Purchaser, and must be received at least ten (10) days prior to the date fixed for the opening of the bids to be given consideration. Any and all such interpretations and any supplemental instructions shall be in the form of written addenda to the specifications which, if issued, shall be mailed by certified mail to all prospective Bidders not later than five (5) days prior to the date fixed for the opening of bids. Failure of any Bidder to receive any such addendum or interpretation shall not relieve any Bidder from any obligation under his bid as submitted. All addenda so issued shall become a part of the contract documents.

SPECIFICATION BID REQUIREMENTS Bidders shall also indicate in the "yes/no" column if their bid complies on each item (PARAGRAPH) specified. Exceptions shall be allowed if they are equal to or superior to that specified and provided they are listed and fully explained on a separate page.

Also, bidders shall submit a detailed proposal. A letter stating that you will build what is requested shall not be sufficient. Bid proposals shall be submitted in the same sequence as specifications for ease of evaluation, comparison and checking of compliance.

"OR APPROVED EQUAL" CLAUSE

The mention in the specifications of apparatus, equipment or material by brand name or by such specified description of same as is hereby made, is intended to convey to the bidder's understanding, the degree of excellence required. Any article, equipment, or material which shall conform to the standards and excellence so established, and is of equal merit, strength, durability and appearance to perform the desired function, is deemed eligible for offer as a substitute. The qualifications of the offering shall be judged as to their conformance with these specifications. Any equipment offered other than herein specified shall be subject to a competitive demonstration and evaluation by the using department. Such demonstration to be provided on request within ten (10) working days after the receipt of bids. The result of that demonstration and evaluation shall be of prime importance in the recommendation to the governing body for the final contract award.

Page 14

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

Options

The purchaser reserves the right to request separate pricing on items it deems to be optional. These items are generally considered as “loose” items, but these items are not limited to loose items. The purchaser reserves the right to reject or accept any or all of the optional items, regardless the bid status of the apparatus.

User's List

The Bidder shall provide the Name, Address, and Telephone Number of at least fifteen (15) similar units that have been manufactured and delivered to Fire Departments in the United States. The Bidder shall also indicate the full name of a responsible person to contact at each Fire Department.

IMPORTANT NOTE: This page (or similar substitute containing the designated information) MUST be included with the Bid Package, completely filled out.

1. Name: ______2. Name: ______

Address: ______Address: ______

______

Phone: ______Phone: ______

Contact: ______Contact: ______

3. Name: ______4. Name: ______

Address: ______Address: ______

______

Phone: ______Phone: ______

Contact: ______Contact: ______

Page 15

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

5. Name: ______6. Name: ______

Address: ______Address: ______

______

Phone: ______Phone: ______

Contact: ______Contact: ______

7. Name: ______8. Name: ______

Address: ______Address: ______

______

Phone: ______Phone: ______

Contact: ______Contact: ______

9. Name: ______10. Name: ______

Address: ______Address: ______

______

Phone: ______Phone: ______

Contact: ______Contact: ______

11. Name: ______12. Name: ______

Address: ______Address: ______

______

Phone: ______Phone: ______

Contact: ______Contact: ______

Page 16

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

13. Name: ______14. Name: ______

Address: ______Address: ______

______

Phone: ______Phone: ______

Contact: ______Contact: ______

15. Name: ______

Address: ______

______

Phone: ______

Contact: ______

Page 17

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 Spec. 4850 BIDDER'S AFFIDAVIT (1 of 3) (To be returned with bid)

Name of Bidder: Address:______City, State, Zip Code:

I,______as ______; (Name-please print or type) (Position/Title)

do hereby swear and affirm that the following answers and facts are true and that our proposal complies with all the General Instructions, Requirements, and Specifications contained in this Bid Package, except where indicated below: YES NO

1. The unit offered is manufactured entirely in the United States. ( ) ( )

2. The apparatus offered is not a prototype; and there are at least fifteen ( ) ( ) (15) apparatus of similar design in service in the United States?

3. The capacity and performance tests shall be satisfactorily performed ( ) ( ) in compliance with the information contained in this package?

4. All pages of the General Instructions, Requirements, and ( ) ( ) Specifications have been received and reviewed.

5. Has the Bidder completed all the questions and filled in the blanks ( ) ( ) in the specifications?

6. Is the Bid Security attached? ( ) ( )

7. Does the Bidder comply with Purchaser's specifications without ( ) ( ) exception?

8. Are all requested engineering diagrams and drawings included ( ) ( ) with the proposal?

9. Does the proposed apparatus comply with the dimensional ( ) ( ) requirements of the specifications?

10. Does the manufacturer maintain an established Service Center ( ) ( ) and Parts Depot within a 100-mile radius of the Purchaser?

11. Are all specified warranties included with the proposal? ( ) ( ) Page 18

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

12. Are all proposed warranties in compliance with the specifications? ( ) ( )

13. Will the apparatus body be covered by a ten (10) year warranty? ( ) ( )

14. Will the entire apparatus be manufactured in the United States? ( ) ( )

15. Has a list of fifteen (15) in-service apparatus of similar design been ( ) ( ) included with the proposal?

16. Are the proposed apparatus and equipment new in all respects? ( ) ( )

17. Have you provided an accurate statement of apparatus dimensions? ( ) ( )

18. Have you included a separate list of exceptions? ( ) ( )

19. Are you taking total exception? ( ) ( )

21. Which did you supply?

Bid Bond ( ) ( ) Certified Check ( ) ( ) Cashier's Check ( ) ( )

22. Does weight distribution comply with the recommendations of the ( ) ( ) NFPA?

23. Does the apparatus comply with the applicable requirements of the ( ) ( ) Federal Motor Vehicle Safety Standards?

24. Will the apparatus have a certified GVWR sticker? ( ) ( )

25. Does the manufacturer meet all specified criteria and code ( ) ( ) conformances?

26. Delivery of the apparatus shall take place within ( ) ( ) _____ calendar days after execution of the contract.

27. State the dimensions of your proposed apparatus. a. Overall Height: ______b. Overall Length: ______c. Overall Width: ______

28. Will the local representative's Field Service Technician deliver ( ) ( ) the apparatus?

Page 19

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

29. Will the local representative's Field Service Technician train ( ) ( ) members of the New Rochelle Fire Department in the use and maintenance of the chassis, pump, and body for a three (3) day period?

30. A full-time local representative of the manufacturer is maintained: ( ) ( )

Name: ______Address: ______Phone: ______

31. Said representative maintains factory-trained and certified mechanics? ( ) ( )

Manufacturer's Name: ______

Address: ______

City, State, Zip Code: ______

Telephone Number: ______

Date: , 2010.

Signature of Individual Preparing This Proposal:______

Printed or Typed Name: ______

IMPORTANT NOTE: Only an AUTHORIZED EMPLOYEE of the manufacturer shall prepare and sign this page.

SUBSCRIBED AND SWORN before me this day of ,2010. Notary's Stamp

Notary Public

Commission Expires : ______

Page 20

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 SERVICE ABILITY FORM, Spec. 4850 Must be returned with proposal

Service Center Location: ______

Distance in miles (one way) from Service Center to the Purchaser's Location is: miles.

Please answer the following questions:

Is this shop an authorized warranty center for the apparatus builder? Yes___ No___

Is the Service Center enclosed and heated? Yes___ No___

Number of full time Service Center Employees: ______

Number of Fire Pump Manufacturer's Certified Employees: ______

Number of fully equipped service vans: ______

Is your shop equipped to handle, without subletting, the following:

Cab & Chassis Repair Yes___ No___

Body Repairs Yes___ No___

Paint Work Yes___ No___

Water Tank Repairs Yes___ No___

Major Pump Repairs Yes___ No___

General Welding Yes___ No___

Frame & Spring Repairs Yes___ No___

Power Train Repairs Yes___ No___

This form was completed and submitted by:______(Please print or type full name and title of individual)

Signature of Individual:______

SUBSCRIBED AND SWORN before me this day of ,2003. Notary's Stamp

Notary Public

Commission Expires : ______Page 21

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 EXHIBIT A

REQUEST FOR PROPOSAL

FOR ONE CUSTOM EXTENDED TILT-CAB RESCUE/PUMPER WITH 1,500 GALLON-PER-MINUTE PUMP

COST SUMMARY

All terms, conditions, requirements and specifications as set forth in the Request for Proposal referenced herein are acceptable as specified herein.

YES NO

If "NO", please include with your response a detailed description and/or explanation of any deviation in your proposal from the terms, conditions, requirements and/or specifications detailed in Request for Proposal Specification No. 4850 on your letterhead and included with your proposal response. Each deviation listed must include a comparison of the detailed specification of the item proposed versus the item specified herein and a statement of how the item meets or exceeds the requirements. Respondents are responsible for submission of accurate, adequate and clear descriptions of the information requested. Omissions, vagueness or inaccurate descriptions or responses shall not be interpreted in favor of the bidder and shall be grounds for bid rejection.

Please quote your pricing to include all delivery charges.

DELIVERY POINT:

City of New Rochelle Fire Department 90 Beaufort Pl. New Rochelle, NY 10801

Attn: Barry Nechis, Captain Support Services (914) 654-4343

Make of Apparatus: ______

Model of Apparatus: ______

EXPECTED DELIVERY DATE FROM NOTICE OF AWARD

(IN CALENDAR DAYS): ______

Page 22

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 Exhibit A: R.F.P. Spec. # 4850

Please quote your pricing to reflect the payment terms as listed below:

1) LUMP SUM PAYMENT PRICE IF THE PURCHASER MAKES ONE FULL PAYMENT WITHIN 15 DAYS AFTER ACCEPTANCE OF THE EQUIPMENT BY THE CITY OF NEW ROCHELLE

PRICE (in numbers): ______

PRICE (in words): ______

2) PROGRESSIVE PAYMENT PLAN

PRICE IF THE PURCHASER MAKES PROGRESSIVE PAYMENTS AS FOLLOWS:

PAYMENT #1 - ONE-HUNDRED PERCENT (100%) OF THE COST OF THE CHASSIS, UPON COMPLETION OF THE CHASSIS;

PAYMENT #2 - THE PERCENT OF THIS PAYMENT SHALL BE BASED ON THE AMOUNT PAID IN PAYMENT NUMBER ONE (1) AND SHALL BE MADE WHEN THE BODY IS MOUNTED ON THE CHASSIS. PAYMENT NUMBER ONE (1) AND TWO (2) SHALL EQUAL SEVENTY-FIVE PERCENT (75%) OF THE TOTAL APPARATUS COST.

PAYMENT #3 - FIFTEEN PERCENT (15%) UPON FINAL INSPECTION AND SIGNED ACCEPTANCE AT THE FACTORY OF THE MANUFACTURER;

PAYMENT #4 - TEN PERCENT (10%) WITHIN 15 DAYS AFTER ACCEPTANCE OF THE EQUIPMENT BY THE CITY OF NEW ROCHELLE AND COMPLETION OF TRAINING.

PAYMENT #1

PRICE (in numbers): ______

PRICE (in words): ______

PAYMENT #2

PRICE (in numbers): ______

PRICE (in words): ______

PAYMENT #3

PRICE (in numbers): ______Page 23

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

PRICE (in words): ______

PAYMENT #4

PRICE (in numbers): ______

PRICE (in words): ______

3) OPTIONAL PAYMENT TERMS

PRICE IF THE PURCHASER WERE TO ACCEPT THE OPTION PAYMENT TERMS AS DETAILED IN YOUR PROPOSAL RESPONSE.

PRICE (in numbers): ______

PRICE (in words): ______

OPTIONAL ITEMS COST :

Please list the cost of the following options as listed in this document:

1) TRAVEL COSTS – All required travel costs (per person) to include the Preconstruction, Chassis Inspection and Final Inspection. The costs for these trips shall not be included in price of the vehicle (listed above). Details on the trip requirements are listed in the bid specifications.

PRICE (in numbers): ______per person

PRICE (in words): ______per person

2) FRONT INDEPENDENT SUSPENSION – Additional cost to up-grade as listed in the following sections: 3.2.1.2 OPTIONAL – FRONT NON-DRIVE AXLE 3.3.2 OPTIONAL – FRONT SUSPENSION

PRICE (in numbers): ______

PRICE (in words): ______

3) ADDITONAL APPARATUS – In addition to the Engine specified in this bid. New Rochelle Fire Department would like to have a more standardized fleet. As funding becomes available we would like to duplicate or triplicate this order. We are therefore requesting as an option, the additional pricing for one (1) or two (2) additional units as detailed below.

Page 24

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 Price shall be based on the same specifications (note: apparatus numbering will change) including the travel cost for 2 persons for the chassis inspection and final inspection (preconstruction trip has been eliminated).

OPTION 3A – additional apparatus purchase order shall be issued by the purchaser within 360 days of the third (3 rd ) payment for the first (1 st ) apparatus.

PRICE (in numbers): ______

PRICE (in words): ______

FRONT INDEPENDENT SUSPENSION – Additional cost to up-grade as listed in the following sections:

3.2.1.2 OPTIONAL – FRONT NON-DRIVE AXLE 3.3.2 OPTIONAL – FRONT SUSPENSION

PRICE (in numbers): ______

PRICE (in words): ______

OPTION 3B – additional apparatus purchase order shall be issued by the purchaser within 720 days of the third (3 rd ) payment for the first (1 st ) apparatus.

PRICE (in numbers): ______

PRICE (in words): ______

FRONT INDEPENDENT SUSPENSION – Additional cost to up-grade as listed in the following sections:

3.2.1.2 OPTIONAL – FRONT NON-DRIVE AXLE 3.3.2 OPTIONAL – FRONT SUSPENSION

PRICE (in numbers): ______

PRICE (in words): ______

Options 3A and 3B are considered independent of one another and the purchaser has the right to exercise the option of either one, both or none.

Page 25

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

Exhibit A: R.F.P. Spec. # 4850

By submission of this proposal, each bidder, and each person signing on behalf of any bidder, and in the case of a joint bid, each party thereto as to its own organization, under penalty of perjury, certifies that to the best of its knowledge and belief:

A. the prices in this proposal have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor; and

B. unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the bidder prior to the opening, directly or indirectly, to any other bidder or to any competitor; and

C. no attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition.

The bidder certifies that this proposal is made without any connection with any other person making a proposal for the same purpose, and is in all respects fair and without collusion or fraud, and that no elected official or other officer or employee or person whose salary is payable in whole or in part from the City of New Rochelle treasury is directly or indirectly interested therein, or in any portion of the profits thereof. This provision shall not apply in instances of direct or indirect holding of less than 1% of the stock of the corporation.

As an authorized representative of the identified company, I accept all the terms and conditions identified in Request for Proposal Spec. # 4850 except as identified herein Exhibit A.

Company Name and Address:

Signature Date

Title Phone Number

Page 26

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

1 SERVICE AND PARTS:

Service and parts shall be available on a 24 hour per day basis. In the event of failure on the part of the contractor to replace or put into first-class condition and such article within 10 calendar days from the date of notice, the City may have the work done by others and charge the cost of money due, or money that may become due, to the contractor, or if there is no money due, the contractor agrees to pay the City such costs. The bidder in signing this bid, certifies and guarantees that replacement parts will be available for a period of 15 years from date of order.

2 INFORMATION TO BE FURNISHED WITH BID:

A) Each bidder shall submit with their bid, in addition to any data required, complete technical literature of their current model being bid upon, modified where necessary to conform to these specifications.

Full literature details, specifications shall be furnished on chassis, steering, engine, front and rear axles, transmission, brakes, tires, electrical pump and air conditioning.

B) Manufacturer’s certification shall be included with bid certifying to the adequacy of the following major assemblies to meet the engine and other operational requirements of the apparatus; engine, clutch, transmission, steering gear, front and rear axles, brakes, tires, pump and any other assembly or unit which may be requested by the City.

C) All exceptions to bid shall be submitted in writing.

3 PRE-CONSTRUCTION CONFERENCE:

Upon award of this contract, successful bidder will schedule with the Fire Commissioner a pre-construction conference to address any questions or approvals required for the completion of this contract. This conference will take place at the manufacturers facility. Engineers from the manufacturer shall be present for all aspects of the pre-construction conference.

4 PLANS (DRAWINGS):

Preliminary drawings are to be supplied by vendor with bid at bid opening . The contractor shall within sixty days after the receipt of the order, submit five copies of all sides and top view drawing showing the complete chassis with the body and equipment mounted thereon. These shall be known as Final and approved drawing and shall become part of the contract documents. . Full two dimensional view including details and/or equipment of construction and material used on the body shall be shown. Any accessory or equipment which cannot be shown will be marked and indicated thereon. Three (3) Page 27

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 copies of a detailed pump panel drawing shall also be submitted. This drawing shall include all of the gauges and controls located on the pump operator's panel. All drawings must be approved in writing by the New Rochelle Fire Commissioner. Any work started before the approval of the drawing will be at the risk of the contractor. Time lost because of incomplete or inaccurate plans will be charged against delivery time. A "revised" approval drawing of the apparatus shall be prepared and submitted by the manufacturer to the purchaser showing any changes made to the approval drawing.

5 PROGRESS REPORTS:

Contractors shall submit to the Officer in charge at the Fire Department a monthly report of progress starting thirty days after receipt of contract. The report shall detail progress and indicate percentage of completion on each of the succeeding units. Report shall be made to:

Barry Nechis, Captain, Support Service New Rochelle Fire Department 90 Beaufort Pl. New Rochelle, NY 10801

6 DELIVERY TIME:

Vehicle must be delivered within one (1) year from time of purchase order. Note: this unit shall not be delivered prior to January 1, 2011.

Unit to be DELIVERED ON or BEFORE – LIST DATE: ______

7 ANTICIPATED DAMAGES:

For failure to maintain delivery schedule, the sum of $100.00 per day, per unit shall be assessed against the contractor as damages, and not as penalty. This shall not deprive the City of its rights in the event of rejection or flagrant abuse of delivery schedules to Buy Against the defaulting contractor as provided in the Standard Instruction to Bidders.

8 INSPECTION:

Inspection of all construction of equipment shall be made by two (2) representatives of the New Rochelle Fire Department at the factory of the manufacturer. Three inspections shall be scheduled as follows: 1) Preconstruction; 2) Pre paint completed chassis /body; 3) Inspection of completed apparatus. No final acceptance shall be made by the City unless such inspections have been completed by New Rochelle Fire Department representative(s) at the final delivery point after tests. It shall be the responsibility of the contractor to keep the New Rochelle Fire Department advised as to when any unit will be ready for inspection in the field or at the final delivery point. Such notice shall be given at least ten (10) days in advance of any date of required inspection. Authorized personnel shall make periodic inspections from the New Rochelle Fire Department. Cost of inspection, travel, Page 28

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 and lodging shall be the responsibility of Bidder. If the apparatus is not completed at time of the final inspection trip, an additional inspection maybe required at no cost to the City of New Rochelle. Cost for inspection trips shall be listed separately , with the options. Final inspection trip shall include a minimum of one (1) full business day at the factory.

9 APPARATUS, EQUIPMENT:

GUARANTEE : The contractor guarantees that all articles of equipment including all parts thereof are of first quality throughout and comply in ALL respects, or are fully equal to standards called for in the bid. The contractor further guarantees all equipment and all parts thereof against any defects without cost to the City of New Rochelle replacing any article that has become defective and not proven to have been caused by negligence on the part of the user one (1) year from the date of acceptance by the City of New Rochelle of the final delivery. In addition the contractor further guarantees additional time warranties as listed in section 18 at the end of this document.

In the event of failure of the vendor to repair such articles within ten (10) days for a minor repair, and (15) days for major repair, from the date of notice, the City may have work done by others and charge the cost of money due, or that may become due to the contractor, or if there is no money due, the Contractor agrees to pay the City such cost.

10 TITLE AND RISK OF LOSS:

Title and Risk of Loss shall not pass to the City of New Rochelle until such time as the units are delivered and accepted without reservation or exception by the New Rochelle Fire Department.

11 LIABILITY

The successful bidder shall defend any and all suits and assume all liability for the use of any patented process including any device or article forming a part of the apparatus or any appliance furnished under the contract.

12 VEHICLE COMPLIANCE:

All units delivered under this contract shall be in full compliance with all Federal and New York State Motor Vehicle Regulations. All units must be in compliance with NFPA Standards currently in effect when contract is awarded, unless a written waiver has been filed by the New Rochelle Fire Commissioner. The unit(s) shall be delivered with a current New York State heavy duty truck inspection with proper identification

Page 29

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

13 AND/OR EQUAL TO CLAUSE:

Items in the following specification shall be strictly adhered to. Exceptions will be allowed if the proposed change is equal to or superior to what is specified, and provided they are listed and fully explained on separate page(s) entitled EXCEPTIONS TO SPECIFICATIONS . Each “Exception” must be explained in full and referenced by paragraph number in same order of specification. If an exception is not listed on that sheet, the City of New Rochelle will assume total compliance with the paragraph. Each exception will be considered as to its degree of impact and total effect on the performance of the apparatus. The City of New Rochelle will determine which, if any, exceptions are acceptable and this determination will be final with no recourse to any bidder. Any NFPA 1901 non compliance items shall e listed in the statement of exceptions.

Any proposal taking total exception to the specification may be rejected immediately. Apparatus will be meticulously inspected by the Fire Commissioner’s representatives and Repair Shop Supervisor upon delivery for compliance to these specifications and the bidder’s proposal, even if deficiencies are not noted at time of delivery/acceptance. The vendor will still be held responsible for meeting all clauses of this specification unless noted on the exceptions page and accepted by the New Rochelle Fire Department.

Any error, omission or inconsistency that is identified by the bidder shall be listed as an exception. This includes failure to meet the current addition of NFPA 1901. A proposal to meet the intent of the specification shall be listed.

Any bid indicating that the manufacturers proposal shall supersede the purchasers shall be immediately rejected and taken as a total exception.

14 INVOICES AND PAYMENT:

Contractor shall submit the following: Original and three copies of Invoice, Certificate of Origin for Vehicle, Odometer Statement, Warranty Cards, Certificate of Compliance with most current NFPA standards and all other necessary paperwork. Pump certification shall be provided by an independent testing organization (Underwriter Laboratories, UL). Certificates to be provided to the New Rochelle Fire Department at time of delivery.

Raymond F. Kiernan, Fire Commissioner NEW ROCHELLE FIRE DEPARTMENT 90 Beaufort Pl. New Rochelle, NY 10701

Page 30

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

15 DELIVERY POINT:

NEW ROCHELLE FIRE DEPARTMENT REPAIR SHOP 45 Harrison St. New Rochelle, NY 10703

ATTN: Barry Nechis, Captain, Support Services 1-914-654-4343

ATTN: Jackie Williams, Fleet Services Superintendent 1-914-235-3323

Page 31

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 MUST BE FILLED OUT COMPLETELY:

BIDDERS INFORMATION QUESTIONNAIRE

The undersigned certifies that the chassis, cab and body offered shall conform to all specifications of the bid, except as may be indicated by our letter attached hereto detailing paragraphs and pages where exception is taken.

__ Location of Service Station for final service:______

Distance to New Rochelle: ______miles

__ Two-dimensional view plan per detail specification attached to bid:

__ Recommendation regarding any special components of chassis per detail specification attached to this bid.

NAME OF MANUFACTURER/VENDOR:______

MODEL: ______YEAR: ______

Total GVW: ______

Actual vehicle weight______

__ Estimated weight Fully Loaded: ______lbs.

__ Chassis weight including fuel, oil and water: ______lbs.

__ Unsprung weight FRONT ______lbs. REAR ______lbs.

__ Maximum overall reduction: ______

__ Maximum grade ability: ______

GENERAL DIMENSIONS

__ Front bumper to back of cab: ______inches

__ Back of cab to rear axle:______inches.

__ Length Overall Front to Rear______inches.

__ Wheel base: ______inches

Page 32

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 __ Turning Radius______.

__ Rear axle to frame cut off: ______inches

__ Percent of weight normally distributed to rear axle: ______.

__ Overall width of apparatus: no mirrors ______inches.

__ With Mirrors: ______inches:

FRONT AXLE

__ Turning diagram to be provided with submission of specifications to include the following;

1- Turning radius ______inches

2- Turning diameter curb to curb ______inches

3- Turning diameter wall to wall ______inches

4- Cramp Angle ______degree

OTHER INFORMATION

__ Body Weight & Distribution:______

__ How long has this model been produced? ______

__ How many units are in operation? ______

Page 33

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

EXCEPTIONS

Bidders shall indicate any exceptions to the specification and attach them to Bid Page (refer to Section 13 of boiler plate). All exceptions shall be stated no matter how seemingly minor. Any exceptions not taken shall be assumed by the purchaser to be included in the proposal, regardless of the cost to the bidder.

Name of Company: ______

Address: ______

______

Corporate Officer: ______

Title: ______

Signature: ______

Date: ______

Phone: ______

Page 34

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 I INTENT

THESE SPECIFICATIONS ARE INTENDED TO DESCRIBE PUMPING APPARATUS FOR SERVICE IN THE FIRE DEPARTMENT, CITY OF NEW ROCHELLE, NEW YORK, (N.R.F.D.)

Our priorities for this vehicle include; 1) the safety of our personnel and the general public, 2) reliability and longevity of the vehicle and 3) ease of maintenance. Bidder should consider these priorities when developing their bid.

II GENERAL REQUIREMENTS

2.01 Entire apparatus, with all appurtenances new, complete and ready for operations, shall be furnished delivered under these specifications and shall satisfy all the requirements herein.

2.02 All parts and components, not specifically mentioned, which are necessary to furnish such complete apparatus, shall conform to the best practices known to the automotive and fire apparatus industries in design, strength, quality of material and workmanship.

2.03 Units shall be manufacturer’s latest, top-of-the-line design, highest quality. Modified, where necessary to conform to these specifications.

2.04 Vehicle shall comply with most current version of NFPA 1901 (2009). Any deviation shall be listed in the “exceptions”.

2.04.1 Vehicle shall comply with all Federal and State, standards and laws relating to commercial vehicles as well as fire apparatus.

2.05 Assembly shall be designed to facilitate repairs, maintenance, servicing and lubrication. All surfaces shall be designed and manufactured to eliminate sharp edges and/or corners capable of producing an injury to personnel or damage to gear and equipment.

2.06 All gauges, valves, controls, inlets, outlets, drains and auxiliary appendages shall be labeled (screwed in place) as directed by NRFD.

2.07 All replacement parts listed in these specifications shall be complete, modified and compatible with the apparatus contracted for.

2.08 All filters to be SPIN-OFF throw-away type. Manufacturer shall give a listing of part numbers and locations.

2.09 Apparatus shall be designed for GVW minimum of 26,000 pounds.

Page 35

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

2.10 Apparatus weighing 26,000 pounds or more shall have a maximum governed speed of 65 mph. Apparatus weighing 50,000 pounds or more shall have a maximum governed speed of 60 mph.

2.11 Barrier tape shall be used wherever/whenever necessary to isolate dissimilar metals and prevent corrosion/electrolysis.

2.12 Two (2) Instructional quality DVD’s with narration covering all aspects of vehicle operation shall be supplied. This tape shall include a complete daily apparatus and fluids check, a description of how to bleed brakes, properly shift transmission, shift into and out of pump, a description of how auxiliary cooling and emergency cooling work, and how to implement these procedures. The procedure for priming a pump at draft will be covered. Cold weather operations including re-circulating the booster tank will be covered. Relief valve setting and operation will be shown. Finally every switch, valve, or gauge not otherwise covered in this video will be identified by location, function, and normal operating limits. DVD to be supplied before final payment is made.

2.15 CHASSIS - Chassis frame shall be constructed of STEEL.

2.15.1 The chassis shall be custom tilt-type designed, engineered and manufactured specifically for fire apparatus. It shall be the Manufacturer’s heaviest duty chassis. Manufacture of said chassis must have been employed in the manufacture of fire apparatus chassis for a minimum of five (5) years, acceptable to the N.R.F.D. The manufacturer shall provide service and parts availability twenty-four (24) hours per day; seven (7) days per week via a franchised dealer employing certified truck and apparatus component service technicians.

2.15.2 All sub-contractors shall be identified in bidder proposal. NRFD has the right to approve or reject the said subcontractor.

2.15.3 The complete apparatus shall comply with the following dimensions:

Angle of Approach 15° or Better Angle of Departure 15° or Better Minimum Acceptance Shall be 10° without exception

Page 36

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 MINIMUM MAXIMUM Height 115 inches 120 inches

Width Must conform with DOT regulations.

Length 390 inches

Wheel Base 190 inches 212 inches

Hose Bed: the top of the packed hose in the rear bed shall be no higher than 68 inches from the back step. Hose amounts are listed in section 12.12. In addition the back step shall be no higher than 28” off the ground.

Target curb to curb turning radius shall be thirty two (32) feet or less.

Target wall to wall turning radius shall be thirty six (36) feet or less

2.15.4 It will be the responsibility of the manufacturer to ensure apparatus will be capable of backing into and driving out of the following location in a single unbroken turn in either direction.

New Rochelle Station #3 756 North Avenue New Rochelle, NY 10801

Clear Door Height: 140” Clear Door Width: 138” Bay Length (390”): Other Issues: Bay door is arched

2.15.5 In the event the apparatus fails to comply with 2.12.4 it shall be the responsibility of the manufacturer to make appropriate modifications to apparatus or firehouse.

2.16 CERTIFICATE OF ORIGIN Manufacturer shall provide, upon delivery of each apparatus, its ORIGINAL Certificate of Origin.

2.16.1 A list shall be provided indicating vehicle chassis number and serial numbers of fire pump, engine, transmission, axles, telma, and water tanks mounted thereon.

2.17 CERTIFICATION OF THE ADEQUACY OF COMPONENTS Written certification of the adequacies of the below-listed components shall accompany vendor’s bid:

Page 37

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 2.17.1 Chassis Frame

2.17.2 Transmission

2.17.3 Engine

2.17.4 Brakes

2.17.5 Axles

2.17.6 Steering Gear

2.17.7 Tires

2.17.8 Other assemblies or units which N.R.F.D. may request

2.17.9 Pump

2.17.10 Documentation stating that the vehicle is compliant with N.F.P.A. standards (most current edition).

2.17.11 Heating & air conditioning

2.18 Apparatus shall be capable of being used on grades of at least 17 percent.

2.19 When possible vehicle fluid check shall be able to performed from the exterior of the vehicle without tilting the cab. Dip stick shall be color coded.

III SUPPORT COMPONENTS

3.1 FRAME

Frame shall be adequately braced in accordance with loading and severe operating service.

Factor of safety, under maximum loading, shall be not less than six (6) based upon the elastic limits of material used.

The chassis frame shall be built with (2) heavy duty ladder type frames. The frame shall be designed for heavy duty emergency response work. Each frame rail shall bear the engraved vehicle serial number.

Cross member spacing shall sustain the chosen Gross Vehicle Weight Rating, permit properly engineered installation of chosen chassis components and support a lifetime warranty against cracking of either rail in emergency vehicle service.

Page 38

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

The rear of the frame shall incorporate a cross member which allows for service access between the frame rails to the top of the fuel tank from inside the rear compartment.

3.2 AXLE RATINGS

The apparatus shall be designed with due consideration to distribution of load between the front and rear axles. Weight balance and distribution shall be in accordance with the recommendations of the NFPA.

3.2.1 FRONT AXLE COMPONENTS

3.2.1.1 STANDARD

The front axle shall be a Meritor model MFS-133A with a beam and spindle capacity that is designed to meet the maximum anticipated final fully loaded apparatus. It shall be provided with oil lubricated wheel bearings and a clear oil level viewing window.

3.2.1.2 OPTIONAL – FRONT NON-DRIVE AXLE

The cost to upgrade to this option shall be listed on the options page. Additional information on this option shall be included, including, but not limited to: Make / Model, Turning radius, change in stopping distance, change in maintenance cycles, etc.

The front axle shall be of the independent suspension design with a ground rating that is designed to meet the maximum anticipated final fully loaded apparatus. Camber at load shall be zero degrees for optimum tire life. It shall be provided with oil lubricated wheel bearings and a clear oil level viewing window.

The steering linkage shall provide proper steering angles for the inside and outside wheel, based on the vehicle wheelbase.

3.2.2 REAR AXLE COMPONENTS

Page 39

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

The rear axle shall be a Meritor RS-26-185 with a fire and emergency rating capacity that is designed to meet the maximum anticipated final fully loaded apparatus. The axle shall include single reduction hypoid gearing and oil lubricated wheel bearings. A Telma electromagnetic retarder shall be installed to provide additional vehicle braking. See 8.5. A gear ratio shall be selected for the specified drive train components to provide a top road speed of sixty (60) miles per hour (+/- 2 MPH).

3.3 SUSPENSION SYSTEM

3.3.1 STANDARD FRONT SUSPENSION

The front suspension shall be a flat leaf design with a capacity designed to meet the maximum anticipated final fully loaded apparatus. Front spring bushings shall be graphite impregnated bronze spring pin with grease seals.

Springs shall be variable rate, heavy duty type, rated at one hundred percent (100%) of GVW. Spring hangers and shackles shall be bolted to chassis; huck bolts will be acceptable.

3.3.2 OPTIONAL FRONT SUSPENSION

If the front non drive axle option is selected, the front suspension shall be an independent suspension system shall be designed to provide maximum ride comfort. The design shall allow the vehicle to travel at highway speeds over improved road surfaces and at moderate speeds over rough terrain with minimal transfer of road shock and vibration to the vehicle's crew compartment. The design shall have a capacity designed to meet the maximum anticipated final fully loaded apparatus.

Each wheel shall have torsion bar type spring. In addition, each front wheel end shall also have energy absorbing jounce bumpers to prevent bottoming of the suspension.

The torsion bar anchor lock system allows for simple lean adjustments, without the use of shims. Adjustment design is such that it allows for ride height adjustment on each side.

3.3.3 FRONT SHOCK ABSORBERS

Heavy-duty, double acting shock absorbers shall be provided.

Page 40

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 3.3.4 REAR SUSPENSION

The rear suspension shall be a self-leveling Reyco spring pack. The design shall have a capacity designed to meet the maximum anticipated final fully loaded apparatus. Rear spring bushings shall be graphite impregnated bronze bar pin end connections with grease seals.

Springs shall be variable rate, heavy duty type, rated at one hundred percent (100%) of G.V.W.

Spring hangers and shackles shall be bolted to chassis; huck bolts will be acceptable.

Access panels shall be provided in compartments to facilitate free access to shackle pins and hangers and to permit ready removal of springs.

All spring bushings are to be metal and provided with grooves to permit grease to penetrate around shackle pins. No paint on suspension slide pins.

3.4 CHASSIS LUBRICATION

3.4.1 LUBRICATION SYSTEM

A Vogel model #KFU-2-40, twenty-six point centralized lubrication system shall be provided. The lubrication system shall consist of a 2.7 liter capacity lubrication pump, mounted outside the chassis frame rail, easily accessible for visual checks and replenishment. The distribution hose shall be plastic.

The system shall include metered, piston distributors at lubrication points for the chassis front axle kingpins, front and rear spring suspension pivot points, steering draglink and tie rods, and front and rear brake actuation and adjustment mechanisms and all stationary grease points.

An electronic control unit shall be provided to monitor the system requirements and operation. The control unit shall be mounted within the cab of the chassis. The electronic control unit shall utilize an indicator light to alert the operator of any fault within the lubrication system and it shall be mounted in the dash panel within easy view of the driver.

Page 41

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

3.5 SKID PLATES

Heavy duty front skid plat shall be provided to protect the radiator and front end from contact with the ground. Skid Plates are not required if other sacrificial components (i.e. tow hooks) are in a position to prevent such damage.

IV BRAKES

4.1 FRONT BRAKE COMPONENTS

The front brakes shall be Meritor 17" air disc model EX225 with Ferodo or equal fire and emergency severe service caliper pads. Brakes shall also include front brake disc rotors. Automatic slack adjusters will be provided. No brake dust covers.

4.2 REAR BRAKE COMPONENTS

The rear brakes shall be Meritor "P" series 16.5" x 7" heavy duty cam type, equipped with Ferodo or equal non-asbestos brake shoe linings specifically designed for fire and emergency severe service and for application with a single drive axle. Brakes shall be equipped with double anchors and cast iron shoes. Automatic slack adjusters will be provided. No brake dust covers.

4.3 BRAKE CHAMBERS

The rear brake chambers shall be adequate spring brake chambers mounted on the forward side of the drive axle.

4.3.1 Chambers shall have threaded rod with removable clevis to the slack adjuster.

4.4 BRAKE CHAMBERS

Haldex spring set parking brake chambers shall be supplied with a dash mounted Bendix PB-1 yellow handle push/pull control located convenient to the driver and reachable by the officer. If the officer can’t reach this control, while seated and belted, a second park brake control valve shall be installed on the officer side of instrument panel. This valve shall only activate the brakes if manually pulled out, low air pressure shall not activate this valve.

A light located in the driver's dash panel shall illuminate whenever the park brake is activated

Page 42

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 4.5 AIR BRAKE SYSTEM

A dual circuit, air operated braking system, meeting the design and performance requirements of FMVSS-121 and the operating test requirements of NFPA 1901, shall be installed. The system shall be powered by an engine mounted, gear driven air compressor. Governor shall be mounted for easy access and to protect from excessive heat.

The air system shall be plumbed with reinforced, color coded nylon air brake tubing in conformance to SAE J844-94, Type B and US D.O.T. Standards. The compressor discharge shall be plumbed with stainless steel braided hose lines with a Teflon lining. Nylon air lines shall be enclosed in high temperature convoluted loom run along the inside frame rails, secured with non-conductive, corrosion resistant strapping mounted with stand-off fasteners. Cord reinforced rubber hose lines with brass fittings shall be installed from frame rail to axle mounted air connections.

A pressure protection valve shall be installed to prevent the use of air horns or other air operated devices should the air system pressure drop below 80 psi (552 kPa).

The chassis air system shall meet NFPA 1901, latest edition for rapid air pressure build-up within sixty (60) seconds from a completely discharged air system. This system shall provide sufficient air pressure so that the apparatus has no brake drag and is able to stop under the intended operating conditions following the sixty (60) seconds build-up time.

The rear brake service and parking chambers shall be properly sized based on the Gross Vehicle Weight Rating and type of brake selected.

4.6 AIR DRYER

Meritor Wabco system 1200 air dryer with spin on filter. Dryer shall come equipped with an integral, automatic, 12 volt heated moisture ejector which is thermostatically protected. System shall include a pressure controlled check valve installed between tank and secondary reservoir. Dryer shall be designed to maintain the warranty coverage on brake system components.

4.7 AIR TANKS

The main system shall provide a minimum of 4860 cubic inches of air supply with not less than three reservoirs in accordance with FMVSS-121.

Page 43

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 4.7.1 AIR TANKS

An additional air reservoir shall be provided with a PP-4 pressure protection valve with an inlet check valve. It shall add 1730 cubic inches of air storage capacity to the air brake system.

4.7.2 TANK DRAINS

Air tanks shall be equipped with automatic drain valves Drains shall be provided on the all storage tanks reservoirs.

4.8 AIR BRAKE SYSTEM

A Meritor Wabco, four-channel Anti-Lock Braking System with four-wheel sensors and four modulators to control and compensate braking force at each wheel shall be installed. A dash mounted diagnostic light shall be installed for servicing the system.

The system shall prevent wheel lock-up during braking thereby allowing the vehicle to accomplish a controlled stop while remaining substantially in the direction of travel at the time of brake application.

An ABS warning light shall be installed on the driver's dash. The light shall remain illuminated until the vehicle is moving at least four (4) mile per hour. A labeled diagnostic switch shall be mounted on the Diagnostic Information panel and will cause the ABS light to blink to indicate system failures.

Automatic Traction Control (ATC) shall be installed. The ATC system will sense wheel slip and apply air pressure to brake the wheel and reduce engine torque to provide improved traction. An ATC indicator light will illuminate when the system is active.

The ABS electronic control unit (ECU) shall work with the engine ECU, sharing information concerning wheel slip. Engine ECU shall use information to control engine speed, allowing only as much throttle application as required for the available traction, regardless of how much the driver is asking for. A "mud/snow" switch shall be provided on the instrument panel. Activation of the switch shall allow additional tire slip to let the truck climb out and get on top of deep snow or mud. Final location to be approved by N.R.F.D.

Page 44

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

V TIRES, WHEELS

5.1 TIRES

5.1.1 FRONT TIRES, WHEELS AND HUBS

The front tires shall be Michelin XZY-3 "super single" radial tires with all position tread. The tires shall be sized to meet the breaking, steering and suspension system and shall have a capacity designed to meet the maximum anticipated final fully loaded apparatus. Tire design & tread subject to NRFD approval.

Front wheels shall be Alcoa 823660 10-bolt, hub piloted aluminum disc, with a maximum capacity designed to meet the maximum anticipated final fully loaded apparatus. Tires Shall Match Wheels . Each front wheel outer surface shall be polished.

5.1.2 REAR TIRES, WHEELS AND HUBS

Four rear tires shall be Michelin XDN2 radial tires with drive position tread. The tires shall be sized to meet the breaking and suspension system and shall have a capacity designed to meet the maximum anticipated final fully loaded apparatus. Tire design & tread subject to NRFD approval.

Four rear wheels shall be Alcoa 893600 aluminum 10-bolt, hub piloted disc, with a maximum capacity designed to meet the maximum anticipated final fully loaded apparatus. Tires Shall Match Wheels . Each rear wheel outer surface shall be polished.

5.1.3 HUB AND LUG NUT COVERS

Polished 304L Stainless steel axle hub and lug nut covers shall be installed on the rear axle outer wheels.

5.1.4 HUB AND LUG NUT COVERS

Polished 304L Stainless steel axle hub and lug nut covers shall be installed on the front axle. The front axle covers shall include openings to view axle seal oil level.

5.1.5 AIR PRESSURE MONITORING

Visual air pressure monitoring valves or comparable system shall be installed on all Tires (6) to indicate low pressure, without the use of a

Page 45

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 separate tire pressure gauge. A "Crossfire" air pressure equalization system shall be provided on the rear dual wheels.

5.1.6 SPARE TIRE AND WHEEL

Two (2) spare tires and wheels, one (1) front and one (1) rear as specified shall be supplied by the chassis manufacturer and shipped loose with the chassis. Wheel and tire shall match specifications including polishing.

VI STEERING

6.1 The steering gear shall be a TRW model TAS-85 with ram assist and rated to match the suspension, breaks and tires. Steering geometry shall be capable of 45 degree cramp angle, minimum, in both directions limited only by specified tires and wheels. Steering shall be achieved in five and three quarter (5-3/4) turns of the steering wheel from full left lock to full right lock.

6.1.1 The power steering pump shall be a Vickers V20.

6.1.2 Power steering reservoir shall have a capacity of four (4) quarts or more of power steering fluid.

6.1.3 A letter from the hydraulic pump manufacturer stating they approve of the hydraulic pump selection and its operating temperature and flow shall be furnished with the bidder's proposal.

6.2 STEERING COLUMN AND WHEEL

The steering column shall be a tilting and telescoping type, designed to collapse under impact. The steering column shall be capable of telescoping up to 3", tilting up to 6" and shall have infinite adjustment within its range of operation. The steering column shall have a self-canceling turn signal switch with a headlamp dimmer switch, windshield washer switch and hazard flasher controls located in the control stalk.

6.3 STEERING WHEEL

An 18" diameter padded charcoal gray steering wheel with a center horn button and grip spokes shall be provided.

Page 46

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

VII ENGINE

7.1 The engine shall be a Cummins ISL 450 diesel fueled, turbo charged engine. The engine shall offer a rating of 450 horse power at 2100 RPM which shall be governed at 2200 RPM. The engine shall produce 1250 foot pounds of torque at 1400 RPM with 543 cubic inches of displacement.

The Cummins ISL 450 shall be an air charge cooled, in-line six (6) cylinder, four cycle engine. The engine shall feature an electronic governor, a high pressure common rail fuel system, and fully integrated electronic controls. This system shall be coupled with a Holset VGT™ (Variable Geometry Turbocharger) which delivers outstanding performance at ratings up to 450 HP. The Cummins ISL engine shall include replaceable wet liners plus heavy duty roller followers, and targeted piston cooling. The engine shall include an engine mounted combination full flow/by-pass oil filter with replaceable spin on cartridge for the lubrication system. The engine shall include 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 2010 emissions standards without compromising performance, reliability or durability using cooled exhaust gas recirculation and selective catalytic reduction technology.

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

7.2 ENGINE STARTER - shall be a Delco Remy 12 volt 42MT with over crank protection (OCP) and thermal protection, controlled by a dash mounted three (3) position rocker switch. @ position 1) battery on/off, 2) start

7.3 ENGINE DRIVEN AIR COMPRESSOR - shall be a Bendix BA-921 piston type compressor rated at 15.9 cfm airflow at 1250 RPM. The air compressor discharge line shall be protected from engine heat.

7.4 ENGINE AIR INTAKE AND CLEANER

The air intake shall be designed to maximize air flow through the grille.

7.4.1 The frontal air intake shall be allow for an integral ember separator to prevent burning embers, dirt and re circulating hot engine air from entering the air cleaner while allowing for moisture separation and drainage. The air intake duct and ember separator shall be designed to

Page 47

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 be easily removed from the air cleaner housing for ease of cleaning and air cleaner element replacement

7.4.2 The engine air cleaner shall be the size recommended by the engine manufacturer. The placement of the air cleaner shall prevent engine heat from adversely affecting any portion of the air intake system. The air cleaner element shall be manufactured from a media and shall include an ember separator to resist flaming embers and shall be easily replaced by tilting the cab.

7.4.3 The air cleaner intake shall be located on the right side of the cab, over the wheel well. The air intake bezel shall be chrome ABS and shall be protected by a stainless steel wire mesh screen. It shall have a sealed system designed to prevent water from entering the intake pipe or air cleaner. The air cleaner shall include a moisture evacuator to allow discharge of condensation from the intake system.

7.5 A mechanical air inlet restriction gauge shall be visible through the in-cab service access door or in dash and it shall trigger a dash mounted warning light in the event of an air inlet restriction.

7.6 The chassis shall be equipped with a high capacity radiator. The radiator and the complete cooling system shall meet or exceed NFPA cooling system standards. Cooling system capacity shall exceed all cooling requirements specified by the engine and transmission manufacturer and all EPA requirements under all truck operating conditions.

The individual cores of the cooling system shall be mounted in a manner to allow expansion and contraction at various rates without inducing stress into the adjoining cores.

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

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

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

Page 48

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 The charge air cooler shall be a cross-flow design constructed completely of aluminum with cast tanks. All charge air cooler tubes shall be formed from aluminized steel tubing and installed with silicone hump hoses and stainless steel “constant torque” style clamps meeting the engine manufacturer's requirements.

7.6.1 COOLING CLUTCH FAN - A nylon radiator cooling fan shall be controlled with a Horton fan clutch. An automatic fan control shall be provided. The fan shall engage when the air conditioning system is on and for pumper vocations, when fire pump shift occurs. As head pressure builds up in the A/C compressor the fan will cycle on and off.

7.6.2 Attention will be directed to the adequacy of radiator mounts and frame supports. Mounts shall be heavy duty rubber type. Radiator frame shall have a system to adequately support & protect radiator from movement & vibration damage. The core shall be supported on both sides by a wrap around steel c-channel section with (2) lateral reinforcements between them. The mounting assembly shall dampen road shock and engine torque transmitted to the radiator.

7.6.3 The cooling system shall include a translucent surge and de-aeration tank. This tank shall have a sensor to warn the driver of a low coolant level via a red warning light on the dash. The surge tank shall have a dual seal cap that meets the engine manufacturer's pressure requirements, and allows for expansion and recovery of coolant to a separate tank.

7.6.4 The entire cooling system shall be capable of maintaining engine manufacturers and NFPA recommended engine operating temperature during all load conditions, including extended periods at full load, required by the engine manufacturer. The radiator core shall be compatible with all commercial antifreeze solutions. The system shall ensure that temperatures do not maximum or minimum operating temperatures as recommended by the engine manufacturer. A drain valve shall be located at the lowest point of the cooling system and at other points to permit complete flushing of the coolant from the system. Cooling air shall be drawn in by a heavy-duty fan, shrouded by recirculation shields that permit only fresh cool air through the radiator.

7.7 The chassis shall be equipped with Gates "Blue Stripe" coolant hoses. Hose construction shall be with EPDM (Ethylene Propylene Diene polymer). The hose wall construction shall reduce water permeation, decreasing radiator topping and coolant concentration imbalances. These hoses will provide a high durometer clamping surface to prevent cold seepage. Constant tension

Page 49

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 hose clamps shall be provided for all coolant hoses of 1/4" diameter and greater.

7.8 The chassis shall be equipped with flexible hose plumbing to provide flow of engine coolant fluid to the front and rear heater cores. Formed hard line plumbing shall be used from the front of the cab back to the rear cab heaters. The chassis shall be equipped with ball type shut-off valves on the heater hoses to shut off the flow of coolant fluid to the front and rear heater cores. Lines shall be routed to prevent chafing or damage by other components of the apparatus. Heater hoses shall be insulated.

7.9 Engine coolant shall be heavy-duty pre-mixed ethylene glycol antifreeze. The engine coolant shall be treated with supplementary coolant additives (SCA's) as required by engine manufacturers. Engine coolant shall provide anti-freeze protection to -34 degrees Fahrenheit.

7.10 The engine shall be equipped with an alarm system for low oil pressure, high coolant temperature and low coolant level. The system shall warn the driver or pump operator of a potentially damaging engine operating condition. This warning system shall not shut down the engine or reduce power under any conditions.

7.11 ENGINE START/STOP CONTROL. The vehicle shall be equipped with a keyless ignition, three (3) position rocker switch, "Off/Run/Start" that shall be easily accessible to the driver.

7.11.1 There shall be an additional AMOT emergency engine shutdown/air intake shut off with an air activated reset in the cab.

7.12 Emergency Shut-Down:

Shall be of the “AIR” shut-down type. Shall be readily identifiable and designated with the label “EMERGENCY ENGINE STOP”. Shall be shielded to prevent accidental engagement. Shall be independent of the Primary Shut-Down Device. Design and location shall be subject to N.R.F.D. approval. Design & location of device’s reset shall be subject to N.R.F.D. approval.

7.13 FUEL SYSTEM COMPONENTS

The chassis shall be equipped with a 65 gallon rear mounted rectangular fuel tank that shall be constructed of steel alloy with stamped heads. It shall provide a minimum 65 gallon (246 liter) "draw" capacity on an incline in any direction up to 17 degrees. The fuel tank shall be certified to meet FMCSR 393.67 tests.

Page 50

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

Dual pick-up, dual return ports and dual fuel level sender ports with a single 3/4" tank draw tube shall be provided for possible future requirements. A 1/4" atmosphere vent line shall be included. The bottom of the fuel tank shall contain a 3/4" magnetic drain plug that shall be recessed to prevent the plug from protruding from the bottom of the fuel tank.

The tank shall be spring mounted to the frame aft of the rear axle. Mounting shall include (2) stainless steel straps protected against chafing the tank by form fitted rubber channels.

The fuel tank shall be equipped with a 2" filler neck assembly with a 3/4" vent to prevent back splash at rapid filling rates and shall be located on the left hand side of the tank. The fuel fill cap shall have a lanyard.

7.14 FUEL LINES

The fuel lines shall be high temperature reinforced nylon single suction and return with 12VDC re-prime electric pump and crimped fittings. The lines shall be carefully routed along the inside of the frame rails, protected against chaffing by non-conductive, frame mounted stand off fasteners. A fuel cooler will be provided to maintain the proper fuel temperature.

A Detroit Diesel FuelPro 382 heated thermostatically controlled full function combination fuel filtration/water separation unit shall be installed in lieu of the standard primary and secondary filters. The filter shall have a 12 volt heated sight bowl, water sensing light, and a spin-on filter element. The filter shall be accessible, easily serviced and replaced. There shall be a fuel line shut-off valve on both sides of the filter(s).

An auxiliary electric fuel pump shall be added to the fuel line for priming the engine. A switch located on the cab instrument panel shall be provided to operate the pump.

In addition to the drivers dashboard a weatherproof fuel gauge shall be mounted on pump panel indicating the amount of fuel in the chassis fuel tank.

7.15 ENGINE INSTALLATION CERTIFICATION

The fire apparatus chassis manufacturer shall provide, at the time of bid, a letter from the engine manufacturer stating they approve of the engine installation in the bidder's chassis. The approval of the engine installation shall be at full horsepower rating in a continuous duty application under all operating conditions, including road and pump. No type of automatic horsepower reduction feature shall be allowed.

Page 51

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 7.16 EXHAUST SYSTEM

The exhaust system shall include a diesel particulate filter, a diesel oxidation catalyst, and a selective catalytic reduction catalyst to meet current EPA standards. The selective catalytic reduction catalyst utilizes a diesel exhaust fluid solution consisting of urea and purified water to convert NOx into nitrogen, water, and trace amounts of carbon dioxide.

The system shall utilize 0.065 inch thick stainless steel exhaust tubing between the engine turbo and the diesel particulate filter. This section of the exhaust system shall be wrapped with a thermal cover in order to retain the necessary heat for system regeneration. Zero leak clamps seal all system joints between the turbo and diesel particulate filter.

From the diesel particulate filter to the end of the tailpipe the system shall be plumbed with 0.065 inch thick aluminized steel tubing connected with overlapping band style clamps. The discharge shall terminate horizontally on the officer side of the vehicle ahead of the rear tires.

The exhaust system shall be mounted below the frame with the selective catalytic reduction catalyst stacked outboard of the diesel particulate filter.

The exhaust shall include an insulated wrap to protect the surrounding components from any radiant heat which might be transferred from the exhaust.

7.17 EXHAUST OUTLET

The engine exhaust shall be equipped for a PlymoVent exhaust removal system connector. This is to include, but not limited to: proper angles on pipe(s), receiver plate, etc.

7.18 EXHAUST CONTROLS AND INDICATOR LIGHTS

The following amber indicator lights will be located on the driver's side of the cab to denote engine information:

Diesel Particulate Filter (DPF) High Exhaust Temperature (HET) Malfunction Indicator Lamp (MIL)

A switch to activate the diesel particulate filter regeneration cycle will be located on the driver's side dash. There shall be an automatic or manual delay as part of this switch system. The maximum exhausted temperature during reagent shall not exceed 851 degrees Fahrenheit.

Page 52

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

7.19 DIESEL EXHAUST FLUID TANK

The exhaust system shall include a molded cross linked polyethylene tank integrated into the battery tray for diesel exhaust fluid. The tank shall have a capacity of 6.00 usable gallons and shall be mounted on the LH side of the chassis frame. The tank fill tube shall be routed under the rear of the cab with the fill neck and splash guard accessible in the top rear step.

7.20 DRIVE SHAFT

A balanced driveline from the transmission to the rear axles shall be engineered to handle the combination of the engine and transmission torque and the resistance created by the GVW (gross vehicle weight) rating.

All Drive Shafts shall have suitable guards with catch brackets (covering both ends of each shaft section) to prevent damage in case of failure of shaft or universal.

The drive shaft angles and installation shall comply to Axle, Transmission, Retarder & Drive line component manufacturers requirements.

Driveline angles must be in compliance with Telma Retarder installation requirements.

All driveshaft joints shall be half “U” joints or mechanics joints for ease of removal and replacement.

7.21 DIAGNOSTIC ANALYZING

NRFD has HP Toughbook Laptop computers for apparatus diagnostics. The apparatus manufacturer shall provide all appropriate OEM software, interface adaptors, & cables for Engine, Transmission, ABS systems, pump or any/all diagnosis, troubleshooting & repair software and hardware (excluding the PC) shall be supplied.

VIII TRANSMISSION AND DRIVE LINE

8.1 TRANSMISSION - The chassis shall be equipped with an Allison 4000 EVS- P, six (6) speed automatic transmission. The transmission shall be equipped with the following:

8.1.1 WTEC operating controls and programmed for Fire Apparatus vocation, with Electronic oil level indicator with diagnostic reader port and 4th gear lock-up circuit for fire pump operation

Page 53

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

8.1.2 The chassis to transmission wiring harness shall utilize Metri-Pack 280 connectors with triple lip silicone seals and clip-type positive seal connections to protect electrical connections from contamination without the use of coatings.

8.1.3 A 5- years/unlimited distance warranty includes internal components of the Allison transmission. An authorized Allison distributor or sales and service facility shall conduct the repairs. Claims are filed directly with Allison by repair facility.

8.2 TRANSMISSION PROGRAMMING - The transmission shall be equipped with Allison 4 th Generation Controls and shall be programmed for five (5) speed Fire & Emergency Vocational Package (120) split shaft pumper application.

8.3 TRANSMISSION SHIFT SELECTOR - An Allison double digit six (6) speed "Touch Pad" electronic shift selector with transmission fluid check feature shall be located on the forward left side of the engine enclosure in close proximity to the power on/off/start switch and the parking brake control. Shift Position Indicator will be easily visible and lit for both day and night operations.

8.4 A transmission cooler, approved by Allison shall be provided.

8.5 TELMA RETARDER - A Telma Drive-Line electromagnetic Retarder System shall be installed to provide additional vehicle braking. It shall be properly sized for Apparatus load. Focal mount on rear axle. Operation of retarder shall interface with “ABS” system. Brake pedal application of retarder shall continue to work when ABS system senses a failure. Cab dash mounted indicator lights shall be provided to show retarder activation stages applied.

The ABS system shall automatically disengage the auxiliary braking device, when required. The retarder shall be installed in the axle manufacturing plant to ensure compliance with Meritor and Telma procedures.

IX FIRE PUMP

9.1 STAINLESS STEEL PUMP ENCLOSURE

9.1.1 A side control pump enclosure shall be installed. The substructure shall be constructed entirely of 12 gauge 304L stainless steel using a break-formed design for the components. Transverse 3/16" thick 304L stainless steel break-formed cross-members shall support the 12 gauge substructure and the exterior panels independently from the cab and

Page 54

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 rear body of the apparatus. The cross-members shall be isolated from the frame rails using mylar.

9.1.2 The pump enclosure shall be a free standing module supported only by the top of the frame rails in four or more places, and secured with angle brackets bolted to both the pump enclosure support cross rails and the side of the chassis frame rails. This mounting method is designed to eliminate shift and stress on the pump enclosure, pump panels and running boards.

9.1.3 The pump panel on the right (passenger's) side shall be removable with lift and turn type fasteners. The opening will have at least 18” clearance on its smallest dimension. The left (driver's) side is fastened with screws.

9.1.4 All side panels, instrument panels, and bezels shall be laser cut and deburred to eliminate sharp edges. For best uniform appearance, all brushed finish on the stainless steel trim pieces shall run in the same horizontal direction.

9.1.2 PUMP ENCLOSURE DIMENSIONS - Overall length shall not exceed 50" front to back, plus flex joints. Overall width shall be 76" side to side, plus running boards. Overall height shall be 80", plus accessories. All dimensions are +/- 2%.

9.2 CONTROL AND INSTRUMENT PANELS - Removable 14 gauge brushed stainless steel pump panels shall be installed. All items on these panels shall be functionally arranged. Arraignment shall be approved by NRFD. These panels shall have large cut-outs with stainless steel trim collars for ease of service of side mounted suction and discharge valves without requiring disassembly of the lower side panels for routine maintenance.

There shall be one (1) or more drop down gauge panels on the pump operator's side which shall contain the master pressure and suction gauges as well as engine monitor gauges and shall contain the individual line pressure gauges. Panel shall be securely held in the open position using corrosion resistant vinyl covered retaining chains. Two black knurled knobs with retainer clips shall be installed on door to hold the panel closed. All line gauges shall be functionally arranged in a horizontal plane. All items shall be installed in accordance with NFPA 1901 standards.

9.2.1 LIGHT HOOD/STEP FOR LEFT SIDE PUMP PANEL

An Aluminum diamond plate combination step / hooded light shall be installed above the left side pump connection panel. The stepping

Page 55

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 surface shall be a minimum of 8" deep and properly reinforced to support a man's weight. Illumination shall be provided by a total of 36" On Scene Solutions Night Stick LED’s with clear lens lights shall be installed under the hood. Lights shall be controlled by a switch on the pump operator's panel. One of the lights shall be activated when the pump is engaged.

9.2.2 LIGHT HOOD FOR RIGHT SIDE PUMP PANEL

An Aluminum diamond plate combination step / hooded light shall be installed above the right side pump connection panel. The stepping surface shall be a minimum of 8" deep and properly reinforced to support a man's weight. Illumination shall be provided by a total of 36" On Scene Solutions Night Stick LED’s with clear lens lights shall be installed under the hood. Lights shall be controlled by a switch on the pump operator's panel. One of the lights shall be activated when the pump is engaged.

9.3 DEADLAYS

9.3.1 Two (2) dead-lay compartments. The crosslay dividers shall be adjustable and unpainted with a DA finish. The dead-lay walls shall also be unpainted with a DA finish. The flooring shall be removable sections of maintenance free Duradek slatted fiberglass or aluminum grating. 90 degree stainless body protectors left side, right side and below the dead-lays.

9.3.2 The dead-lays shall accommodate the following (from front to rear):

1) 200' of 3" double jacket hose. (Mercury Monitor Straight Nozzle) 2) 200' of 3" double jacket high pressure hose (Gated Wye). The nozzle and the gated wye shall fit inside with the lid closed and be able to be removed to either side without lifting the lid.

9.3.3 A hinged aluminum treadplate cover shall be installed over the dead- lay hose beds. It shall include a latch at each end of the cover to hold it securely in place, a chrome grab handle at each end for opening and closing the cover and a foam rubber gasket where the cover comes into contact to a painted surface. Cover shall be able to stay open during repacking, via gravity or a mechanical hold open device.

The cover shall extend over the sides in a webbing style of netting that shall cover both sides of the crosslays and be attached with a quick release system that can be operated with fire gloves on. To be approved by NRFD.

Page 56

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

9.4 STORAGE AREA - The remaining area above the pump enclosure shall be used for enclosed miscellaneous equipment storage. The floor in this area shall be Duradek slatted fiberglass or aluminum grating.. The entire storage area shall be enclosed with a floor fabricated of 3/16" aluminum tread plate and completely removable for pump access. Left and right side over the pump access doors, which shall be horizontally mounted from a top full length piano hinge, have gas shock hold opens and have a lockable “D” handle latch (key to match other compartments). A slot for 2 backboards with straps shall be provided.

Fabricate two top opening water proof hatch type doors in the horizontal surface of this cover one each side. Doors shall be of the maximum size practical for the given storage area. A fix portion will be used for rigid installation of the deck gun.

Each door shall be fully gasketed and shall have stainless steel hardware with piano hinge, quarter turn single point flush stainless steel bent D-ring latch and gas tube hold open arms. The doors shall be as large as practical for the given storage area. The compartment interior shall be illuminated by LED compartment lights wired to turn on when any door to this compartment is open.

9.6 RUNNING BOARDS - Install two (2) 3/16" aluminum tread plate running boards with 14 gauge stainless steel soft suction hose wells each side of the pump enclosure. Running boards shall be a minimum of 12" deep. Install Duradek slatted fiberglass or aluminum grating in the bottom of the hose wells for superior drainage and ease of maintenance. The hose wells shall be designed to “pop out” when struck from below, with front and rear angles (aprox 45 degrees) and shall at a minimum store 30' of 5" hose, and each shall be equipped with hose retaining buckle straps.

9.7 TAGS - Color coded tags shall be installed to identify all valve controls, gauges, and drain valves, etc. as per the recommendations listed in the current NFPA Pamphlet 1901 section 16.9.1. All discharge and inlet tags shall have chrome plated bezels and shall be bolted in place (screws or pop rivets are not acceptable). Any individual control labels shall be color coded and installed with chrome plated bezels. Intake and discharge piping shall have corresponding color coded plumbing. Final NRFD approval at pre- construction meeting.

9.8 "NO STEP" TAGS - A minimum of two (2) permanently mounted etched zinc tags shall be installed to identify non-step surfaces at and around the pump enclosure.

Page 57

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 9.8.1 OUTLET COVERS – Up to six (6) diamond plate covers shall be installed on the left (2) and right (2) pump panels and two (2) in the rear shall be installed to protect these outlets from being stepped on. Based on design, these covers may not be needed.

9.9 VALVE CONTROLS - All valve control types are listed below.

9.9.1 GENERAL

All valves will be Elkhart unless listed otherwise.

Any 3" and larger discharges or gated intakes shall have a speed regulated operating mechanism as per NFPA 1901 standards.

Any Connecting linkage shall be installed in a manner that will not bind, and once set will not require further adjustment.

9.9.2 ELECTRIC – All electric valves on discharges shall be Elkhart Brass Unibody Electric Controllers Model #UBEC3 with color rings. For 6” intake use Waterous recommended valve controlers.

9.9.3 SWING - The swing type valve control levers for the auxiliary intakes shall be positioned up in the closed position and down in the open position for unobstructed view the discharge gauges when in use. All swing type valve control handles shall be supplied by the valve manufacturer. Elkhart Brass valves shall be used.

9.9.4 PUSH PULL – All push-pull valve control handles shall be twist lock type with chrome plated handles and bezels. Connecting linkage shall be minimum 1/2" diameter and installed in a manner that will not bind, and once set will not require further adjustment. Elkhart Brass valves shall be used.

9.9.5 VALVE CHART

Discharge Valves Type Color Front Electric Orange Deck Gun Electric Silver #1 2½” Left Pump Panel Electric Red #2 2½” Left Pump Panel Electric Pink #3 5” Right Pump Panel Electric White #4 5” Right Pump Panel Electric Blue #5 2½” Left Rear Electric Light Blue #6 2½” Right Rear Electric Green Pump to Tank Push/Pull Rod Black

Page 58

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 Intake Valves Type Color Left Main 6” Electric Yellow Right Main 6” Electric Yellow / Red Left Auxiliary 2½” Swing Yellow Right Auxiliary 2½” Swing Yellow Tank to Pump Push/Pull Rod Yellow

9.10 GAUGES

9.10.1 MASTER GAUGES - Digital Fire Research Master Pressure Gauge as part of its TGA300 InControl system..

9.10.2 INDIVIDUAL LINE GAUGES - Each discharge shall be equipped with Elkhart Brass Unibody Electric Controllers (unless otherwise noted) Model #UBEC3 with color rings. These controllers include LED digital pressure and flow (GPM).

9.10.3 ELECTRONIC PRESSURE GAUGES/FLOWMETERS - Each discharge shall be equipped with Elkhart Brass Unibody Electric Controllers Model #UBEC3 with color rings. These controllers include LED digital pressure and flow (GPM). The LED digital flowmeter display shall include sensors matched to pipe size for best accuracy.

9.10.4 ENGINE GAUGES - The tachometer, engine oil pressure, engine water temperature and chassis voltmeter monitoring functions are incorporated into the Fire Research IN-Control System governor electronic module. Located on the pump panel.

9.11 ELECTRONIC GOVERNOR CONTROLS - Electronic governor controls system. Operate in either an RPM mode or PSI mode. The system shall include safety interlocks and pump cavitation protection features.

9.12 FAST IDLE - A preset fast idle set at 1100 rpm (or as otherwise required) shall be included with the electronic engine. The high idle feature shall be activated by a control switch mounted in the central dash panel.

The high idle shall be operational only when the parking brake is on and the truck transmission is in neutral. A green indicator light shall be provided adjacent to the switch. The light shall illuminate when the above conditions are met. The light shall be labeled "OK to Engage High Idle".

9.13 WATER LEVEL GAUGE - The water level gauge shall be a Fire Research Tank Vision Model WL2000-FER with nine super bright LED's to show the tank volume. The display shall use a two-dimensional two-element lens to refract the light from the LED's to provide full 180-degree visibility for the level indications. The

Page 59

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 gauge shall use a pressure transducer installed near the bottom of the water tank to determine the correct volume in the tank.

9.13.1 Tank level to be equipped with remote sender to power Two (2) sets of four (4) Whelen 5300 series LED’s mounted on the cab, behind the right and left side rear doors (colors; blue, amber, amber, red [from top down]). They will indicate water level full, 3/4 full, 1/2 full, 1/4 full and empty. The above system shall function similar to the standard five (5) light at the pump panel. The system shall be interlocked to the pump in gear circuit, therefore, allowing the lights to be activated only when the pump is put into gear.

9.14 HAND RAILS - Two (2) approximately 18" long extruded aluminum non-slip hand rail shall be installed one (1) each side at the top of the pump enclosure. These hand rails are provided to access top of pump storage areas and accessories.

9.15 DECK GUN

9.15.1 Furnish one (1) Elkhart Stinger 2.0 portable monitor attached to a model 8298 flange. Supplied with portable base stand with collapsible legs shall be included with a single built-in 5" Storz inlet and safety chains Model 8297.

9.15.2 The deck gun shall be attached to a manual 18” TFT’s extend-a-gun. A sensor shall alert the driver when the deck gun is not properly nested for travel, there shall be a position sensor on the telescopic waterway wired to a red flashing light in the cab.

9.15.3 Unit shall be equipped with a stream shaper and set of lightweight quad stacked tips shall be provided.

9.15.4 A mounting bracket designed for this base shall be provided.

9.15.5 An anchor kit Model #81204 shall be provided.

9.16 UTILITY AIR OUTLET, DRIVER'S SIDE - An air discharge outlet shall be installed with a female quick disconnect coupling on the lower left side pump panel along with an emergency shut-off valve. This air outlet shall tie into the chassis air brake system auxiliary reservoir and shall include an 85 PSI pressure protection regulator. The panel mount coupling shall be Milton #51833 and a hose end fitting #51840 with Thirty Five Feet (35’) of air hose with air chuck shall be shipped loose. System shall reach all tires.

9.16.1 AIR INLET, DRIVER'S SIDE – A Kussmaul Auto Eject air inlet shall be installed with a female quick disconnect coupling. This air inlet

Page 60

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 shall tie into the chassis air brake system to allow auxiliary air to maintain pressure. The auto eject receptacle shall be completely sealed preventing road dirt contamination and shall be mounted in the driver step well below the door. The airline shall be automatically ejected when the engine starter circuit is engaged. A spring-loaded weatherproof cover shall protect the receptacle. Unit shall be located on the forward left side of the cab. Unit shall allow cord to be plugged in while the vehicle door is closed/locked. The panel mount coupling shall be Milton #51833.

9.17 FIRE PUMP

9.17.1 A Waterous CSU single stage midship fire pump shall be installed.

9.17.2 PUMP ASSEMBLY - The pump body shall be close grained gray iron and shall be horizontally split in two sections for easy removal of the entire impeller shaft assembly. Two piece design shall allow complete servicing from underneath without disturbing pump mounting on the chassis or piping mounted on the fire pump.

The pump impeller shall be bronze with double suction inlets, fully balanced, and of mixed flow design with labyrinth type high efficiency wear rings. The impeller hub shall be flame plate hardened to reduce wear on the impeller wear rings for maximum pump life. The wear rings shall be bronze and easily replaceable when needed.

The impeller shaft shall be stainless steel, accurately ground to size, and properly supported on each end by lubricated ball bearings. For ease of service the impeller shaft shall be of two piece construction, allowing the pump transmission to be removed from the pump body without having to disassemble either unit. The entire pump shall be cast, manufactured and tested at the pump manufacturer's factory.

The entire pump, both suction and discharge passages, shall be hydrostatically tested to a pressure of 600 PSI. The pump shall be fully tested at the pump manufacturer's factory to the performance specifications as outlined by the NFPA. Pump shall be free from objectionable pulsation and vibration.

The pump shall be mounted as low as possible on the frame.

Page 61

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

9.18 DRIVE UNIT - The pump shall be driven by a drive line from the truck transmission. The engine shall provide sufficient horsepower and RPM to enable the pump to meet and exceed its rated performance.

The pump transmission shall be rigidly bolted to the pump body, and shall incorporate high strength, involute tooth-form Morse Hy-Vo chain drive for smooth, quiet transfer of power. The drive unit shall be cast and completely manufactured and tested at the pump manufacturer's factory.

Pump drive unit shall be of sufficient size to withstand torque of the drive train components in both road and pump operating conditions. The drive unit shall be designed of ample capacity for lubrication reserve and to maintain the proper operating temperature.

9.19 MASTER DRAIN VALVE - A Waterous multi-port manifold type master drain valve shall be installed and operated from the pump panel area. The valve shall be located lower than the main pump body.

9.20 SACRIFICIAL ANODES - Two-(2) replaceable sacrificial anodes shall be installed on the discharge side of the pump body, to help prevent pump damage from corrosion or rust.

9.21 FIRE PUMP INSTALLATION - The pump shall be rigidly mounted to the chassis frame rails. Driveline analysis software shall be used to calculate driveline angles, taking into account the specific power train components, wheelbase, and pump location.

9.22 PRIMING PUMP - A Waterous fully automatic solenoid actuated model VPO, environmentally safe, oil-less priming pump shall be of the positive displacement type, electrically driven and conform to standards outlined by the NFPA. One priming control shall both open the priming valve and start the priming motor.

A lever activated manual override shall be provided to permit priming of the fire pump in event of electrical failure. The primer shall be built by the manufacturer of the fire pump.

9.23 MECHANICAL SEAL - The midship pump shall be equipped with a high quality, spring loaded and self-adjusting mechanical seal capable of providing a positive seal to atmosphere under all pumping conditions. A continuous cooling flow of water from the pump shall be directed through the seal chamber when the pump is in operation.

Page 62

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

9.24 ELECTRONIC PRESSURE GOVERNOR –A Fire Research Corp. INCONTROL Model #TGA-300 pump controller and apparatus information center shall be provided. The unit shall be connected directly to the engine electronic control module.

The #TGA-300 shall operate the Pressure Sensor Governor (PSG) and shall display all vital engine operating parameters such as engine temperature, oil pressure, engine rpm, and voltage. System installation shall include drive train safety interlocks, pump cavitation and shut down (engine idle) protection.

The system shall include a preset function, which allows a predetermined pressure or rpm to be set, which shall be displayed in the information center.

9.25 ELECTRONIC PRESSURE GOVERNOR, INSTALLATION - Controls for the system shall be located at the pump operator's panel and shall notify the operator of any problems with the engine and apparatus through the information center's alpha/numeric display. Location to be approved by NRFD.

Per NFPA requirements, the engine oil pressure and engine coolant temperature indicators shall also include an audible alarm.

9.26 PUMP SHIFT CONTROL - The midship fire pump shift control shall be an electric over air mechanism that shall be located on the right side of the steering column, and positioned in a location that is in close proximity to the transmission shift selector. The shift mechanism shall be wired into the vehicle interface module to interlock the engine rpm control, transmission direct drive hold mode, and pump engage.

The shift switch console shall consist of three (3) indicator lights. This console shall include a green indicator light that shall be energized when the pump shift has been completed, and shall be labeled, "PUMP ENGAGED".

A second green indicator light in the driving compartment shall be provided and energized when both the pump shift has been completed and the chassis transmission is engaged in pump gear. The light shall be labeled, "OK TO PUMP".

Electronic signals shall be provided at the fire wall to facilitate installation of a warning light at the pump operator's position, indicating when the chassis transmission is in the neutral position and the parking brake is engaged.

Page 63

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 A third green indicator light in the driving compartment shall be provided and energized when the pump shift has been completely disengaged, and the chassis drive axle has been engaged, and shall be labeled, "ROAD GEAR".

9.27 PUMP SHIFT OVERRIDE - In event of failure of the air powered pump shift, a means shall be provided to effect manual pump shift with detailed permanently mounted instruction plate, all in accordance with the pump manufacturers' procedures for safe recommended manual pump shift override. The override control shall be located at the lower left side pump panel area.

9.28 PIPING - Left and right side pump panel discharges shall be bolted directly to the discharge ports that are cast into the fire pump body for maximum flow efficiency.

All piping and fittings 1-1/2" through 3" shall be Schedule 40 stainless steel. NRFD may approved high pressure flexible piping with stainless steel couplings maybe used if space is a consideration.

Where large diameter piping is required, Schedule 10 stainless steel will be utilized.

Wherever possible, piping shall be flange bolted to the multiple tap openings on the pump body. For ease of service and longer life of plumbing, Victaulic couplings shall be utilized where necessary.

All valves and pipe dimensions shall be inside diameter (I.D.) and shall be true dimensions (i.e. 2½” shall be 2½” I.D.). Any discrepancy shall be pre approved by NRFD.

9.29 DRAINS - Individual drain/bleeder valves shall be Class 1 quarter turn style, labeled per NFPA standards for all intake and discharge lines 2" and larger. All valves shall be located at the pump panel unless otherwise specified. Valves shall be color coded to match the outlet.

9.30 TANK FILL - A 2" full flow pump to tank fill/pump bypass line shall be controlled at the pump operator's panel. The plumbing from the valve to the water tank shall be a high pressure flexible hose with stainless steel couplings. The tank fill fitting in the specified water tank shall be sized to accommodate this valve.

Page 64

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

9.30.1 Auxiliary Tank Fill

An auxiliary tank fill valve shall be provided at the right & left side of pump panel. A 0.75" brass (female) garden hose connector shall be installed on the right & left side pump panel and connected to this line. This connection shall be labeled Booster Tank Fill. The purpose for this feature to allow the fire companies to refill the booster tank with the garden hose from their station. The design shall prevent water from draining from the tank via its design.

9.31 TANK SUCTION - The tank suction piping shall be full flow 3 ½” or larger , with a 3½ " or larger Elkhart ball valve having a flexible connection with double stainless steel clamp assemblies, and a swing type check valve, controlled at the pump operator's panel. Tank to pump flow rate shall be a minimum of 500 GPM.

9.31.1 A check valve shall be installed in the tank suction line.

9.32 ENGINE COOLER - An auxiliary heat exchanger shall be provided for added engine cooling during pump operation. The auxiliary engine cooler shall be mounted directly behind the radiator tank and shall use water from the fire pump during pumping operation. The radiator plumbing shall include a draincock for coolant evacuation.

9.32.1 The control valve for the heat exchanger shall be located on the pump operator's panel, and shall be a Class 1 quarter turn ball valve with chrome plated handle and an "Auxiliary Engine Cooler" identification tag recessed into the face of the handle.

9.33 PUMP RATING, 1500 GPM - The pump shall be certified to meet the following deliveries from draft, through (2) 20-foot lengths of 6-inch suction hose with a 10-foot lift at a maximum elevation of 2000 feet:

1500 GPM @ 150 PSI 1500 GPM @ 165 PSI 1050 GPM @ 200 PSI 750 GPM @ 250 PSI

9.33.1 TEST PLATE A main pump test plate shall be provided at the left pump operator's panel that states the rated discharges and pressures as determined by the pump certification test.

Page 65

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

9.34 PUMP INLET

9.34.1 LEFT - A 6" NST main gated inlet shall be installed at the suction side of the pump on the left side.

9.34.2 RIGHT - A 6" NST main gated inlet shall be installed at the suction side of the pump on the right side.

9.34.3 INTAKE, MAIN, 6"

Both the left and right side main inlets shall be 6" NST male equipped with a concealed full flow Waterous Monarch 6" butterfly valve located behind the pump panel. Inlet shall also include a manually operated air bleeder/drain valve, recessed die cast zinc grid strainer and long handle cap. The butterfly valve shall be designed to permit 1500 GPM flow from draft incorporating an electric actuator that is remote controlled by the pump operator. Valve control shall be NFPA 1901 compliant speed regulated and the switch control module shall include built-in color-coded valve position indicator lights.

A manual override hand-wheel operated back up shall be provided next to the butterfly valve at the side pump panel for use in case of emergency. Hand-wheel design shall cycle from full open to full close (or vice versa) in not more than 10 complete turns. The use of the manual override shall not require special tools or change over modifications to operate. Manual override shall be speed regulated and compliant with NFPA 1901.

The main intake valve shall also incorporate a built-in suction side pressure relief valve, fully adjustable, using a Waterous Pilot Valve. Discharge from intake relief valve shall terminate beneath the pump with a 2-1/2" NST male adapter and label in accordance with NFPA 1901.

All controls shall be clustered together on the pump panel and shall be clearly marked. Final design to be approved by NRFD.

9.34.4 ELBOWS

Two (2) Kochek powder coated yellow 6” NST Swivel female with long handles x 5” Storz with 30 degree elbow. Included shall be 5" Storz blind caps with retainer cables. Left cap shall be yellow, right cap shall be red.

Page 66

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

9.34.5 AUXILIARY INLET

Two (2) Elkhart 2-1/2" NST gated suction valves shall be installed, one (1) on the left side pump panel and one (1) on the right side pump panel. Both shall have the valve body behind the panel. They shall be piped to the left and right side suction tube at the front of the pump. The valves shall be equipped with a brass inlet strainer, 2-1/2" (3.030 x 8 TPI) FDNY thread Kochek powder coated Yellow inlet swivel adapters with yellow plugs and chains. The intake shall be controlled at the valve.

9.35 DISCHARGE OUTLETS

9.35.1 DISCHARGE, BUMPER - One (1) 2-1/2" NST male discharge shall be located on the left side of the extended front bumper. The Elkhart 2-1/2" valve and plumbing shall be full flow 2-1/2" ending with a finish painted swivel elbow, discharge valve controlled on the pump panel. Furnish a 2-1/2" NST female x 2-1/2" FDNY adapter and an Akron Brass Model 1581 Gated Wye with 2-1/2” FDNY female inlet and two (2) FDNY male 1-1/2” male outlet. Automatic drains shall be installed at all low points of the plumbing. Drain shall be protected from striking the ground (i.e. not the lowest item above the angle of approach). No components of the bumper discharge shall interfere with tilting of cab. If an adapter is needed it shall be a Kochek powder coated Orange.

9.35.2 DISCHARGE, LEFT PANEL - Two (2) 2-1/2" Elkhart discharge valves shall be located at the left side forward area of the pump enclosure and connected to the discharge side of the pump with the valve bodies behind the pump panel. The valves shall be controlled at the pump operator's panel. Each valve shall include a Kochek powder coated red (1) and pink (1) 2-1/2" FDNY 30-degree discharge elbow with cap and chain.

One (1) quarter turn 1" discharge valve shall be located at the left side lower area of the pump panel and connected to the discharge side of the pump with the valve body behind the pump panel. The discharge shall include a 3/4” GHT (Garden Hose Thread) male fitting with cap and chain. A discharge pressure gauge is not required for this outlet.

Page 67

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

9.35.3 DISCHARGE, RIGHT PANEL - Two (2) Elkhart 4" electrically actuated full flow ball valve each with one (1) Kochek powder coated 4” NST swivel female x 5” storz with 30 degree elbow adapter. Each shall have a Kochek powder coated 5” storz to 2½” FDNY reducer with 2½” cap and chain (the lower one shall be blue). The upper one shall be all white and have an Akron Brass Model 1581 Gated Wye with 2-1/2” FDNY female inlet and two (2) FDNY male 1-1/2” male outlet. Valves shall be controlled from pump operator's panel complete with color coded valve position indicator lights. The blue and white colors shall correspond with the pump panel controls.

9.35.4 OUTLET, DECK GUN - The deck gun discharge shall be direct connected to the pump with an Elkhart 3.0” full flow valve with 3.0” plumbing and controlled from the operators panel thru a slow closing device. Piping shall be installed securely so no movement develops when the line is charged. This discharge shall be located above the pump enclosure and terminate with a 3.0” male pipe thread. A ¾”- ¼ turn bleeder for this discharge shall be located in the bleeder/drain panel.

9.35.5 DISCHARGE, REAR, LEFT - One (1) 2-1/2" discharge shall be run through a sleeve in the water tank to the left rear panel of the body. A 2-1/2" Elkhart valve shall be installed and controlled at the pump operator's panel. The discharge shall be equipped with a Kochek powder coated light blue 2-1/2" NST female x 2-1/2" FDNY male 30 degree discharge elbow, and a Kochek powder coated light blue 2-1/2" FDNY female x 1-1/2" FDNY male reducer with cap and chain.

9.35.6 DISCHARGE, REAR, RIGHT - One (1) 2-1/2" discharge shall be run through a sleeve in the water tank to the right rear panel of the body. A 2-1/2" Elkhart valve shall be installed and controlled at the pump operator's panel. The discharge shall be equipped with a Kochek powder coated green 2-1/2" NST female x 2-1/2" FDNY male 30 degree discharge elbow, and a Kochek powder coated green 2-1/2" FDNY female x 1-1/2" FDNY male reducer with cap and chain.

9.36 All piping shall be installed to eliminate water and/or air traps.

9.37 All fire pump discharges shall be arranged, as per NFPA guidelines, to allow a minimum friction loss between the fire pump discharge and the various discharge gates.

Page 68

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

9.38 All valves and pipe dimensions shall be inside diameter (I.D.) and shall be true dimensions (2½” shall be 2½” I.D.). Any discrepancy shall be pre approved by NRFD.

9.39 Design and layout of pump panel shall be approved by N.R.F.D. prior to construction. A schematic of all valves, piping, pump and pump panel shall be submitted before construction. All controls and instruments shall be identified clearly, subject to N.R.F.D. Approval. Failure to meet this requirement may result in rejection of finished product.

9.40 DEFLECTION PLATES – Deflection plates shall be placed to prevent water that leaks from pump packing to drip onto drive shafts or other vehicle components.

X BOOSTER TANK AND BOOSTER EQUIPMENT

10.1 WATER TANK - Booster tank shall have a capacity of 500 gallons and be constructed of polypropylene plastic by United Plastic Fabricating, Inc.

A full width bulkhead panel shall be installed rearward of the water tank. A non-skid aluminum treadplate cover shall be provided over the raised section of the water tank.

The tank shall meet or exceed current NFPA 1901 requirements.

Overall tank construction shall feature the following:

1. Tank joints and seams shall be nitrogen welded inside and out.

2. Baffles shall have vent openings at both the top and bottom to permit movement of air and water between compartments.

3. Longitudinal partitions shall be constructed of .38" polypropylene plastic and shall extend from the bottom of the tank through the top cover to allow for positive welding.

4. Transverse partitions shall extend from 4.00" off the bottom of the tank to the underside of the top cover.

5. All partitions shall interlock and shall be welded to the tank bottom and sides.

6. Tank top shall be constructed of .50" polypropylene. It shall be recessed .38" and shall be welded to the tank sides and the longitudinal partitions. Page 69

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

7. Tank top shall be sufficiently supported to keep it rigid during fast filling conditions.

8. Construction shall include 2.00" polypropylene dowels spaced no more than 30.00" apart and welded to the transverse partitions. Two (2) of the dowels shall be drilled and tapped (.50" diameter, 13.00" deep) to accommodate lifting eyes.

9. A sump that is 8.00" long x 8.00" wide x 6.00" deep shall be provided at the bottom of the water tank. Sump shall include a drain plug and the tank outlet.

10. Tank shall be installed in a fabricated cradle assembly constructed of structural steel.

11. Stops or other provision shall be provided to prevent an empty tank from bouncing excessively while moving vehicle.

12. Mounting system shall be approved by the tank manufacturer. Hold downs shall allow for chassis flex, front and rear on the tank, without transmitting stress into the water tank.

13. Tank design shall provide for the hose bed to be as low as possible. “L” or other shaped tank is acceptable.

10.2 TANK FILL FLANGE - A molded female flange for the pump to tank fill line shall be bonded into the front bulkhead of the tank with inner deflection shield. The size of the flange shall be compatible with the specified tank fill valve.

10.3 TANK FILL TOWER AND OVERFLOW PIPING - A 12" square fill tower shall be provided, with spring loaded hinged cover labeled "Water Fill" per NFPA standards, and removable non-ferrous screen strainer. One (1) 4" I.D. overflow/vent pipe shall be piped from the fill tower through the tank interior to the rear of the tank, positioned to dump behind the rear axle. Shielding shall be provided to prevent water from contacting vehicle components. Overflow/vent piping shall be of all molded construction.

10.4 TANK SUCTION PIPING - The tank to pump suction valve connection shall be piped into a 10" square floor sump equipped with an anti-swirl baffle plate. One (1) 3" NPT tank drain with cleanout plug shall be installed in the underside of the 10" square tank sump assembly. The suction piping size shall be compatible with the specified tank suction valve. Tank to pump piping shall be of all molded construction. A liquid level gauge sensor shall be flange mounted to the tank. Easy access shall be provided.

Page 70

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

XI CAB AND CREW CAB, CUSTOM EXTENDED FOUR DOOR ALUMINUM

11.1 Builder shall submit, with their bid, a general plan of an extended cab/crew cab with raised roof cab. Cab shall be capable of seating six (6) persons and shall be of the full tilt variety. Power plant arrangement shall be shown. Crew cab shall be designed to permit ready removal of engine. An estimated vehicle weight must be supplied with drawings.

11.2 CAB AND CREW CAB SHALL:

Be manufacturer’s highest quality, latest, cab-forward design

The crew area shall have a 10” to 12” raised roof section.

Be of all metal construction including wheel wells.

Cab must be adequately braced to insure maximum protection to the occupants in the front, floor and roof area, in the event of accident or .

Have major sheet metal parts constructed of stainless steel or aluminum.

11.2.1 Manufacture shall specify type of material and dimensions.

Type:______Gauge/Dimension:______.

11.2.2 Provide fully sheltered seats for six persons.

11.2.3 Minimum cab interior dimensions:

Interior width of 85".

The floor to ceiling height inside the crew cab shall be 65" or higher in the center.

The crew cab floor shall measure 42” from rear wall to the back side of engine tunnel.

11.3 CAB AND CREW CAB SHALL - The cab shall be designed and engineered specifically for the rigors and ergonomics of emergency response. The interior components and trim shall be the manufactures most durable materials and finish offered.

Page 71

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

The cab and chassis, shall meet and/or exceed all applicable FMVSS and FMCSR, Title #49, U.S. Code Requirements for vehicles domiciled in the United States and all applicable CMVSS and Canada Transport Regulations for vehicles domiciled in Canada. The cab shall have passed all load and impact tests required for compliance certification with United Nations Agreement, "Standard for Protection of Cab Occupants", Regulation #29. A copy of test reports shall be available upon request.

11.4 CAB GLASS - The cab doors and side windows shall have tinted automotive safety plate glass with solar management treatment to assist with the reduction of interior heat loading from UV penetration. The windshield shall be tinted laminated safety glass also with solar management treatment. The windshield shall be a curved, two piece design, with replacement glass readily available from manufacture's and dealer's stock. The chassis shall have dual heavy-duty bus, pantograph type, wet arm windshield wipers, driven by a single 4.5 million-cycle electric motor. The wipers shall have a dash mounted switch that provides a delay function for the wipers in the event of light rain, fog or mist .

11.4.1 All cab windows (including door windows), with the exception of the windshield, shall be protected with DuPont "Anti-Spall" material.

11.4.2 The windshield slope in combination with its proximity to driver and officer seating positions shall provide optimal upward visibility to identify overhead obstructions at scene locations.

11.5 SIDE CAB GLASS - The cab shall have fixed side windows, one each side between the front and rear doors. They shall be tinted and include solar management treatment.

11.5.1 REAR CAB GLASS- The cab shall have fixed rear windows, one each side near outer edge of the body. They shall be tinted and include solar management treatment.

11.6 WINDOW REGULATORS

The two front cab doors and two crew cab doors shall be equipped with electric window regulators. Each window shall be operated by heavy-duty switch located on the dash or door within easy reach of the seated position nearest that window. In addition the driver shall have a heavy-duty switch for each window regulator.

Page 72

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

11.7 GRAB HANDLES - There shall be four exterior grab handles, one at each cab door opening. The grab handles shall be a minimum of 20" long, bright finish extruded aluminum with non-slip design. Four additional grab handles, one mounted at each of the "A" and "B" door pillars inside the cab, on the hinge side, shall be installed. The interior grab handles shall be at least 11" long and shall be vinyl covered bright yellow . One floor to ceiling grab bar shall be installed near each rear door; the height of the brackets shall not interfere with a member holding on while moving from the cab to the ground . This bar shall be bright yellow . The grab handles shall be in compliance with NFPA 1901.

11.7.1 A horizontal “Chicago Rail” shall be located on both rear cab doors. They shall be located approximately six “6” inches above the bottom of the door window. This bar shall be bright yellow .

11.8 CAB MIRRORS

11.8.1 There shall be two 16" high x 7" wide side mounted rear view mirrors. Both mirrors shall be heated and remotely adjustable by the driver. The mirrors shall have an aerodynamic design to reduce wind buffeting and resultant vibration. The mirror housings shall have a chrome finish.

The doors shall be equipped with a 32" tall, tubular stanchion for the mounting of the mirrors. Each stanchion shall be mounted to the cab door frames with two "break-away" mounts, to help reduce the chances of damage. The mirror heads heat and motor function wire harness shall be placed within the tube of the stanchion to protect them from damage.

11.8.2 The same aerodynamic design shall be incorporated into the 7" high x 7" wide parabolic convex mirrors, mounted below the primary mirrors on each side of the cab.

11.8.3 CAB FRONT DOWN-VIEW MIRROR - Install a stainless steel K-D Lamp Co. 94-6308, 8-1/2" diameter convex down-view mirror above the right side cab windshield. The mirror housing, tubing, clamps, and hardware shall be constructed of corrosion resistant stainless steel. This mirror shall allow the seat belted driver to see the area immediately in front of the bumper from side to side.

11.8.4 CREW EXIT MIRRORS – Two (2) Model Prum x409 Convex “look down” mirrors shall be installed vertically just forward of the rear crew doors. Positioned to allow members in the forward facing rear seats to see to the rear, prior to opening their door.

Page 73

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

11.9 CAB FENDERS - The cab shall be equipped with a round radius, extruded black rubber fenderette aka “Rub-A-Fenders” (Griffith Rubber Mill’s or comparable) fender extensions that fit into the radius of the cab fender well. It shall be bolted in place with Stainless Steel bolts and riv-nuts. The fenders shall provide protection against water and mud spray onto the cab from the front tires.

11.10 FRONT MUD FLAPS - The front wheel wells shall be equipped with anti- spray mud flaps.

11.11 CAB TILT MECHANISM - The entire cab shall tilt up, providing access to the drive train for maintenance and repair by a qualified technician. The cab shall pivot at the front, raised by two (2) hydraulic cylinders with hydraulic velocity fuses to prevent excessive speed when raising and/or lowering the cab. A mechanical cylinder lock and a push button control with plug-in tether cable shall be provided. The tether cable shall allow the operator to have a view of the area around the cab while the cab is in motion. Each cylinder shall have a remote cylinder lock to keep the cab from twisting on a single lock system. The cylinder lock release system shall be incorporated into the tether remote to give the operator the ability to stand away from the cabs movement.

A 12-volt motor driven pump with a self-contained hydraulic oil reservoir and a manual backup pump shall be provided to power the tilt system. A monitor light shall warn the driver if the cab is not latched.

11.11.1 INTERLOCK, CAB LIFT TO PARKING BRAKE - The cab lift system shall be interlocked to the parking brake. The cab tilt mechanism shall be active only when the parking brake is set and the ignition switch is in the on position, if the parking brake is released the cab tilt mechanism shall be disabled.

11.12 CAB MOUNTS - The cab shall be supported at four points. The front cab supports shall be pivot points to allow the cab to tilt 35 degrees for service and maintenance. This tilt angle will provide access to the engine area forward of the front axle and stop the cab from making contact with the equipment mounted to the front bumper deck plate. There will be no need for hinged mounts on equipment mounted to the front bumper deck plate.

All four mounting points shall be bolted directly to the mainframe rail. Cab mounts shall be of similar metals and/or adequately isolated

The cab air suspension system will minimize cab vibration and road shock thereby extending cab life, while protecting mounted equipment and providing a quiet, more comfortable cab environment.

Page 74

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

11.13 CAB INTERIOR - The cab interior shall colors shall be determined during preconstruction.

The floor will have black acoustical non-skid vinyl mating.

The engine tunnel kickplates shall be brushed stainless steel.

The interior of each door shall have a soft trim panel on the upper section. A stamped stainless steel kickplate shall be installed, extending 32.5" up from the bottom of the door frame.

11.14 MOUNTING PAD - Six hard point mounting pads and DA finished 1/8” smooth aluminum equipment tray shall be provided on the horizontal engine enclosure, to accommodate Map Book Rack and future accessory mounting as required. This item is not required if engine cover top is aluminum.

11.15 - A 2-1/2 pound ABC fire extinguisher shall be provided and installed horizontally, outboard under left hand seat.

11.16 MAP BOOK RACK - A map/book rack constructed of DA finished 1/8" smooth aluminum shall be installed on the engine doghouse. This rack shall hold three 4” 3-ring binders and dividers. Location to subject to NRFD approval.

11.17 DRIVERS SEAT - The driver's seat shall be a Bostrom high-back air suspension seat. The seat shall be readily adjustable by the driver in accordance with SAE J1517. The seat shall be positioned to accommodate a human in at least the 5th percentile female and 95th percentile male as defined in SAE J833. The seat shall be equipped with 9" fore/aft adjustment and vertical travel of 6". Seat shall have electrical adjustment controls. Air controlled systems are not acceptable.

11.18 OFFICER SEAT - The officer's seat shall be a Bostrom “SecureALL” SCBA non-suspension seat with full seat cushion, dual head cushions and a fixed 95 degree high seat back. The seat shall incorporate 9" fore/aft travel on towel bar style tracks. A protective back panel shall be provided. There shall be a radio power unit storage compartment with dimensions of 10.5" high x 15" wide x 12" deep under seat with door.

11.19 REAR SEATING - The rear cab area shall contain two (2) Bostrom “SecureALL” SCBA rear facing high back style seats. They shall be mounted next to the engine cover. Each seat shall be equipped with head rests and a protective back panel.

Page 75

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

11.20 REAR SEATING - The rear cab area shall contain two (2) Bostrom “SecureALL” SCBA forward facing fold up high back style seats. They shall be mounted against the rear wall on either side of the EMS cabinet. Each seat shall be equipped with head rests and a protective back panel.

11.21 SEAT COVERS - All seats shall have boxer surfaces covered with solid color flat finish 44-ounce vinyl.

One (1) Parade panel shall be installed on each SCBA seat backs.

11.22 SEAT BELTS - All seats shall be equipped with red, three-point seat belts. Female buckle shall be on extended flexible “cable”. To be approved by NRFD.

11.23 EMS CABINET - One (1) EMS storage cabinet shall be provided and installed along the rear cab wall between the forward facing seats. The cabinet shall be fabricated of 1/8" DA finish aluminum dimensions subject to approval by NRFD.

The compartment shall be constructed of aluminum and painted to match the cab interior. This cabinet shall mounted on top of the cab cross compartment and shall continue up to the roof. The cabinet shall have a Robinson rollup door. (Approximate dimensions of 46" wide x 25" deep x full height).

The following equipment shall fit inside, with the door closed 1) Plano 747 case – 13” wide x 13” tall x 22” deep 2) O2 Bag – 15” wide x 9” tall x 25” deep 3) Jump Bag – 13” wide x 11” tall x 23” deep 4) Defib – 7” wide x 12” tall x 11” deep 5) Gas Detector – 16” wide x 8” tall x 21” deep 6) Radiation Kit – 8” wide x 8” tall x 16” deep

The cabinet shall each be equipped with four (4) 1/8" DA finish aluminum vertically adjustable shelve. LED lights shall be installed and operated by an automatic door switch. One (1) 120 volt duplex outlets with household straight blade plugs shall be provided in the inside upper rear corner of the cabinet. The receptacles shall be wired to the shore line charging inlet receptacle. One (1) 12 volt cigarette lighter style accessory in the upper inside corner of each compartment.

Page 76

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

11.24 BUMPER WITH 24" EXTENSION - The front bumper extension shall be 50,000 psi high tensile steel channel, minimum (10” high x 2” wide x .25” thick approx.) Designed to protect the front of the apparatus from, head-on & angled, impact loads - Bumper shall be securely bolted directly to frame members with correctly sized grade “8” hardware. - Extension shall be painted black, and bumper face to be painted red.

Bumper extension assembly shall be able to support vehicle weight without bending or damage when vehicle has to be lifted by front for towing and withstand towing abuse.

Four (4) rubber push pads shall extend forward of the bumper. They will be the forward most component on the vehicle.

11.24.1 GUIDE-ONS stainless steel with Marker lights shall be installed on the right and left sides of the bumper. These shall be bolt on type at corners of bumper, visible to driver. Guide pole, with amber tip illuminated, wired to the headlight controls and supported by tripod - Mounting & pole on inside of bumper surface, pole angled if necessary and mounted in a manor so as not to interfere with the tilting of the cab.

11.24.2 Cut-outs shall be provided for air horn and speaker. Recessed behind bumper with stainless steel grating over siren speaker. Location to be approved by NRFD.

11.25 ALUMINUM TREADPLATE DECK (GRAVEL PAN) - A 3/16" bright finish aluminum tread plate deck shall be provided for the extended front bumper. The pan shall be properly supported from the underside to prevent flexing and vibration.

11.26 FRONT HOSE WELL INTENT – Our intent is to install One (1) 100’ x 1¾” “trash line” and One (1) 200’ x 1¾” Foam Attack Line in/on the front bumper. The foam line consists of the following: 200’ x 1¾” Hose with a foam nozzle, Preconnected to a foam eductor and storage for one (1) can of AFFF foam and a second foam nozzle.

SIDE HOSE WELL – Two (2) 14 gauge stainless steel hose well to accommodate 100' (left) and 200’ (right) of 1-3/4" double jacketed hose shall be installed at the left and right side of the bumper extension. Equipped with drain holes and there shall be Duradek slatted fiberglass or aluminum decking in the bottom of the hose well to promote air flow and drainage. Final design to be approved by NRFD.

Page 77

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 11.27 CENTER HOSE WELL - A 14 gauge stainless steel hose well to accommodate 1 foam can and foam nozzle shall be installed at the center of the bumper extension. Equipped with drain holes and there shall be Duradek slatted fiberglass or aluminum decking in the bottom of the hose well to promote air flow and drainage. Install aluminum diamond plate lid. The lid shall have a stay open device and secured in the closed position with a latch that can be released easily with a gloved hand. Lid shall not interfere with tilting cab. If lid is wider than 36” LED Illumination shall be provided. Final design to be approved by NRFD.

11.28 FRONT TOW HOOKS - Two (2) chrome-plated tow hooks shall be mounted to the bottom flange of the frame rail extension at a position that maintains an angle of approach compliant to NFPA 1901.

11.29 CAB AND CREW CAB DOORS

11.29.1 Cab doors shall extend up into the raised roof section. Minimum height 66”.

11.29.2 Four (4) cab doors are to be fitted with double lock safety catches. Linkages from latch to locking mechanism shall be of the threaded rod variety with adjustment capabilities. Cable connections will not be acceptable.

11.29.3 Cab doors are to be carried on heavy duty hinges, stainless steel piano or three point type. Each door shall be equipped automotive style door check to keep the door from closing due to the wind or on an incline.

11.29.4 Cab doors shall be so constructed that glass, regulator and inner hardware are removable and readily replaceable.

11.29.5 Cab doors are to be provided with keyed locks and interior push/pull or slide locks. All cab doors are to be keyed alike.

11.29.6 Crew cab doors shall be double panel. Crew cab doors are to be equipped with heavy duty locking devices, door jam switched for buzzer type alarm and RED light for “DOOR AJAR”.

Crew cab doors shall be carried on heavy duty hinges, stainless steel piano or three point type. Hinges of cab doors and crew cab doors shall NOT be welded to doors and or to cab.

All cab doors shall have swing limiting devices to prevent doors from striking apparatus body. Swing limit will be set at 90 degrees. If straps are to be used, they should be at least six (6”) inches wide,

Page 78

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 mounted as approved by N.R.F.D. Additionally a nylon strap assembly will be provided to prevent doors from opening beyond ninety degrees. As the door is closed the center of the web strap shall fold into the jamb, hiding the strap and preventing equipment and apparel from catching on an exposed loop.

Interior door panels to be stainless steel or aluminum. Full height polished stainless steel scuffplates shall be installed on the inside of all cab doors. Cab door panels shall be removable without disconnecting door and window mechanisms.

All cab door jambs shall be furnished with a polished stainless steel scuffplate, mounted on the striker side of the jam.

11.30 CAB AND CREW CAB - HEATING AND AIR CONDITIONING

11.30.1 HVAC SYSTEM - The cab shall be equipped with a primary heater/defroster system with a fresh air inlet filter and air conditioning. The system shall provide environmental air treatment in accordance with published SAE standards. The defroster system shall include cold air returns across the top of the windshield to assist in the movement of air across the full height of the windshield without the necessity of auxiliary fans. All hoses shall use “O” rings, crimped fittings are not acceptable.

11. 30.2 The heater and air conditioner shall have adjustable air outlets incorporated into the cab dash at torso and foot levels for optimum distribution of air. The front heater shall have a rating of 44,000 BTU/hour. The front air conditioner shall have a rating of 16,000 BTU/hour. Airflow shall be provided by a 380 CFM fan.

11. 30.3 The primary heater and air conditioner re-circulation switch and manual air conditioner on/off controls shall be heavy duty truck design, utilizing large rounded surface knobs. The controls shall be located to the right of the driver forward of the transmission control for easy access by the driver.

11. 30.4 AUXILIARY HEAT/AIR CONDITIONING - An auxiliary (crew area) heating and air conditioning system shall be integrated into the design of the cab. The auxiliary air conditioner evaporator unit shall be mounted in an overhead ceiling console and shall be rated at 30,000 BTU/hour.

The auxiliary air conditioner will have four large adjustable louvered vents positioned on the back of the overhead console. A 577 CFM fan at the evaporator shall provide air flow.

Page 79

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

Two auxiliary heaters shall have a combined rating of 44,000 BTU/hour and shall be mounted one in each rear facing crew seat base. Air flow shall be provided by a 380 CFM fan at each heater. Both the auxiliary cooling and auxiliary heating systems controls shall be within easy reach of seat-belted rear crew persons.

The auxiliary heater/air conditioner shall have controls mounted on the rear of the engine tunnel.

11. 30.5 AIR COMPRESSOR - A top grade refrigerant compressor shall be provided to power the primary and auxiliary air conditioner evaporators and shall be rated at 19.1 CFM. It shall be engine driven via a poly-groove power belt tensioned by a threaded rod.

11. 30.6 CONDENSER - A Red Dot R-4500 dual fan roof mounted air conditioner condenser shall be provided and installed.

11. 30.7 HVAC SYSTEMS OPERATION - The HVAC system shall be capable of and tested for cooling and heating a custom cab with a total open space of 360 cubic feet, and without occupants, to the following performance requirements:

The air conditioning systems shall reduce the in-cab temperature to 72 degrees Fahrenheit within 30 minutes from an ambient temperature of 110 degrees Fahrenheit and relative humidity, starting with a cold (ambient) engine.

The heating systems shall increase the in-cab temperature to 80 degrees Fahrenheit within 20 minutes from an ambient temperature of 0 degrees Fahrenheit, starting with a cold (ambient) engine

11. 30.8 Must maintain 20° differential when parked operating in the sun.

Must maintain 20° differential when operating at rated capacity.

Must be so engineered that normal fire scene smoke particulate matter is removed from fresh air exchange. If filters are used, they must exhibit acceptable life. Unit must not corrode or be otherwise damaged by use and operation in normal structural operations.(Unit guard required).

11.30 CAB INTERIOR - The front dash area shall be styled into two cockpits; one in front of the driver and one in front of the officer. They shall be separated by the insulated engine enclosure which shall have a contoured front, symmetrical with the dual cockpits. The center section of the dash shall bridge the engine

Page 80

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 tunnel and shall provide a central instrument and control panel, accessible to both officer and driver. The center section also shall provide a generous service access for the main HVAC air ducting, dash mounted electrical power distribution modules, air brake control plumbing as well as the instruments and controls in the center dash.

Two smoked lexan sunvisors shall be installed across the windshield.

Daily engine and transmission inspection and service checks shall be accessed from inside the cab (unless access can be from exterior without tilting cab). There shall be a hinged access door located at the rear of the engine enclosure. Fluids checked from inside the cab shall be engine oil, transmission oil, power steering fluid and windshield washer solvent. The engine enclosure shall be a flat rectangular shape with insulated covering and a powder coated aluminum plate on top for ease of mounting additional equipment. Dip sticks shall be color coded for identification.

The rear of the engine compartment shall have an open faced compartment approximate dimensions are 39 inches wide x 25 inches tall x 19 inches deep. A removable, reinforced web/netting with snaps shall cover it. One (1) adjustable height shelf shall be provided. . The driver's dash shall consist of an automotive styled, metal or molded housing incorporating the main instrument and control panels with serviceable gauges, warning lamps and audio alarm. The instruments and controls shall be panoramically arranged for ease of locating, reading and understanding.

The officer's dash shall consist of a metal or molded housing. A glove box with a drop-down door shall be installed in the front dash panel in front of the officer's position.

The cab shall be completely insulated against heat and sound intrusion. The cab roof and rear wall shall be insulated with closed cell foam insulation and covered in vinyl. The cab floor shall be completely covered by a insulated non- slip vinyl floor mat. The floor shall be insulated to minimize exterior noise intrusion. Cab interior noise shall not exceed 80 dB at any seat position at 45 mph.

The cab interior metal surfaces shall be painted gray, vinyl texture paint.

11.31 OVERHEAD CONSOLE - An overhead console shall run the width of the cab above the windshield and shall have a flared center section which sweeps back between the driver and officer. It shall be designed into the cab's interior ceiling.

Page 81

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

11.32 IDENTIFICATION / INFORMATION PLATES

11.32.1 FLUID CAPACITY PLATE - A permanently mounted plate shall be installed in the driver's compartment. It shall identify the quantity and type of the following fluids used in the vehicle:

Engine Oil Power Steering Fluid Engine Coolant Cab tilt fluid (if applicable) Chassis Transmission Fluid Transfer Case fluid ( if applicable) Pump Transmission Fluid Equipment Rack fluid (if applicable) Pump Primer Fluid Air Compressor system lubricant Drive Axle(s) lubrication Fluid Generator system lubricant (if applicable) Air Conditioning Refrigerant Front tire pressure cold Air Conditioning Lubrication Rear tire pressure cold

11.32.2 SEATING CAPACITY PLATE - A permanently mounted plate shall be installed in the cab, specifying the quantity of personnel the cab is designed to accommodate.

11.32.3 VEHICLE HEIGHT & WEIGHT SIGN - Installed overhead and in clear view of the driver shall be a permanently mounted sign that is engraved with the overall height & Weight of the completed apparatus. A second set of signs shall be in clear view of the officer.

11.32.4 WARNING SIGNS - Warning signs shall be affixed to the rear panel and crew cab prohibiting personnel against riding on the outside of the vehicle, and to ride only inside the cab on the seats provided with seat belts fastened.

11.33 EXTERIOR CAB STORAGE CROSS COMPARTMENT

Left and Right side storage compartments shall be located to the rear of the rear crew doors in the space below the forward facing seats and below the frame rails and extending up as high as practical.

Each compartment shall be fabricated of aluminum with approximate dimensions of 11" wide x 24." deep (lower) and full depth upper, and as high as possible.

Compartment doors shall be lap style, vertically hinged and feature a 3/16" thick aluminum outer skin with a 1/8" thick aluminum inner box pan, painted to match cab job color. The hinge will be located on the forward side of the door opening. Door activated compartment lighting shall be provided.

Page 82

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 Each door shall be provided with extruded closed cell automotive type rubber door seal. The compartment door seal shall be recess mounted inboard of the body exterior.

The exterior door latching mechanisms shall be slam type D-ring with Cleveland overhead door checks.

One (1) adjustable height, removable shelf will be provided in each compartment.

11.36 CAB STEPS

The cab shall be equipped with a bolt on, expanded stainless metal first step mounted under each door. The steps shall be contoured to the radius of the cab fender and shall protrude from the cab the same distance as the fender. The steps shall have exposed, safety grate. An enclosed second step shall be provided below the cab floor level. The first step shall be 20.75" from ground. The second step shall be 11.5" above the first step and 8.5" below the floor of the cab.

11.37 HELMET STORAGE

Helmet storage shall be provided to protect occupants from flying helmets in the event of an accident. Six (6) Onscene solutions Eagle Helmet Mounts shall be mounted in the cab. Location to be determined at final inspection.

11.38 ROOF BOX

One (1) Aluminum Diamond Plate Storage roof box shall be mounted on the upper cab roof. Approximate dimensions are 80 inches long by 56 inches wide by 10 inches high. A water tight lid shall be hinged with a full piano style hinge at the forward end of the box, a lockable latching system (key to be the same as the cab or body compartments) and a hold open device.

The box shall be designed to remove from the vehicle with hand tools without leaving thru holes in the roof. And will have painted aluminum panels on the front and both sides to accept lettering. Paint color shall match cab roof color. The height of this box is not included in the overall height of the vehicle.

Page 83

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

XII BODY COMPONENTS

12.1 BODY DESIGN AND CONSTRUCTION - The compartment floors, front panels, vertical side sheets, rear walls, door openings, wheel wells, compartment panels, dividing walls, and reinforcements shall be constructed of 12 gauge 304L stainless steel material.

To eliminate unnecessary seams and overlapping areas, the construction of all component panels shall feature break-formed fabrication. Angle iron framing is not acceptable. Component panels shall be in single metal sections wherever possible.

The assembly of component body panels shall be with inert gas, continuous feed welders. Stick welding is not acceptable. The use of sheet metal fasteners in assembly of body components is unacceptable.

Structural supports shall be incorporated into the overall design to provide the necessary support for component panels and body modules.

The body shall be a free standing module supported only by the top of the frame rails using transverse 3/16" thick 304L stainless steel break-formed double channel cross members. The cross members shall be secured in a minimum of six (6) places with angle brackets bolted to both the body cross rails and the sides of the chassis frame rails. Mylar shall be used to isolate the cross members from the frame rails. A body substructure using carbon steel, outrigger arms or any other mounting method is not acceptable. This design is required to eliminate shift and stress on the body module and component panels.

The compartment floor construction shall permit easy cleaning with a true sweep-out design. The outer floor area, making up the compartment door jamb, shall also incorporate a triple break-formed construction for recessed door seal inboard of the exterior of the body. This shall be required to eliminate road splash and debris from entering the compartments at floor level. Angles, lips, or door moldings are not acceptable in the base of the door opening. There shall be a minimum of two (2) 3/8" drain holes in the compartment floor panels.

Side compartments shall be an integral assembly with the rear fenders. Circular fender liners shall be provided for prevention of rust pockets and ease of maintenance.

12.2 RUBRAILS – The protection of the Apparatus body full length along the side of the vehicle is of critical importance. The rub rail assembly shall be of 2-1/2" x 1" polypropylene spaced out from the body 1 1/2" with three (3) 1-1/2"

Page 84

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 diameter rubber bushings for each rubrail section. These units shall be bolted to the exterior edge of the compartment floor. The rub rails shall be outboard of the compartment door hardware and any other outboard component that is practical to do, so as to protect them.

The assembly shall blend into the front and rear corners for the body, and rolled radius of the wheel well assembly, with 45 degree angles on end of assemblies. The rub rail unit shall extend a minimum of 1-1/2" from compartment doors, with 2-1/2" vertical scuff surface. This design is required for superior energy absorption and ease of replacement.

12.2.1 An additional rub rail (same design) shall be located immediately above the left and right side body compartments or at the highest point of the body.

12.3 ADDITIONAL BODY FEATURES - The outer horizontal and vertical edges of the side compartments shall feature a 1/4" break-formed radius.

Side compartment covers shall be separate from the compartment tops.

All screws and bolts which protrude into a compartment shall have acorn nuts on the ends to prevent injury.

12.4 ROLLUP DOORS - The side of body compartments shall be equipped with Robinson Roll-O-Matic heavy duty doors. Doors shall be as large as practical to provide ease of access to equipment.

Door features shall include: brushed textured anodized finish, drip rails above the doors to carry water away and provide a seal between the shutter and compartment, an inner seal between the slats to prevent noise from vibration and inhibit water and dust penetration, double wall slats to resist deflection, one piece aluminum track, full width lift bar with 2" deep finger pull for easy one-hand operation, bottom door seal. All compartment doors to be lockable and keyed alike.

To protect the doors from equipment contact damage when in the open position, each rollup door shall be provided with a DA finish stainless steel door roll protection guard. The guards shall be located at the top of the compartments under each rolled up door and shall also serve as moisture drip pans.

Compartment light switches for the rollup doors shall be magnetic reed switch type. Activation shall be controlled by magnets and sensors protected and concealed in the liftbar and liftbar striker assembly. All doors to be switched to provide door open indication (audible and visual) at officer and driver position.

Page 85

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 All compartments shall be ventilated. All compartments shall be equipped with adequate, protected drain openings, piped below frame rails.

12.5 BODY COMPARTMENTS

We consider compartment dimensions to meet our requirements if they are within, five (5)%, plus or minus (+/-), unless specifically listed otherwise.

12.5.1 LEFT SIDE

Compartment L1, ahead of the rear wheels, shall be a full height, 38" wide x 69" high x 27" deep with one (1) rollup door. Minimum Clear Door Opening shall be 34” wide by 61” high

Compartment L2, above the rear wheels, shall be 48" wide x 38” high x 27" deep with one (1) rollup door. Minimum Clear Door Opening shall be 42” wide by 30” high. This compartment shall have one (1) adjustable shelf.

Compartment L3, behind the rear wheels, shall be 44" wide x 69" high x 27" with one (1) rollup door. Clear Door Opening shall be 40” wide by 61” high

12.5.2 RIGHT SIDE

Compartment R1, ahead of the rear wheels, shall be 38" wide x 30" high x 27" deep in the lower 30" and 14" deep in the upper 38" with one (1) rollup door. Door Opening shall be 34” wide by 61” high

Compartment R2, above the rear wheels, shall be 48" wide x 38” high x 14.0" deep with one (1) rollup door. Minimum Clear Door Opening shall be 42” wide by 30” high.

Compartment R3, behind the rear wheels, shall be 44" wide x 69" high x 27" in the lower 30" and 14" deep in the upper 34" with one (1) rollup door.. Clear Door Opening shall be 40” wide by 61” high

12.5.3 TRAYS, 500 POUND CAPACITY

Two (2) floor mounted trays shall be provided. These trays shall be located in L3 and R3.

Two (2) additional adjustable (rail mounted) trays shall be located in L3 and R3, above the floor mounted ones.

Page 86

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

All four (4) trays shall be constructed of 3/16" smooth aluminum sheets with at least a 3" lip formed around the perimeter and the corners welded. Trays shall be mounted on full extension OnScene Solutions slides with a minimum rating of 500# per assembly. A rugged quick- release latch shall be mounted on the underside surface of the trays to hold them in both the fully extended and fully retracted positions.

12.5.4 TRAYS, 250 POUND CAPACITY

Two (2) floor mounted trays shall be provided. These trays shall be located in L1 and R1.

One (1) additional adjustable (rail mounted) tray shall be located in L1, above the floor mounted one.

The trays shall be constructed of 3/16" smooth aluminum sheets with at least a 3" lip formed around the perimeter and the corners welded. Trays shall be mounted on full extension OnScene Solutions slides with a minimum rating of 250# per pair. A positive pressure hold open/close device shall be mounted on the underside surface of the tray to hold them in both the fully extended and fully retracted positions.

12.5.5 ADJUSTABLE SHELVES – LARGE

Three (3) adjustable shelves mounted on full height track shall be mounted in Compartments: R1, L2, and B1 (one shelf each).

The shelves shall be constructed of 3/16" smooth aluminum sheets. The front and rear edges shall be formed up 2". Adjustable shelves shall be mounted on adjustable track type channels to provide full (where possible) height adjustment with simple standard hand tools.

12.5.6 ADJUSTABLE SHELVES – SMALL (14” DEEP UPPER SECTION)

Four (4) small adjustable shelves mounted on full height track shall be mounted in Compartment R-3 (two shelves) and R-1 (two shelves).

The shelves shall be constructed of 3/16" smooth aluminum sheets. The front and rear edges shall be formed up 2". Adjustable shelves shall be mounted on adjustable track type channels to provide height adjustment with simple standard hand tools.

Page 87

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

12.5.7 SLIDE OUT AND TILT DOWN TRAY

One (1) OnScene Solutions slide out and tilt down tray shall be provided. The tray shall be constructed of smooth aluminum sheet and mounted on aluminum Unistrut channels to provide vertical height adjustment. Slide out/tilt down hardware shall be 250# capacity per pair. Compartment L3.

12.5.8 SCBA PANEL

SCBA BRACKETS - Install five (5) Ziamatic walk-away air pack holders against the rear wall of the right high-side compartment. Brackets shall accommodate complete air packs, or spare cylinders, and shall be equipped with collision restraint straps to hold them firmly in place. Brackets shall be mounted to the PAC TRAC tool boards in compartment R2. . 12.5.8 ADAPTOR PANEL

One heavy duty Hinged Panel tool board dimensions 30” by 30” (approximately). Finished panel shall be adjustable (front to rear of compartment) and have a minimum of 5 inch clearance from the compartment door. Panel shall be located at the top portion of compartment L1 with the hinged at the rear side of the compartment and a latch at the front.

12.5.9 The location for all compartment accessories shall be determined at the pre-construction conference

12.5.10 The Back wall of the upper section of all three (3) Right Compartments and the Back wall of the upper section of L-1 shall have Performance Advantage Company PAC TRAC covering area in front of water tank.

12.6 REAR PANEL COMPARTMENTATION - Rear panel step compartment (B1), shall be 44" wide x 34" high x 27" deep with one (1) Robinson rollup door. There shall be solid walls on each side of the rear step compartment. Note: the size of this compartment can be made dramatically smaller, if it will reduce the hose bed height. In this case 12.6.1 can be removed. A louvered, removable access panel shall be furnished on the back wall of the compartment.

Page 88

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

12.6.1 TRAY, 500 POUND CAPACITY

One (1) floor mounted tray shall be provided. This tray shall be constructed of 3/16" smooth aluminum sheets with at least a 3" lip formed around the perimeter and the corners welded. Trays shall be mounted on full extension OnScene Solutions slides with a minimum rating of 500# per assembly. A rugged quick-release latch shall be mounted on the underside surface of the trays to hold them in both the fully extended and fully retracted positions.

12.7 PROTECTION PANELS AND SCUFF SURFACES - Install 1/8" aluminum tread plate protection and trim panels as follows:

Over the side body compartments full length and width with a built-in drip rail. This tread plate shall be an overlay of the actual stainless steel compartment ceiling.

On the inside face of the beavertails, full height. Note: use flat plate instead of tread plate in area that may be contacted by . No sharp edges shall be present.

Full height on the front face of compartments from compartment tops down to the pump area running boards.

12.8 EXTERIOR BODY SURFACES - The exterior stainless steel surfaces of the body shall be painted as detailed under "PAINTING - GENERAL REQUIREMENTS". The entire rear surface of the apparatus shall be flat aluminum in place of treadplate to allow the application of the specified Chevron Striping.

12.9 COMPARTMENT VENTILATION – Stamp or install a 5" x 6-1/2" 18 gauge brushed stainless steel louvered vent on the backside of each compartment. Vents shall be installed in a manner that will help prevent water from entering the compartments.

12.10 WHEEL WELL AREA - The construction of the wheel well assemblies shall be an integral part of the overall body design. All fender panels shall be of 12 gauge 304L stainless steel.

The wheel well area shall be equipped with a round radius, extruded black rubber fenderette aka “Rub-A-Fenders” (Griffith Rubber Mill’s or comparable) fender extensions that fit into the radius of the fender well. It shall be bolted in place with Stainless Steel bolts and riv-nuts. The fenders shall provide protection against water and mud spray onto the cab from the rear tires.

Page 89

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

These fenderettes shall be installed at the outer panels and protrude a maximum of 3/4". Mounting hardware shall not be visible on the exterior of the body.

Bolt-on 16 gauge 304L stainless steel wheel well liners shall be installed. A minimum of 1/4" spacing shall be provided at the lower leading and trailing mounting areas for drainage and ventilation.

Black rubber mud flaps shall be installed behind the rear wheels and securely fastened to the wheel well liners with stainless steel hardware.

12.11 WHEEL WELL SCBA/EXTINGUISHER STORAGE - There shall be three (3) compartments suitable for storage of fire extinguishers, located one on the left side and two on the right side rear fender panels. One lap style brushed stainless steel gasketed access door with positive trigger latch mechanism shall be installed per compartment.

12.11.LABELS

Engraved labels shall be installed on or adjacent to each door. Labels shall match style on pump panel. Labels shall read as follows:

Dry Chemical – front right 2 ½ Gallon PW – rear right AFFF – front left

12.12 HOSE BODY AREA

12.12.1 NRFD’s goal is to provide the lowest hose bed available. Tank and hose bed configuration should be dictated by this goal. The upper hose body shall be constructed of the same stainless steel material as the compartments and shall use welded construction. Both outer sides of the hose bed shall be continuous smooth sheet with no breaks. The forward, top and rear edges of the body side sheets shall be formed into a 2" x 7/8" channel to insure adequate strength.

Hose bed flooring shall be Duradek T3500 white fiberglass or aluminum grating installed full width and length of the hose bed.

Page 90

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

12.12.2 Hose bed capacity as viewed from the rear, from left to right:

Bed 1 .... 600' of 1 3/4" hose

Bed 2 .... 800' of 2" hose

Bed 3 .... 600' of 2 1/2" hose

Bed 4 .... 1,000' of 5" hose

Three (3) 1/4" thick smooth aluminum hose bed dividers with extruded aluminum mounting bases shall be installed in the hose bed. The dividers shall be mounted on a series of rigid stainless steel channels that span the width of the hose bed, and will provide adjustment from side to side with standard hand tools and no drilling.

The rear section of the hose bed dividers shall have a tubular grab handle, similar in design to those found elsewhere on the apparatus. The handle will continue over the top rear corner for approximately 12” to be used as hand holds for accessing the hose bed. The dividers shall also be secured to the top cross rail.

12.12.3 The hose bed area shall be covered with a waterproof, rot and tear resistant cover, fabricated of #80 RED Herculite. The main center seam double stitched, all other fitted sections and hems shall be double stitched. All holes in cover shall be reinforced with grommets. Attached with Velcro and ¼ turn Curtain Fasteners. Use of rivets or drive screws is unacceptable. Installation subject to NRFD approval.

The cover shall extend over the rear hose area and the rear section shall have a weighted flap and be attached with a quick release system that can be operated with fire gloves on. System to be approved by NRFD.

“ENGINE 21” or “ENGINE 23” in White Reflective Lettering As large as practical shall be stitched on the rear flap.

12.13 FRONT OF BODY STEPS – Install a large South Park LFS46ZC bright finish folding step 18" above the pump area running board. Install a second large South Park LFS46ZC bright finish folding step 18" above the lower step and a third one 18” above the second. A total of ten (10) steps shall be provided. Five (5) per side, three (3) each on the front fender of the body and two (2) on the rear of the cab.

Page 91

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

12.14 REAR PANEL STEPS – The rear tailboard shall be fabricated of the same tubular materials as used in the apparatus body. The tailboard shall be an independent assembly bolted to the rear body structural framing to provide body protection and a solid rear stepping platform. The tailboard framework shall be 'beveled' at an appropriate angle to decrease the 'swing-out' of the rear of the apparatus when making tight turns. In the event that the rear tailboard does become damaged, it shall be easily unbolted and replaced with OEM parts directly from the manufacturer. The rear step shall be designed to incorporate "crush zone" technology. This idea incorporates lighter materials in the tailboard than the body structure so the step will "crush" in a collision before the body structure. The rear tail board shall be full width of the body, spaced away for drainage and shall be no less than 20" deep .

Install a back-up alert/reverse-sensing ultrasound to detect objects that are up to eight (8) feet from the rear of the apparatus. The system shall use a minimum of four (4) separate sensors, The unit will alert the driver as he gets closer to an object with an audible signal that will beep faster the closer the apparatus gets to the obstruction. Prior to physical contact with the object, the unit shall automatically apply the chassis service brakes to stop the vehicle, to prevent or limit contact.

If an ultrasound unit is unavailable a BackStop automatic braking device covering the entire width of the lower trailing horizontal edge of the rear tail board shall be installed. An internal sensing switch in the BackStop shall automatically apply the chassis service brakes to stop the vehicle should an object come in contact with the BackStop while operating the vehicle in reverse gear. Lower rear red marker lights, if obstructed by the BackStop, shall be relocated on the lower rear panel of the apparatus as best suited.

An 8" deep x 46" wide non-skid aluminum treadplate step with mitered corners shall be installed above the rear panel compartment for ease of access to the hose bed area.

A minimum of six (6) large South Park LFS46ZC bright finish folding step shall be mounted, three (3) on each side of the rear compartment area to assist access to the hose bed. Step surface of each unit shall provide 64 square inches of footing.

An additional large South Park LFS46ZC bright finish folding step shall be modified as a “hose hook” and mounted to the rear of the apparatus. Final details to be worked out at preconstruction meeting.

Page 92

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

12.15 STEPS OF CAB - Crew cab and rear of body shall be:

Constructed of “skid resistant material so designed to permit adequate drainage of water, mud, ice, and snow and adequately braced.

Securely bolted into place for ease of replacement.

12.16 FENDER REMOVABLE - non-rusting rear fender shall be installed as directed by N.R.F.D. Wheel wells shall be constructed of stainless steel of sufficient strength to withstand the impact of a broken snow chain without damage or deformity. Rear wheel well openings shall be constructed to allow maximum clearance to body from a broken snow chain. All fenderettes are to be easily replaceable.

12.16.1 SPLASH GUARDS – The rear wheel well liners shall be extended inward and shall have a black rubber splash guard attached to prevent mud and dirt from spraying between the water tank and body panels. This guard shall be notched to clear the rear springs if required.

12.17 HAND RAILS

12.17.1 LOWER HORIZONTAL HAND RAIL - A full width intermediate extruded aluminum hand rail with non-slip design shall be mounted horizontally at the rear of the body below the hose bed floor.

12.17.2 UPPER VERTICAL HAND RAIL – Two (2) aluminum vertical hand rails with non-slip design shall be installed along each side of the hose bed.

12.17.3 Two (2) handrails shall be provided, one above each side pump panel.

12.17.4 One (1) horizontal handrail shall be provided above the hose bed at the rear of the apparatus. Hose bed dividers shall be attached to it for added rigidity.

12.17.5 Additional

12.18 REAR TOW BAR OR TOW EYES - A tow bar shall be installed under the tailboard at center of truck. The tow bar assembly shall be designed and positioned to allow up to a 30-degree upward angled pull of 17,000 pounds, or a 20,000-pound straight horizontal pull in line with the centerline of the vehicle. Or Two (2) removable painted tow eyes, direct mounted to the chassis frame rails, shall extend through the back wall of the rear step compartment.

Page 93

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

12.19 LADDER STORAGE - One (1) 24 foot extension ladder and one (1) fourteen foot roof ladder shall be stored on a hydraulic controlled overhead ladder lift system designed to accommodate this ladder. The rack shall nest horizontally above the right side compartments. The system will be powered by means of heavy duty electric over hydraulic actuators, the ladders shall be powered downward from the stored position to approximately 60” above the ground for easier deployment by personnel standing on the ground. The ladders shall be held in place by chrome plated, quarter-turn spring loaded clamps and the roof ladder shall be stored inboard of the extension ladder.

The installation shall include concealed hydraulic actuators. Ladder support booms connected to hydraulic actuators. Our preferred system shall be external of compartments and shall not interfere with or require modification to upper compartments. As required by the NFPA, a manual locking device shall be installed to secure the ladder rack in the bedded position. The hydraulic reservoir shall be mounted for ease of service in the pump area or as best suited.

It shall be controlled by a weatherproof momentary contact toggle switch control installed on the right side pump panel and/or at the rear of the body, in a location that gives the operator full travel view of the ladders to and/or from the stored position to prevent mishaps. An audio-visual alarm system shall be provided at the ladder control switch station. Ladder rack shall function anytime that the parking break is applied and the batteries are on.

For added safety there shall be flashing amber lights installed front and rear on ladder support booms wired to flash at all times when the ladder rack is out of the stored position (in use), and outer edges of ladder rack framing shall be trimmed with white reflective trim. Also, a position sensor on the ladder rack shall be wired to a red warning light in the cab to alert the driver if the rack is not properly stored for travel.

12.20 FOLDING LADDER/PIKE POLE STORAGE – A ten (10’) foot folding ladder shall be mounted on the left side, in a compartment behind the roll up doors. Pike pole storage shall be provided within this same compartment.

12.21 PIKE POLE STORAGE – One each (1): six (6) foot and eight (8) foot pike poles shall be stored in the upper left rear compartment. Each tube shall be aluminum and include notched slots to keep the pike poles firmly in place during transit. Note: pike pole styles ordered

Page 94

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

12.22 HARD SUCTION STORAGE – Two (2) hard suction hoses shall be carried above the compartments on the left side in V-shaped troughs and held in place by chrome plated, quarter turn, spring loaded clamps or other agreed upon fasteners. Troughs shall be constructed of steel and painted job color. The size and length of the that shall be carried is 10' sections of 6" hose.

12.23 DECKING, COMPARTMENT - Black Mateflex or Turtle Tile self-draining interlocking plastic tiles, with beveled edge caps, shall be provided on the floor, shelves and trays of each enclosed compartment. All leading edges shall be beveled.

12.24 SHELVING – See compartments for details.

12.25 SCBA RACK - A 7-bottle SCBA storage rack shall be installed on the left side of the vehicle. Location of the rack shall be shown on the construction approval drawings. (High in L3).

Rack shall accommodate Scott 4.5 30 minute cylinders.

12.26 REFLECTORS - Chrome trimmed Truck-Lite reflectors shall be installed on the apparatus in compliance with Federal Motor Vehicle Safety Standards and NFPA 1901.

12.27 FUEL FILL DOOR - A flush mounted door with stainless steel hinge and a flush chromed locking mechanism to secure the door shall be installed over the fuel fill hose. The tank fill opening shall be conspicuously labeled with the words "DIESEL FUEL ONLY" engraved in capital letters, on a permanently attached label. The fill opening shall be installed in compliance with NFPA.

XIII ELECTRICAL SYSTEM

13.1 12-VOLT POWER SUPPLY - The alternator shall be Dual (2) Leece-Neville 270 amp, engine driven via a multi-groove polyvee belt and shall be automatically tensioned. They shall have a rated output current of 540 amps, as measured by SAE method J56. The alternators shall feature an integral, fail- safe regulator and rectifier. The alternators shall be connected to the power and ground distribution system with heavy-duty cables sized to carry the full rated alternator output.. The alternators shall meet all applicable NFPA 1901, requirements for performance. The alternator shall be pad mounted in an accessible location, we are concerned about its exposure to engine heat.

13.2 BATTERIES - The battery system shall be a single system consisting of six group D31A “Optima”, 12 volt DC heavy-duty high cycle automotive batteries. The battery bank shall have a group rating of 6600 cold cranking

Page 95

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 amperes (CCA) at 0 degrees Fahrenheit and a reserve capacity of 1200 minutes with a 23 amp draw at 80 degrees Fahrenheit.

13.2.1 ISOLATED BATTERY - One (1)-12 volt, Optima D31A battery shall be provided for voltage sensitive components. A battery isolator that is appropriately suited for the battery capacity shall be supplied.

13.2.2 BATTERY CABLE INSTALLATION - Battery cables and battery cable harnessing shall be installed utilizing the following guidelines:

(1) All battery cables and battery harnesses shall have a permanent label attached for easy identification of the harness part number and fabrication date.

(2) Splices shall not be allowed on battery cables or battery cable harnesses.

(3) For ease of identification and simplified use, battery cables shall be color coded. All positive battery cables shall be red in color or wrapped in red loom the entire length of the cable. All negative battery cables shall be black in color.

(4) For ease of identification, all positive battery cable isolated studs throughout the cab and chassis shall be red in color.

(5) For increased reliability and reduced maintenance, all electrical buss bars located on the exterior of the apparatus shall be coated to prevent corrosion.

13.2.3 The batteries shall have a red Master Power on/off switch in close proximity to the engine start switch. Master battery power switch is backlit with an indicator light to notify driver of battery system status.

13.3 BATTERY BOX - Batteries shall be well ventilated and mounted under the crew cab left and or right side door steps on the outside of the frame rail. Included is a masticated rubber pad on the battery compartment floors and drain holes to prevent corrosive build up and provide additional vibration resistance. The battery hold downs shall be of a non-corrosive material. All bolts and nuts shall be stainless steel.

Battery terminal connections shall be coated with anti-corrosion compound. Battery solenoid terminal connections shall be encapsulated with semi- permanent rubberized compound.

There shall be a door in the crew cab floor to provide access to the battery terminals.

Page 96

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

One (1) set of battery jumper studs will be provided on the lowest point of the driver side battery box, facing outboard, to provide easy access to connecting jumper cables. Both positive/negative terminals will be clearly labeled and have color coded plastic caps.

13.4 BATTERY CHARGE SYSTEM - The chassis shall be equipped with a Kussmaul Auto Charge 1200 battery charger. The charger output shall be rated for 40 amps at 12 volts DC for faster battery recharge. The charger shall operate on 120 volts AC, and draw a maximum of 10 amps. The charger shall utilize remote voltage sensing to compensate charger output for voltage drop in the charging circuit. The charger shall have a cab mounted bar graph charge level indicator to indicate charge level.

13.4.1 MOUNTING - Kussmaul battery charger, shall be mounted within an approved compartment adjacent and/or near the radio compartments (between front and jump seat). Compartment to be fitted with locking door and/or access panel, and shall provide ready access to all connectors and service points. All wiring into and out of compartment shall be protected in an appropriate and approved manner. Protector compartment shall be labeled “Electronic Equipment Only”.

13.5 RECEPTACLE – A 20 amp Kussmaul Super Auto Eject shore line receptacle shall be provided. The auto eject receptacle shall be completely sealed preventing road dirt contamination and shall be mounted in the driver step well below the door. The electrical shore line shall be automatically ejected when the engine starter circuit is engaged. A yellow spring-loaded weatherproof cover shall protect the receptacle. Unit shall be located over the left front wheel well. Unit shall allow cord to be plugged in while the vehicle door is closed/locked. The shoreline(s) shall be connected to battery charger & any/all receptacles.

13.5.1 One (1) Kussmaul™, Auto-Eject 120 volt 15 amp plug for Engine Block Heater, Gray, labeled, cover mounted on Right side of cab, in officers foot well area. Unit shall allow cord to be plugged in while the vehicle door is closed/locked. Location shall be approved by N.R.F.D.

13.6 ELECTRICAL LOAD MANAGEMENT SYSTEM - The chassis shall be equipped with an integral fire and emergency vehicle electrical package, which shall include the electrical requirements of the fire apparatus body and cab warning light devices, power distribution, load management, lighting administration, and interlock requirements as set forth and recommended by NFPA 1901.

Page 97

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

13.6.1 MULTIPLEXING DISPLAY

The multiplexing electrical system shall include (2) Weldon Vista III displays which shall be located (1) within the driver side instrument panel ahead of the engine tunnel and (1) in the officer panel. The Vista III displays shall feature full color LED display screens which include a message bar displaying the time of day, the current ambient outside temperature and important messages requiring acknowledgement by the user which shall all be displayed on the top of the screen in the order they are received. There shall be virtual controls for the auto climate control, on-board diagnostics, and video ready for back- up cameras, thermal cameras and DVD. A DIN type input connector ready for GPS interfacing shall be incorporated into the back of the display.

The Vista III displays shall measure approximately 10.38 inches wide X 7.50 inches overall. The displays shall offer varying fonts and background colors. The displays shall also be fully programmable to the needs of the customer which offers an infinite amount of flexibility for viewable options.

13.6.2 12 VOLT MULTIPLEX CONTROL CENTER

The apparatus shall have a multiplexed 12 volt electrical system that will provide complete diagnostic capability. The system shall have the capability of delivering multiple signals via a CAN bus, utilizing specifications set forth by SAE J1939. The system shall be node based to maximize stability so that failure of one node does not affect the operation of the other nodes. The system shall use shielded twisted- pair wire for transmission of system function signals. The shielded wire shall provide protection against EMI and RFI noise interruptions.

The multiplex system shall be responsible for providing power management functions as well as load shedding. The warning light system shall be controlled by the multiplex system. The system shall be capable of displaying text and/or graphic messages on a display module. The system shall be based on solid-state technology and shall include self-contained diagnostic indicators.

The components of the electrical package shall be integrated into the system by an engineered wiring harness and interconnect system designed such that the system wiring, interconnects, warning control, load management, interlock system and associated documentation can remain unchanged regardless of the vehicle lighting and interlock configuration.

Page 98

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 The electrical package shall include: An indicating interlock module; a programmable load management device; a warning light power distribution module and an information display with system diagnostic capabilities.

13.6.1 VOLTAGE MONITOR SYSTEM - A voltage monitoring system shall be provided to indicate the status of the battery system connected to the vehicle's electrical load. The system shall provide visual and audible warning when the system voltage is below or above optimum levels. The alarm shall activate if the system falls below 11.8 volts DC for more than two (2) minutes.

13.6.2 VEHICLE DATA RECORDER - The chassis shall have a Weldon Vehicle Data Recorder system installed. The system shall be designed to meet NFPA 1901 and shall be integrated with the Weldon Multiplex electrical system. The following information shall be recorded:

• Vehicle Speed • Acceleration • Deceleration • Engine Speed • Engine Throttle Position • ABS Event • Seat Occupied Status • Seat Belt Status • Master Optical Warning Device Switch Position • Time • Date

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

13.7 INTERLOCK CONTROL AND MONITORING MODULE - The electrical package shall be equipped with an interlock module and monitoring system that can be readily configured to meet the interlock requirements of various PTO and pump configurations, without wiring modifications from the pre- engineered harness and interconnect system. The module shall consolidate all interlock signals, relays and indicators and shall attach to the harness system through connectors. Independent relays dispersed about the apparatus for the purpose of pump and throttle interlocks shall not be utilized.

The interlock module shall also control and indicate the following functions: Transmission lockup command, high idle control logic with adjustable speed potentiometer for electronic engines, engine run/starter lockout relay, select

Page 99

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 switch for foot throttle inhibit during pump operation, and cab and body "door ajar" indication with relay for "door open" alarm.

13.8 LOAD MANAGEMENT SYSTEM (LMS)

13.8.1 The electrical package shall include an electrical load management system which will control the warning light switches, lighting system operational mode (scene/response), automatic high idle activation, NFPA recommended voltage monitoring, load sequencing, and load shedding functions. The system shall meet the requirements of various system configurations, without wiring modifications from the pre- engineered harness and inter-connect system. The LMS shall consolidate all load management signals, relays and indicators and shall attach to the harness system through connectors.

13.8.2 The LMS shall monitor the main battery bank and shall be capable of monitoring a second, independent battery or battery bank (if present). The voltage detected on each of the battery banks shall be displayed by the load management system. The load management system shall be configurable so that any warning light or switch controlled by the system can be assigned or reassigned without additional wiring or modifications from the pre-engineered harness and interconnect system.

13.8.3 A control switch (or device) can be assigned a mode of operation. There shall be three possible modes of operation:

1) Scene Mode: The device can be turned "ON" only when the park brake is set.

2) Response Mode: The device can be turned "ON" only when the park brake is not set.

3) All Mode: The device can be turned "ON" without regard to park brake position.

13.8.4 A control switch or device can be assigned to be dependent, or not dependent, upon the Master Warning Switch. Devices that are not dependent on the Master Warning Switch will sequence "ON" when the vehicle power is turned on. Devices that are dependent on the Master Warning Switch will sequence "ON" when the Master Warning switch is turned on.

13.8.5 Any control switch or device can be assigned a priority level at which a given device is sequenced "ON" and "OFF" and at which point the given device is automatically shed (turned OFF) by the load management device during low system voltage conditions.

Page 100

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

13.8.6 There shall be nine (9) levels of priority programmable for any given device connected to the load management system. Devices will be sequenced "ON" from priority 0 (P0) to priority 8 (P8). Devices will sequence off from P8 to P0. When load management is enabled, devices assigned P8 shall be shed first, while P1 is to be shed last. P0 devices shall not be shed by the load management control. Any control switch or device can be assigned two modes for reactivation: Automatic - The load will reactivate when system voltage increases appropriately. SHED HOLD - The load will not reactivate once it is shed.

13.8.7 The load management system shall be capable of activating the apparatus high idle system when the system voltage drops to an unacceptable level. The load management system shall activate the high idle feature before any devices are automatically shed OFF. The high idle function request from the load management device shall function only if the appropriate interlocks are present; that is, control of the high idle system is monitored and shall be superseded by the state of the interlock control module. The automatic high idle system shall be deactivated whenever the brake pedal is pressed, and shall remain inactive for two minutes thereafter to allow an operator to override the high idle function and return the engine to idle before pump or PTO engagement.

13.8.8.1 The load management system shall be capable of automatically turning off device loads when the system voltage becomes degraded. Loads will shed according to their assigned priority levels. Electrical loads will be turned off only after the system voltage drops to the given priority shed point for more than one minute. Once a load is shed, it shall remain off for a minimum of five minutes and until the voltage exceeds the given shed point by at least 0.2 volts (if it is programmed to automatically reset). If a load is programmed to remain off after it is shed, the given load shall remain off until the master switch is toggled, or a "power-on" cycle (POC) is initiated.

13.8.9 The following load management functions will be active in both scene and response mode. The load management system shall provide a low voltage output which meets the NFPA recommended timing and voltage levels. The load management system shall provide a warning if voltage measured on an attached secondary battery bank (or voltage source) falls below 11.9 volts. The load management device shall support a user configurable load management output. The output shall be capable of being set at any voltage between 10.5 volts and 15 volts. If the Set Point is selected below 13.8 volts, the output shall activate

Page 101

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 when the voltage drops to or below the desired Set Point; this shall allow the output to be utilized to activate an auxiliary device or alarm at a user defined point. If the Set Point is selected at or above 13.8 volts, the output shall activate when the voltage rises to or above the Set Point; this shall allow the output to be utilized to activate an over- voltage alarm at a user defined point.

13.8.10 ELECTRICAL LOAD MANAGEMENT SYSTEM OPERATIONS –

1. A shed load shall remain inactive for a minimum of five minutes to prevent the load from cycling on and off.

2. High Idle will activate before any electric loads are shed and deactivate with the service brake.

3. Individual switch "on" indicator to flash when the particular load has been shed.

4. The information center indicates system voltage. The information center, includes a "Load Manager" screen indicating the following: a) Load managed items list, with priority levels and item condition. b) Individual load managed item condition: ON or SHED

13.8.11 SEQUENCER

A sequencer shall be provided that automatically activates and deactivates vehicle loads in a preset sequence thereby protecting the alternator from power surges. This sequencer operation shall allow a gradual increase or decrease in alternator output, rather than loading or dumping the entire 12 volt load to prolong the life of the alternator.

For improved reliability and ease of use, the load sequencing system shall be an integral part of the vehicle's solid state control system requiring no additional components to perform load sequencing tasks. Load sequencing systems which require additional components shall not be allowed.

Emergency light sequencing shall operate in conjunction with the emergency master light switch. When the emergency master switch is activated, the emergency lights shall be activated one by one at half second intervals. Sequenced emergency light switch indicators shall flash while waiting for activation.

When the emergency master switch is deactivated, the sequencer shall deactivate the warning light loads in the reverse order.

Page 102

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 Sequencing of the following items shall also occur, in conjunction with the ignition switch, at half second intervals:

Cab Heater and Air Conditioning Crew Cab Heater and Air Conditioning Exhaust Fans (if applicable) Third Evaporator (if applicable)

13.9 LOAD MANAGEMENT SYSTEM CONFIGURATION AND DIAGNOSTICS - The load management system features shall be easily configured through an on-board configuration menu. The system shall display the settings for each independent switch configuration and adjustable output.

The load management system shall provide visual indication of the following parameters:

Operating mode Master warning switch status Main battery voltage Secondary battery voltage User set point value On/off indicator for each output Output priority level Load management enable input

13.10 POWER DISTRIBUTION SYSTEM - The electrical package shall incorporate power distribution modules (PDM)s as an integral part of the electrical system to supply power to all loads controlled by the load management system, including all warning lights, the air conditioning system, and all interior lighting. Each PDM shall be able to switch current to circuits via plug-in replaceable relays. Plug-in automatic, self-resetting circuit breakers shall also be provided. To minimize failures and voltage drop, each PDM shall have no point-to-point wiring and shall include integral connectors so as to be a plug-in component in the electrical system.

13.11 ELECTRICAL LOAD MANAGER INTERLOCK - The interlock module shall monitor and provide visual indication of the status (active/not active) and polarity (positive input/grounded input) of the NFPA related interlock inputs; pump/PTO shift switch, pump/PTO engagement switch, park brake switch and neutral switch.

The interlock module shall control and indicate the outputs for the following NFPA related interlock signals: Pump mode interlock, "Okay to Pump" and remote throttle interlock (pump panel throttle).

The interlock module shall also control and indicate the following functions: Transmission lockup command, high idle control logic with adjustable speed potentiometer for electronic engines, engine run/starter lockout relay, select switch for foot throttle inhibit during pump operation, and cab and body "door ajar" indication with relay for "door open" alarm.

Page 103

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

13.12 OFFICER INFORMATION CENTER - The electrical system shall include an information message center located in the dash of the cab, in view of the officer. The Officer Information Center (OIC) shall include and display the following:

Vehicle speed whenever the park brake is not set. When the park brake is set, the numeric display shall indicate the status of the general purpose timer. Seat belt status.

13.12.1 SEAT BELT MONITORING SYSTEM – Weldon V-MUX Seat Belt Monitor or equal.

A seat belt monitoring system shall be provided. The SBMS shall be capable of monitoring up the status of each seating position in the cab with green and red LED indicators as follows:

Seat Occupied Buckled Green Seat Occupied Unbuckled Red Seat Occupied Buckled improperly Yellow No Occupant Buckled Red No Occupant Unbuckled Not Illuminated

The SBMS shall include an audible alarm that shall be activated when a yellow/red illumination condition exists and the parking brake is released, or a yellow/red illumination condition exists and the transmission is not in park. Status shall be recorded on the system computer for future recall.

13.13 DRIVER INSTRUMENTS AND CONTROLS - The following instruments and warning lights shall be installed in the center panel directly in front of the steering column or on the Vista III Display Screen:

Cab Unlatched warning light Alternator warning light Low Coolant warning light Turn signal indicators Engine Air Filter Restriction indicator light Headlight High Beam indicator Stop Engine warning light Check Engine warning light Electric Tachometer with Hour meter Voltmeter w/ warning light and alarm Oil Pressure gauge w/warning light & alarm Electric fuel level gauge Electric Speedometer with Odometer Parking Brake Set indicator Diesel Particulate Filter (DPF) light High Exhaust Temperature (HET) light Malfunction Indicator Lamp (MIL) Water Temperature w/warning light and alarm Transmission Temperature gauge with warning light and alarm Dual needle Air Pressure gauge with low air warning light and alarm ABS and ATC warning lights, Retarder warning light (when specified) Low Fuel Level and Water in Fuel warning lights

Page 104

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

13.14 CONTROL PANEL DRIVER'S LEFT

Dash Lighting dimmer control Mirror controls Headlight switch Intermittent Wiper on/speed control Floor Lighting switch

13.15 DRIVER'S RIGHT CONTROL PANEL

Main HVAC controls Transmission control

13.16 DRIVER'S FLOOR AREA:

Steering Column and Wheel Controls Foot Throttle Suspended Brake Pedal Air Horn Control Siren Control (Mechanical)

13.17 CENTRAL DASH CONTROL PANEL - This panel shall be located between driver and officer and shall contain:

Red Master Battery Power On/Off switch Green Master Keyless Ignition Fast Engine Idle switch Parking Brake control Siren Control panel Horn/Air Horn Selector switch

13.18 GAUGE TYPE - Dash gauges shall be black faced with white numbers and orange pointers and shall read in US measurements only.

13.19 AUXILIARY 12 VOLT OUTLETS - There shall be three (3) automotive 12- volt auxiliary constant battery hot, electrical outlets with covers mounted on the two (2) on the central dash panel and one (1) on the officer RH panel for accessory items. Automatic self-resetting circuit breakers shall also be provided.

13.19.1 One additional automotive 12-volt auxiliary electrical outlets with cover mounted inside EMS compartment, mounted as high as possible.

13.20 Q2B SIREN - An electro/mechanical Federal Q2B siren shall be mounted on or in the left hand side of the front bumper extension. The siren mounting shall include a reinforcement plate. A sound deadening cover shall be included.

There shall be two (2) foot switches provided (Line Master model 632S) on the floor of the cab for the driver and officer for the operation of the Q2B Siren. A dash mounted siren brake switch shall be included.

13.20.1 ELECTRONIC SIREN / PA - A 200 watt (or greater) Whelen solid state electronic siren with hard wired PA microphone, shall be

Page 105

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 mounted (flush) in the cab (location subject to NRFD approval). A compatible speaker with cast aluminum housing and a protective grill shall be recessed in the front bumper.

13.21 DUAL ELECTRIC HORNS - Dual electric horns rated at 400hz/500hz shall be installed under the cab, controlled through the horn ring on the center of the steering column, and wired through a dash mounted selector switch allowing control of either the electric or air horns.

13.22 AIR HORNS - Two-(2) chrome plated Grover Stuttertone 21” air horns shall be mounted through the front bumper and plumbed to the chassis air brake system. A horn/air horn selector switch shall be installed on the central dash panel allowing the choice of either the dual electric horns or the air horns to be activated by the steering wheel horn button.

13.21.1 There shall be two (2) floor mounted foot switches to operate the air horn. The switches shall be mounted one (1) on the drivers side in the cab and one (1) mounted on the officer side in the cab.

The foot switches shall be Line Master model 632S.

The air horn foot switch shall be located to the left of the siren floor switch.

13.21.2 EMERGENCY EVACUATION – An air horn control switch shall be located on the pump panel. This switch shall have a safety cover to prevent accidental activation. A sign (matching all others on the panel) shall be lettered as follows: “EMERGENCY EVACUATION HORN” and shall have a bright colored background.

13.22 BACK-UP ALARM - A Code 3 model D50C electronic back-up alarm producing 97 db shall be installed at the rear of the chassis between the frame rails. It shall operate whenever reverse gear is selected.

13.23 DC TO AC INVERTER - Install a Fleet Power, DC to AC power inverter system designed for a minimum of 3,000 watts of single phase AC power. Voltage regulation shall allow operating all types of 120 volt AC electrical loads such as lights, motors, computers, etc. Inverter and charger system shall have UL approval for fire/rescue emergency vehicles. Final location to be approved by NRFD.

In order to provide continuous inverter operation without load manager interference, electrical input to the inverter shall be from an isolated heavy duty 12 volt Optima D31A battery that is maintained by the vehicle alternator, as well as through shore-power battery charging circuitry. Electrical input to the inverter from the engine batteries shall not be acceptable.

Page 106

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

The inverter shall be installed in a protected location, and the deep-cycle battery shall be protected from the elements and easily accessed for service and inspection.

While the inverter is operating at less than full capacity, a built-in battery charger shall return 12 volt charge to the input battery. Inverter shall include protection for high output, high temperature, and low battery input (10 volts DC).

A remote on-off switch with LED bar graph display of battery voltage and system power output shall be located in the cab, easily visible and accessible. Permanently installed on the inverter controls area shall be an inverter rated performance specification tag.

The inverter system shall include proper grounding and bonding as required in NEC "Portable and Vehicle Mounted Generators". Non-grounded systems shall not be used. Only stranded or copper conductors shall be used for grounding and bonding purposes. An operator instruction plate, and generator rated performance specification plate, shall be permanently installed at the circuit breaker control panel.

Wiring shall be properly installed from the circuit breaker panel to all specified 120/240 volt accessories, including permanent circuit identification and rating specifications as applicable. Wiring materials used for the specified accessories shall be either THHN type in non-metallic liquid tight flexible conduit, or heavy duty SO copper cable. Either type of wiring shall be rated for 600 volts at not less than 194 degrees Fahrenheit.

13.24 LINE VOLTAGE ELECTRICAL SYSTEM REQUIREMENTS - The specified line voltage power unit shall be installed with strict compliance with NFPA 1901 guidelines, and all associated components and equipment to be installed shall comply with NFPA 70 and applicable standards of the National Electrical Codes. Line voltage electrical system equipment and materials used with the system shall all be listed, properly installed in accordance with the manufacturer's instructions, and only in the manner for which they have been listed.

The line voltage electrical system and associated equipment shall be thoroughly tested, and the testing shall verify electrical polarity, and that all wiring connections have been properly made. In addition, the system shall undergo a thorough operational test under full-load of the inverter manufacturer's continuous duty power rating.

13.25 ELECTRICAL RECEPTACLES – A total of Four (4) 120 volt 20 amp 3-prong Standard configuration duplex outlets shall be installed as described below.

Page 107

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

13.25.1 Two (2) receptacles with weatherproof spring loaded covers shall be installed one (1) each side between the driver and left jump seat and the officer and right jump seat. These receptacles shall be furnished with 120 volt 20 amp 3-prong Standard configuration. These outlets shall be “hot” at all times.

13.25.2 Two (2) receptacles with weatherproof spring loaded covers shall be installed inside of the EMS Cabinet, as high up as possible. Final location to be approved by NRFD. This outlet shall be powered by the shoreline and inverter..

13.27 12 VOLT ELECTRICAL SYSTEM INSTALLATION - All 12 volt electrical equipment shall be installed to conform to federal and NFPA standards. Wiring shall be GXL high temperature and insulated. The wire shall be resistant to grease, oil, acids, brake fluid, and abrasion. Wiring shall be run in protective loom held in place with rubber coated brackets and fastened using stainless steel hardware. A bolt-on protection panel shall be provided for the wiring at the rear tail light assemblies. Wiring shall be individually function labeled every 3-4 inches full length of each wire.

All wiring harnesses shall be modular, easily accessible, and replaceable utilizing waterproof Deutsch connectors with gold pins . Circuit breakers shall be of the automatic self-reset type.

Care shall be exercised to provide for easy serviceability of the system. Proper insulation and heat deflection panels shall be installed in appropriate areas. Wiring passing through sheet metal panels shall be properly protected using rubber grommets.

Wiring shall be sized to carry 125% of the maximum anticipated load such that current draw will not exceed the rating of the wire. All circuit loads over 10 amps shall be carried through 30 amp minimum plug-in relays, installed in circuit strips. No circuit loads over 10 amps shall be carried through the switches in the cab master switch console.

All exposed solenoids and electric connections (not made with Deutsch connectors) shall be in a weather tight sealed box, subject to NRFD approval.

Page 108

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

XIV VEHICLE AND WARNING LIGHTS

Intent: Unless specifically listed, all lights shall be of LED design.

14.1 OVERHEAD CONSOLE - There shall be an overhead panel with one red flashing "Cab Door Ajar" warning lamp and an amber "Body Door Ajar" warning lamp. LED Warning lamps shall be activated if the parking brake is released while the engine is running.

14.1.1 OPEN DOOR / ACCESSORIES UP DISPLAY

A Weldon V-MUX Seat Belt Monitor (or equal) open door and accessory status display shall be displayed on both V-Mux screens. The system shall be illuminated automatically when the chassis parking brakes are not engaged, and any passenger or compartment door is open, or when any telescopic accessory is not properly stored.

The display shall show a basic top view layout of the truck or both sides and will indicate the specific door that is open and any accessory that is not properly stored. The following shall be monitored on the display:

Cab telescopic lights, Deck gun, Ladder rack, Cab doors and / or Body doors

The extendable and telescopic devices shall have switches wired to a red flashing light conspicuous to the driver to indicate if these devices are not properly stored for travel. The light shall be labeled "Danger - Do Not Move Apparatus When Light Is On". The warning light shall be wired to activate only when the push-pull parking brake has been disengaged.

14.1.2 ADDITIONAL ROCKER SWITCHES

Three (3) additional dash mounted rocker switches shall be installed to provide for additional electrical requirements

14.2 INTERIOR CAB LIGHTING - There shall be four (4) heavy duty overhead dome light clusters, each consisting of an 8” red LED and an 8” white LED or flush mounted lamp (Weldon model #8048). Each white lamp shall illuminate upon opening any cab door and each white or red lamp shall be operable from the seat positions when the doors are closed. The lights shall be activated by pushing directly on the light. A red courtesy light mounted under the dash at the driver and officer positions shall be controlled by a rocker switch mounted on the driver's instrument panel.

Page 109

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

Two (2) adjustable map lights with switches shall be mounted on the cab ceiling, driver and officer position.

Each cab door shall be equipped with one LED lamp, located on each inner door panel. This lamp shall illuminate whenever the cab doors are opened. The lamp will be centered in the lower section of the door panel. The lens shall have a color combination of red and white. The red to warn approaching traffic of an opened door and the white shall provide ground illumination and cab entrance step illumination in accordance with the requirements of NFPA 1901. The LED light shall be controlled by a door activated switch.

14.4 PUMP COMPARTMENT WORK LIGHTS - Two (2) manually switched clear lens Truck-Lite model 80350 5" pump compartment work lights shall be installed one each side of the pump enclosure.

14.5 COMPARTMENT LIGHTS - Clear On Scene Solutions LED strip light(s) shall be installed on each side of each compartment of the body. The lights shall illuminate all areas of the compartment. Each light shall come on automatically when each door is opened.

Wherever adjustable shelving or trays are installed in a compartment, an additional lamp shall be installed to illuminate the compartment beneath the shelf or tray. Any deep or wide compartments may require additional lighting.

14.6 NFPA WARNING LIGHT SYSTEM OPERATION - The emergency warning light system shall be activated by rocker switches located on a panel mounted on the cab dash. The rocker switches shall have an internal indicating light to show when the switch is energized. Individual switches shall be installed to allow pre-selection of various components of the warning system. The switches shall be mounted in centrally located panel for easy service and identification. The electrical system components and wiring shall be readily accessible through panels for checking and maintenance.

14.6.1 The Optical Warning Device System shall comply with NFPA 1901 without exception. To minimize the load placed on the electrical system during apparatus start-up for an emergency response, a sequential switching device shall be installed to energize the optical warning devices.

14.6.2 The warning system shall be divided into upper and lower warning levels. The optical warning system on the apparatus shall be capable of two (2) separate signaling modes during emergency operation. One mode shall signal to drivers and pedestrians that the apparatus is responding to an emergency, and is calling for the right-of-way. The

Page 110

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 other mode shall signal that the apparatus is stopped, and is blocking the right-of-way.

14.6.3 There shall be a switch that senses the position of the parking brake. When the master warning system switch is closed, and the parking brake is released, the warning devices signaling the call for right-of- way shall be energized. When the master warning system switch is closed, and the parking brake is on, the warning devices signaling blockage of the right-of-way shall be energized.

14.6.4 The apparatus manufacturer shall provide a "Certification of Compliance" of the warning system by one of the following means:

1. Certification that the system was installed within the geometric parameters specified by the manufacturer of the system, and referencing the optical source test reports provided by the manufacturer of the system.

2. Certification that a mathematical calculation performed by a qualified person demonstrating that the combination of individual devices as installed meets the requirements of the current NFPA standard. This calculation shall be based on test reports for individual optical sources provided by the manufacturer of the device.

3. Certification that actual measurement of the lighting system was performed after installation on the apparatus.

14.7 ENGINE COMPARTMENT LIGHTS – Two (2) manually switched LED engine work lights shall be installed in the engine enclosure.

14.8 CAB LIGHTBAR (UPPER ZONE A)

14.8.1 One (1) Whelen FN72VLED clear lens lightbar with red LED’s shall be installed on the front of the cab roof. This lightbar shall include the following:

Two (2) forward facing red flashing LED warning lights. Two (2) forward facing red flashing LED warning light. Two (2) corner front facing red flashing LED warning lights. Two (2) corner rear facing red flashing LED warning lights.

To meet NFPA requirements, all clear lights will be deactivated when the parking brake is applied.

Page 111

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

14.9 LOWER ZONE A

14.9.1 Two (2) pairs of Whelen 600 series rectangular red LED warning lights, two-(2) each side with a red contoured lens, shall be mounted in the headlamp bezel. These lights shall be visible to side and front approaching vehicles. The housings shall be chromed plastic.

14.10 LOWER ZONE B and D:

14.10.1 Whelen 600 series red LED side warning lights shall be mounted, on each side of the front bumper directly in front of the officer’s door.

14.10.2 Whelen 600 series red LED side warning lights shall be mounted, one- (1) on each side of the cab above the engine air flow tunnel grilles over the front wheel.

14.10.3 Whelen 600 series red LED side warning lights shall be mounted, one- (1) on the body above the rear wheel.

14.10.5 Lamps shall be installed with Whelen 6E chrome plated flanges.

14.11 LOWER ZONE C:

14.12.1 Two-(2) Whelen 600 Series red LED surface mounted lights shall be installed above the stop/tail/turn signals. Lamps shall be installed in polished aluminum spacer castings.

14.12.2 One-(1)Whelen six lamp LED Traffic Advisor (approx 36” long) to be mounted under the rear Hose bed step. To be switched automatically to an alternating pattern when Upper Zone C lights are activated. Dash board control overrides for “Left Arrow”, “Right Arrow” and “Center Out Arrows”. The Whelen model TACTLD1 control head shall be included with this installation.

14.12 UPPER ZONE C:

14.12.1Two-(2) Whelen B6LED series Super LED lights shall be installed on the upper rear corners of the apparatus body. Both upper light heads shall be red, the lower directional light heads shall be: Amber (left) and Red (right).

14.11 ROOF MOUNTED ICC LIGHTS:

Five (5) amber LED ICC marker lights shall installed on the forward section of the cab roof, spaced appropriately for maximum visibility.

Page 112

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

14.12 CLEARANCE LIGHTS

The three (3) red identification lights located at the rear shall be installed per the following:

As close as practical to the vertical Centerline, spaced not less than six (6) inches or more than twelve (12) inches apart. All at the same height. One (1) Truck Lite model 15050R LED ID bar

Two (2) red outside LED clearance lights located at the rear shall be installed per the following:

To indicate the overall width of the vehicle. All at the same height. As near the top as practical. To be visible from the rear and the side.

Install two (2) amber Truck-Lite, Model: 60115Y, LED turn signal/marker lights, one each side mid-body. A stainless steel trim shall be included with this installation.

14.12.1 WHISKER LIGHTS

Two (2) Britax red/amber clearance shall be mounted at the lower rear corner of the body, one (1) each side. Red lens shall face rearward

14.13 HEADLIGHTS

Four (4) rectangular halogen headlights, two (2) each side with one (1) high beam, one (1) low beam to be installed in each cab front recessed headlight module.

14.14 TURN SIGNALS & CORNERING LAMPS

Each front turn signal lamp shall be a Whelen model 600 series rectangular Amber LED Populated Arrow Turn Signals that shall be mounted outboard of each front warning light, over the headlamps.

Two (2) LED lights, each with a amber contoured lens, shall be mounted to the side of the headlamp bezel. These lights shall be visible to side and front approaching vehicles. The housings shall be chromed plastic.

A heavy duty, non-polarity sensitive electronic flasher shall be provided to control the turn signal and emergency four-way flasher requirements.

Page 113

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

Each side of the front bumper shall have a Whelen 500 series halogen light with a white lens surface mounted. The lights shall be activated by the turn signal to illuminate passage through a turn.

Two (2) additional turn signal lamp shall be Whelen model 600 series rectangular Amber LED Populated Arrow Turn Signals that shall be mounted on the rear of the cab, in front of the pump panel. Each bezel shall be mounted with closed cell neoprene molding around the full perimeter contact surface area of the body to seal out moisture and eliminate electrolysis The housings shall be chromed plastic.

14.15 STEP LIGHTS

There shall be four (4) clear lens LED step lights mounted in a manner that illuminates the pump area running boards, and the rear step area. Two (2) lights, one (1) each side shall be installed on the front body bulkheads. Two (2) lights, one (1) each side shall be installed at the rear step area. These lights shall be installed in compliance with NFPA 1901. These step lights shall be actuated with the pump panel light switch.

14.16 UNDERBODY LIGHTS

Eight (8) clear lens 4” underbody LED weatherproof work-lights shall be installed under the body around the perimeter of the vehicle. The lights shall be strategically placed to illuminate the immediate ground area around the unit.

The lighting under the driver, officer and crew riding area exits shall be activated automatically when the exit doors are opened. These lights shall also be activated when the under body lights are switched on. The other four (4) lights are: two (2) under the rear step and one (1) each under the left and right pump panels. The under body lights shall be switched on the cab switch panel. These lights shall be installed in compliance with NFPA 1901.

14.17 UPPER PUMP AREA ILLUMINATION

LED Illumination shall be provided for the upper pump enclosure area, in accordance with NFPA requirements.

14.18 HOSE BED LIGHTS

There shall be two (2) Havis-Shields FX-9 Spot/Flood Light Heads for hose bed spot/flood lights mounted as to illuminate the rear of the vehicle and the hose bed area. The lights shall be controlled by switches mounted on the rear of the body. Final location to be approved by NRFD.

Page 114

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

14.18.1 One (1) pair of Whelen, Model 60*000*U, halogen scene lights shall be installed one each side high on the rear of cab to illuminate the cross lay area. These lights shall be located as high as practical. This light shall be controlled by two (2) remote switch’s one on the pump Panel and one in the cab (drivers area). These lights shall have 13 degree internal optics and shall be installed with a flange.

14.19 LICENSE PLATE LIGHT

A license plate bracket with LED light shall be installed on the rear of the vehicle. It shall be located at the left side of the vehicle towards road side center, and shall be wired to come on with the headlights.

14.20 STOP, TURN, AND BACK-UP LIGHTS

Install Whelen 600 series LED series lights in Whelen CAST4V polished quadruple lamp bezels, one (1) each side on the lower rear body corners. Each bezel shall be mounted with closed cell neoprene molding around the full perimeter contact surface area of the body to seal out moisture and eliminate electrolysis. The tail lamps shall be installed in the following descending order:

TOP Red LED Flasher (listed in Lower Zone C) CENTER 1 Red LED Stop/Tail Light CENTER 2 Amber LED Populated Arrow Turn Signals BOTTOM Clear Lens LED Maximum Intensity Back-Up

14.21 12 VOLT FLOOD LIGHTS

A total of Six (6) Whelen Pioneer Plus Series Super LED 5,000 Lumen two panel Flood lights shall be installed as listed below.

14.21.1 BROW LIGHT

Two (2) Pioneer Plus Lights shall be installed over the front windshield, one (1) the driver’s side, one (1) on the officer’s. They shall be set for automatic flash when in response mode. Emergency switching will be controlled with cab flashers. Flood On-off switching shall be controlled from the dash of the cab and the pump panel. Switching to Flood mode will be allowed during all phases (emergency response and scene).

Page 115

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

14.21.2 SIDE LIGHT

Two (2) Pioneer Plus Lights shall be installed one over the driver’s door and one the officer’s door. On-off switching shall be controlled from the dash of the cab and the pump panel. Switching to Flood mode will be allowed during all phases (emergency response and scene).

14.21.1 REAR LIGHT

Two (2) Pioneer Plus Lights shall be flush mounted on the rear body, left and right side as high as practical. On-off switching shall be controlled from the dash of the cab, the pump panel and the rear body. Switching to Flood mode will be allowed during all phases (emergency response and scene).

14.22 SIDE FLOODLIGHTS

A total of Two (2) floodlights, One (1) on each side of vehicle, Whelen series 900 scene lights shall be mounted near the crew cab doors as high as practical on each side. This light will turn on automatically when a cab door on that side is opened. It shall also be wired to a dashboard switch. These scene lights shall have wide-angle light heads, prismatic inner lens to direct the light downward at a 26 degree angle.

14.23 REFLECTORS

Chrome trimmed Truck-Lite reflectors shall be installed on the apparatus in compliance with Federal Motor Vehicle Safety Standards and NFPA 1901.

14.24 HAND SPOT LIGHT

One (1) Havis-Shield Handheld Spot/Flood, Pulsar 750 12volt with 9’ Power Cord #CD-PULS750 shall be supplied with a bracket mounted in the officers cab area. Location to be determined at final inspection.

Page 116

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

XV SPECIFICATION TWO-WAY RADIOS, COMPUTER WIRING & CAMERA

15.1 RADIO INSTALLATION - 2 radios center of dash

15.1.1 Low Band Mobile Radio 1 ea. - Motorola CDM 1550 Mobile Radio (AAM25DKF9AA5N) 42-50 MHz. 60 Watts 1 ea. - Motorola Heavy Duty Microphone (G632) 1 ea. - Ignition Cable (RAB4004ARB) 1 ea. - Remote mount Kit (RLN4802) 1 ea. - Power Cable (HKN4192) 1 ea. - Cable (RKN4078) 1 ea. - Antenna (RAB4004ARB)

15.1.2 UHF Mobile Radio 1 ea. - Motorola XTL 2500 UHF Mobile Radio 40 Watts. (M21SSM9PW1-N) 1 ea. - Analog Operation (G241) 1 ea. - Smartzone Operation (G51) 1 ea. - UHF Antenna (G428) 1 ea. - Control Head (G442) 1 ea. - Control Head Software (G444) 1 ea. - Microphone (W22) 1 ea. - Remote Mount (G67) 2 ea. - Speakers (B18) 1 ea. - Cable (G628)

15.1.3 Mounting Hardware – If dashboard flush mounting is not available

1 ea. - Johnny Ray Swival Mount 1 ea. - Gamber Johnson Multiple Radio Bracket (DS-71)

15.2 ANTENNAS

UHF and Low Band antennas and antenna cable shall be installed by manufacturer in location approved by NRFD. Cable shall terminate in pre- determined radio location. Manufacturer shall provide adequate cable for connection to radios.

15.2.1 One (1) hi band antenna shall be positioned on driver side of apparatus. One (1) low-band antenna shall be mounted over officer position. The antennas shall be unobstructed by metal walkway treads or any type fixture within a radius of nine inches (9”).

Page 117

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

15.5 GPS Receiver and Cellular antennas and antenna cable shall be provided by NRFD and installed by manufacturer in location approved by NRFD. Antenna cable shall be run through conduit from antenna and terminate in pre- determined radio location. Manufacturer shall provide adequate cable for connection to radios.

15.7 COMPUTER MOUNT – The following Ledco Computer mounting assembly shall be installed:

CF19 Tuffdock Docking Station with Dual Antenna (DS.CF19HGD) Tilt Lazy Susan Mount (TLSM) Cowl Mount Short (CMS)

Location to subject to NRFD approval.

15.8 DC POWER AND CABLE CONNECTORS:

15.8.1 An independent power source shall be located in both the radio compartment and to the central dashboard, to provide power to the radio. Including properly sized power and ground studs for mounting of the UHF/VHF radio. Wiring to each location from the ignition, via a relay is also required.

15.8.2 GROUND BUS

A Ground Bus for radio communications equipment shall be provided in each radio compartment. Contractor to provide minimum five (5) terminal barrier strip for each transceiver and associated equipment. Individual grounds shall be direct to frame of vehicle, using No. 6 AWG stranded copper cable to the ground connection of each protector. Method and point of frame connection shall be approved by the NRFD.

15.8.3 COMPUTER POWER – One (1) Lind Electronics PA1650-1253 (or comparable) 12-32 VDC Adaptor for Panasonic CF-18 Toughbook. Power shall be direct wired so as to be “Hot at All Times”.

15.9 REAR VIEW CAMERA

A closed circuit rear view color camera kit with rear microphone and flat panel monitor (Multiplex Display) or equivalent shall be provided and installed. The camera, recessed in the rear body panel, shall include a one way microphone relaying audio to the monitor located in the cab. The system shall automatically activate when the chassis transmission is placed into reverse gear while the engine is running. The driver will have the ability to activate the system at any time. Images shall be displayed in the cab on the vehicle Multiplex screen(s).

Page 118

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

The system shall consist of the following components or equivalent:

One (1) non-shuttered rear camera with hood and microphone.

An amplified speaker with volume control permitting audio from the active camera shall also be provided.

One (1) year warranty

15.9.1 Camera and monitor locations to be determined by NRFD prior to installation.

15.10 FIRECOM APPARATUS COMMUNICATION SYSTEM

A FireCom 3020 Communications system shall be mounted on the apparatus. The system shall provide communications between the six (6) cab seating positions and the pump operator's panel. The driver and officer's positions and the pump panel position shall have a radio interface with push to talk connections. The remaining stations shall be intercom only. It shall be flush mounted over the drivers side.

- One (1) 3020 Intercom Unit.

- Six (6) HM-10 Headset Plug-in Modules (Driver, Officer, 4 Crew).

- One (1) Single Headset Wireless Base Station (For Pump Operator).

- One (1) FH-10 Dual Ear Radio Transmit Headset (Officer).

- One (1) FH-10S Single Ear Radio Transmit Headset (Driver).

- Four (4) FH-40 Headsets (4 Crew).

- Seven (7) HGR-1 Rubber coated steel headset hanger hooks.

- One (1) UHW-10/20 Wireless Headset (Pump Operator).

- All necessary cords and wiring.

15.11 INSTALLATION OF COMMUNICATIONS EQUIPMENT

Equipment installation shall be in accordance with manufacturers recommendations, as a minimum requirement, and shall exceed those requirements where specified.

Page 119

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

All cab-mounted equipment shall be installed in such a manner as to be accessible by both the driver and officer. Location to be approved by NRFD.

All antennas shall be installed on the roof of the vehicle. Provide maximum spacing between antennas. An antenna bar will be preferred based on design/location (please include antenna bar in spec price).

All mounting hardware used shall be stainless steel machine screws with elastic stop-nuts. Sheet metal screws shall not be permitted.

Provide approved protective conduit/raceway system for all connecting wires and cables between radio, CPU, and electronic protector compartments.

The installer shall furnish to NRFD the following information necessary to provide inventory control of all equipment furnished:

• Manufacturers make, model number and serial number, of all equipment provided and/or installed. • Location of any and all inline fuses shall be identified in writing. • All ground connecting wires/points shall be clearly labeled as to function and/or connected equipment. • All fuses supplied with power cables shall be installed and shall be readily accessible to Radio Repair personnel. • All cables, wiring, fuse placements, and cable terminations shall be approved by the NRFD. • All connections shall be made with insulated crimp connectors. The twisting together of wires will not be permitted. • Securing of cables and wiring shall be with nylon tie-wraps. The use of electrical tape for the securing of cables and wiring will not be permitted. • Exposed wires and cables shall be enclosed in flexible wire loom for protection.

XVI PAINTING FINISHING AND STRIPING PAINT

16.1 The final finishing of the apparatus shall be performed to the highest standards of the fire apparatus industry.

All removable components and accessories shall be fitted to the body and then removed prior to final finishing assuring that paint has been applied under all components and accessories.

Care shall be taken during paint preparation to properly fill all surface imperfections. Welded seam areas shall be ground flush and metal finished.

Page 120

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 Bare metal surfaces shall be etched chemically to insure proper adhesion. The primer shall be sanded to assure a smooth surface for painting.

The body shall be thoroughly prepared and sprayed with a rust inhibiting two part undercoating. Areas to be sprayed shall include the backsides and undersides of all compartments. All substructure under the body shall be undercoated thoroughly.

The cab and body shall be finished using two part primer coat sealer and two coats of a two part acrylic urethane automotive grade enamel paint for a high gloss and hard finish. Furnish one (1) pint of touch-up paint, including hardener to match each of the exterior colors.

16.2 TWO-TONE CAB PAINT - The cab shall be painted using two (2) colors.

Upper Color: White

Lower Color: Red

16.3 CHASSIS PAINT - The chassis frame and all frame mounted components, less the engine and transmission, shall be painted with red high solids polyurethane paint.

16.4 SINGLE COLOR BODY PAINT - The body shall be painted using a single color to match the cab primary color.

16.5 FIRE PUMP PAINTING - The fire pump body and plumbing shall be painted black. This is to include all intakes, discharges, manifolds and associated valves.

16.6 COMPARTMENT INTERIOR FINISH - The interior of all compartments shall have a Natural finish that shall not be painted.

16.7 HOSE BED FINISH - The hose bed area shall have a Mill finish and shall not be painted.

16.8 3” SCOTCHLITE LETTERING - Scotchlite lettering shall be furnished. Up to sixty (60) 3" letters with outline shall be applied as directed by the Fire Department.

16.9 12” SCOTCHLITE LETTERING - Scotchlite lettering shall be furnished. “E- 21” or “E-23” Shall be applied in red reflective vinyl, with outline and shade to the, left, right and rear (roll up doors). The color and location shall be determined at the pre-construction conference.

Page 121

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

16.10 24” SCOTCHLITE LETTERING – Red Scotchlite lettering shall be furnished. “E-21” or “E-23” Shall be applied to the crew cab roof.

16.11 24” Painted or Scotchlite Lettering – Shall be furnished. “E-21” or “E-23” Shall be applied to the Cab Grill.

16.12 22 letters, 10" high gold reflective letter(s) with outline and shading shall be installed on "NEW ROCHELLE" on the upper body above the compartment doors, if body style allows.

16.13 SCOTCHLITE STRIPE – Three (3) reflective Scotchlite stripes shall be provide across the front of the vehicle and along the sides of the body. The reflective band shall consist of a 1" gold stripe at the top with no gap then a 6" white stripe with no gap and a 1.00" gold stripe on the bottom. A Black outline shall be applied on the top and the bottom of the reflective band.

A 45 degree jog in the stripes, shall be applied around the perimeter of the apparatus if body style allows. The location shall be determined at the pre- construction conference.

16.14 SCOTCHLITE STRIPE – A 2” wide red/white Scotchlite strip shall be applied to the front and sides of all compartment roll-outs and shelves and to the sides of all components that extend beyond the side of the vehicle (roll- outs, ladder racks, panels, etc.).

16.15 SCOTCHLITE CHEVRON STRIPE - The rear of the vehicle shall be covered with 6” alternating red & yellow Scotchlite strips in an inverted “V” chevron pattern. To cover a minimum of 50% of the rear surface. The color and location shall be determined at the pre-construction conference.

16.16 SCOTCHLITE CHEVRON STRIPE - The front bumper of the vehicle shall be covered with 4” alternating red & white Scotchlite strips in an inverted “V” chevron pattern. The red to be bumper surface. The color and location shall be determined at the pre-construction conference.

16.17 LOGOS-Fire Department supplied City Logos shall be installed on the cab doors. An 18” Reflective Star of Life shall be installed on the cab rear doors.

16.18 DETAILING - The apparatus shall be thoroughly washed and detailed in preparation for final acceptance.

16.19 Reflective striping shall be provided inside all cab doors, as required. The stripe shall consist of 2.00" red and 2.00" white reflective material in a diagonal pattern. This shall cover the entire lower part of the cab doors.

Page 122

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

16.20 6” SCOTCHLITE LETTERING – Red Scotchlite lettering shall be furnished. “New Rochelle” Shall be applied to the front and sides of the roof box.

16.21 All graphic application and detail shall be approved by NRFD and completed prior to delivery acceptance.

XVII ACCESSORIES TO BE FURNISHED WITH EACH APPARATUS

17.1 LADDERS

17.1.1 Portable ladders supplied shall be constructed of aluminum and meet NFPA standards for pumper truck application.

17.1.2 Ladders shall be secured on the apparatus.

17.1.3 Truss style portable ladders to be supplied are:

One (1) twenty four foot (24’) two section extension with steel shoes, ALCO-LITE TEL 28 (6.81” high x 23.00” wide).

The 24-2 extension ladders will NOT be furnished with side MTD steel spikes. Standard toe plates with new ALP series ladders will be furnished.

One (1) fourteen foot (14’) roof ladder with steel shoes, ALCO-LITE TRL 14 (14 long x 19” wide).

One 10 foot (10’) folding ladder ALCO-LITE FL 10

17.2 FIRE HOOKS

One (1) Fire Hooks Unlimited “New Yorker Roof Hook” 6' steel handle/chisel end pike pole shall be provided.

One (1) Fire Hooks Unlimited “All Purpose Hook” 6' fiberglass handle pike pole shall be provided.

17.3 PICK HEAD AXE - A Fire Hooks Unlimited 6 lb. pick head axe with a fiberglass handle, mounting brackets, and a scabbard, shall be supplied and shipped loose with the apparatus.

17.4 FLAT HEAD AXE – Two (2) Fire Hooks Unlimited 6 lb. flat head axes with fiberglass handles and mounting brackets (see 17.5.1), shall be supplied and shipped loose with the apparatus.

Page 123

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

17.5 Two (2) Fire Hooks Unlimited Pro-bar 30 Halligan tools & mounts shall be installed as per NRFD.

17.5.1 IRONS MOUNTS – Two (2) Fire Hooks Unlimited Irons Nest,

17.6 FIRE EXTINGUISHERS

17.6.1 20lb ABC - One (1) Amerex model A411 20 lb. ABC stored pressure dry chemical fire extinguisher.

17.6.2 One (1) Standard 2½ gal. Pressurized water extinguisher,.

17.6.3 One (1) 2½ gal. Pressurized AFFF foam / water extinguisher.

17.7 DRAFTING EQUIPMENT

17.8.1 Two (2) 10' lengths of 6" Kochek PVC (drafting only) suction hose shall be supplied with a 6" NST long handle female coupling on one end and rocker lug male coupling on the other end.

17.8.2 One (1) Kochek 6" NST Floating Strainer shall be shipped loose.

17.8 NOZZLES

17.9.1 One (1) three (3) foot long 125 gpm piercing applicator nozzle (Akron Brass Model 1088) with Akron Brass 1 ½” Pyrolite Ball Shutoff Valve with 1 ½” FDNY Female Thread.

17.9.2 One (1) Akron Brass 2 ½” Cellar Nozzle (model # 535) with 2 ½” FDNY Female Thread.

17.10 SPANNERS, HYDRANT WRENCHES and MOUNTS

Eight (8) Akron Style 10 spanner (or equivalent), two (2) Akron Style 17 Adjustable Hydrant wrench and ten (10) to twelve (12) LDH Spanners and mounts for each. Mounts shall be compatible or isolated from the vehicle metal. Location to be approved by NRFD.

Front Bumper – 2 spanners and mounting bracket

Left & Right Pump Panel – 2 spanners, 4-5 LDH Spanners, 1 Hydrant wrench and mounting brackets

Rear – 2 spanners, 2 LDH Spanners and mounting brackets

Page 124

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

17.11 OTHER

Six (6) Streamlight Vulcan (yellow) hand lights with truck mount charging brackets shall be provided, wired to the chassis 12 volt circuit. All chargers shall be wired constant hot, 12 volt, to batteries with circuit breaker protection. Final locations to be approved by NRFD.

Two (2) Ziamatic #SAC-44 folding wheel chocks with underbody mounting brackets shall be installed under the compartment in front of the left rear wheels.

One (1) generous size bag of assorted miscellaneous stainless steel fasteners that were used in the actual construction of the apparatus shall be shipped with the completed vehicle for use as spares.

One (1) set of Five (5) Pop up flashing cones 28” w/LEL flashing lights and One (1) bag. 5 cones per bag. PAC-A-Cone model PAC-512-30.

Ten (10) cab door keys and Ten (10) compartment door keys (if cab and compartments can not be keyed alike).

Motorola Gang Charger # WPLN4127AR mounted inside cab. Mounting location subject to NRFD approval.

Six (6) -Bracket for Mask Mount hooks/brackets to hold turnout gear &/or helmet - Four (4) in crew cab, One (1) at officers position & One (1) mounted as directed by NRFD. These are in addition to the hooks for the firecom system.

All other NFPA 1901 equipment required to be carried on this apparatus shall be the responsibility of the Fire Department to supply.

17.12 TOOL MOUNTING ALLOWANCE

A $5,000 Tool Mounting Allowance shall be included. This allowance shall be used to cover the cost of mounting tools on the apparatus. It shall cover a minimum of 100 hours of labor and/or mounting brackets up to that value.

Page 125

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

XVIII WARRANTY

18.1 The cab, chassis, all features and options, exclusive of maintenance items, shall be warranted against defective materials and workmanship by the chassis manufacturer for one (1) year from the in-service date.

18.1.1 All warranty coverage shall include parts and labor required only by the manufacturer's authorized repair facility to perform the repair as directed by the manufacturer; and at the location necessary to properly perform the repair as determined by the manufacturer.

18.1.2 The Bidder shall provide detailed warranty information with his proposal. The warranties shall be printed on the manufacturer's form. Any bid received with a dealer's or agent's warranty shall cause immediate rejection of the proposal. The Bidder shall state the warranty term offered for the above major components of the apparatus. Failure to provide the warranties as outlined throughout these specifications shall be cause for rejection of the bid package.

18.1.7 AXLES WARRANTY - A three (3) year parts and labor warranty shall be provided on the drive axle(s) (differential assemblies, axle shafts and axle housings) and for the steering axle (beam, spindles, kingpins and kingpin bearings, steering arm and any other steering gear).

18.1.9 FRAME RAILS WARRANTY -.The chassis frame and all components thereof shall carry a LIFETIME warranty against any/all type of failure including breaking or cracking with the exclusion of major accident damage. Any modification to the rail or body application must receive written permission from the builder before it is performed to validate warranty.

18.1.10 CROSSMEMBERS WARRANTY - A five (5) year warranty shall be provided for all crossmembers, including gussets, due to breaking or cracking and huck-mounting bolts that attach gussets to cross members and gussets/cross members to frame rails.

18.1.11 CAB & BODY STRUCTURE AND SHEET METAL WARRANTY - ten (10) year warranty shall be provided for the cab structural components and sheet metal panels, including doors, body compartments; hinged compartment doors; fire pump closure; body frame and sub-frame

Page 126

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

18.1.12 CAB CORROSION WARRANTY - A ten (10) year warranty shall be provided for cab and body perforation due to corrosion. Includes compartments and body panels; hinged compartment doors; fire pump closure; body frame and sub-frame It shall exclude surface rust caused by chips or scratches in the paint.

18.1.13 FIRE PUMP WARRANTY - The fire pump shall be covered by the standard Waterous five (5) year warranty.

18.1.14 TANK WARRANTY - The water tank shall carry a manufacturers unlimited time warranty for defects in material and workmanship under normal use and service. Warranty shall not apply to cases where the tank is subjected to misuse or lack of normal maintenance. Additionally, the vehicle owner shall be compensated by the tank manufacturer, $200.00 for each day that the truck must be out of service due to a valid warranty repair claim.

18.1.15 WARNING EQUIPMENT WARRANTY - A three (3) year unlimited warranty shall be provided to include light bars and components, electric and electromechanical sirens and speaker(s) horns, strobe lights and power supply,(except consumable parts), rear view camera and components and electric load management system.

18.1.16 BODY RUST THROUGH WARRANTY - The body shall be warranted for ten (10) years to be free of cracks resulting from stress and rust through of the component panels. Warranty does not apply to stress cracks or rust through resulting from misuse, accidents, or alterations.

18.1.17 PAINT WARRANTY – The apparatus paint coatings shall be warranted by the apparatus manufacturer (not a third party paint manufacturer) for a period of ten (10) years from delivery and acceptance of the complete vehicle. The warranty shall include adhesion, peeling, delaminating, orange peel, checking, hazing, cracking, clouding, or loss of gloss. Paint chipping and surface fracturing caused by an object striking the paint surfaces are not warrantable.

18.1.18 RETARDER WARRANTY – The Telma Retarder shall be warranted for three (3) years from delivery and acceptance of the complete vehicle. The warranty shall include 100% parts and Labor.

Page 127

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

18.1.19 ENGINE – A five (5) year or 100,000 mile warranty includes internal components of the Detroit Diesel engine. An authorized Detroit Diesel distributor or authorized sales and service facility must conduct repairs. Claims are filed directly with Detroit Diesel by repair facility.

18.1.20 TRANSMISSION WARRANTY - The transmission shall have a five (5) year/unlimited mileage warranty covering 100% parts and labor. The warranty is to be provided by Allison Transmission and not the apparatus builder.

18.1.21 BATTERIES – A four (4) + year warranty on “Optimum” Batteries. Only company installed batteries will be warranted. Any other battery is excluded from Company coverage.

18.1.22 PUMP VALVES – A ten (10) year 100% warranty on all components of all pump valves.

18.1.23 PUMP PLUMBING WARRANTY - The stainless steel plumbing components and ancillary brass fittings used in the construction of the water/foam plumbing system shall be warranted for a period of ten (10) years or 100,000 miles. This covers structural failures caused by defective design or workmanship, or perforation caused by corrosion, provided the apparatus is used in a normal and reasonable manner. This warranty is extended only to the original purchaser for a period of ten years from the date of delivery. A copy of the warranty shall be submitted with the bid.

18.1.23 ANTI-LOCK BRAKE SYSTEM & AUTOMATIC TRACTION CONTROL WARRANTY - The Wabco ABS/ATC system shall come with a three (3) year parts and labor warranty provided by Meritor Wabco Vehicle Control Systems.

18.1.24 MULTIPLEX WARRANTY- The complete multiplexed electrical system shall be warranted against defective materials or workmanship for a period of five (5) years from the date of delivery to the original purchaser. The warranty shall also include a standard repair time for covered components.

18.2 VEHICLE OPERATOR'S MANUALS, MAINTENANCE MANUALS AND WARRANTY MANUALS

All Manuals shall be original paper print AND digitized CD versions. Current versions of either Adobe or MS word are acceptable formats, all other formats require prior approval.

Page 128

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

18.2.1 Two (2) highly detailed and comprehensive manuals (and Two CD’s) shall be presented and reviewed with the Fire Department(s) authorized acceptance prior to vehicles delivery.

18.2.2 Two (2) sets of pump operation and parts manuals (and Two CD’s) shall be supplied.

Each manual shall depict: • Chassis Component Operating Procedures • Maintenance Requirements (Intervals & Procedures) • Manufacturers Warranty Registration • Warranty Coverage & Claims Procedures • Repair Manuals • Manuals shall include an overall vehicle layout to assist in spare parts selection and identification. • “As Built” Electrical Schematics must be provided. • “As Built” Parts manual shall be keyed to manufacturers bill of materials code system for ease of locating replacement parts. complete with detailed bills of material, assemblies, sub-assemblies, piece parts used to build the chassis shall be organized sequentially specific modules relating back to the bills of material. Each reference page shall contain the serial number of the chassis, the date the reference page was printed, the bill of material description and the page number. Additionally, each illustration shall have a reference number and each part number shall identify the manufacturing and vendor part number as applicable. • Each section shall have a trouble shooting guide

18.3 Full literature details, trouble shooting guides, specifications and schematics shall be furnished on chassis, steering, engine, front and rear axles, transmission, brakes, tires, electrical, pump and air conditioning.

XIX ENGINEERING INSPECTIONS

19.1 Within sixty (60) calendar days of the date of the award of contract, the manufacturer shall deliver an associated production schedule to the N.R.F.D.

19.2 Engineering inspection(s), based upon that production schedule, shall be performed by representatives of the City of New Rochelle, at the appropriate stage(s) of production, as selected by N.R.F.D. Reference page 28 item 8.

Page 129

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

XX TESTS

20.01 Factory Based Road and brake acceptance test.

20.01.1 A road test shall be conducted with the apparatus loaded per NFPA recommendations and a continuous run of ten (10) miles or more shall be made during which time the apparatus shall show no loss of power or overheating. The transmission drive shaft or shafts and rear axle shall run quietly and be free from abnormal vibration or noise throughout the operating range of the apparatus.

20.01.2 The apparatus when loaded shall have not less than 25% nor more than 45% of the weight on the front axle and not less than 55% nor more than 75% on the rear axle. Weight certification showing weight on front and rear axles and total weight for the complete apparatus shall be provided at time of delivery at the time of delivery.

20.01.3 The apparatus must be capable of accelerating to 35 mph from a standing start within 25 seconds on a level concrete highway without exceeding the maximum governed rpm of the engine.

20.01.4 The fully loaded vehicle shall be capable of obtaining 65 mph on a level concrete highway without exceeding the maximum governed rpm of the engine. Note: this speed is above the standard NFPA 1901 Sec 4.16.6.2.

20.01.5 The service brake shall be capable of stopping the fully loaded vehicle in 35 feet at 20 mph on a level concrete highway.

20.01.6 The apparatus shall be tested and approved in accordance with NFPA standard practices.

20.02 New Rochelle Road Tests

In addition to NFPA required Testing, the vehicle must demonstrate the following:

20.02.1 BRAKE & TRANSMITION TEST

Prior to acceptance, units shall be road and brake tested carrying the equivalent weight of a full load and a six (6) man crew.

Both service and parking brakes shall be capable of securely holding the Apparatus, with a full load, on Forrest Avenue between Pinebrook

Page 130

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010 Boulevard and Beechmont Drive. Grade is approximately 10.95 percent.

Brake system reservoir shall be capable of supplying at least four (4) applications when service brakes, alone, are applied, with engine off.

The vehicles under contract shall be brought to a complete stop, from a speed of 30 MPH, in a distance of not more than 68 feet from the point at which the service brakes, alone, are applied.

This test shall take place on Glen Island, on marked dry pavement.

If these tests indicate unbalanced brakes, such brakes shall be properly equalized before acceptance of vehicles.

Proper shifting of Automatic Transmission shall be demonstrated.

20.02.2 HILL CLIMB TEST

NOTE: On each of these hill-climbing tests, vehicles shall start from rest, at a distance of approximately 50 feet from the header at the foot of the grade.

Vehicle shall climb the Forest Avenue Hill, which runs from Pinebrook Boulevard to Beechmont Drive, a distance of six hundred and sixty feet (660') which averages 10.95% grade, in not more than Thirty (30) seconds

Vehicle shall climb the Stratton Road hill on from Station #5 to Rockwood Place a distance of two-thousand and two hundreed feet (2,200') which averages 6% grade, in not more than seventy five (75) seconds.

20.03 Pump Test

20.03.1 The pump shall be third party tested at the manufacturer’s facility. All certifications shall be based on NFPA 1901 and shall conform to NFPA requirements and standards. The test results and the pump manufacturer's certification of hydrostatic test; the engine manufacturer's certified brake horse power curve; and the manufacturer's record of pump construction details shall be forwarded to the Fire Department.

20.03.2 Pump shall be certified by Underwriters Laboratories (UL) and all documentation shall be presented at time of delivery.

Page 131

New Rochelle Fire Department SPECIFICATION FOR PUMPER APPARATUS BID # 4850 April 2, 2010

20.03.3 A minimum of two (2) hour full electrical load (both AC and DC) shall be performed during the entire pump tests,

20.03.4 NRFD will perform a final pump test to determine that all outlets, inlets, gauges and other pump components are functioning properly, prior to final acceptance.

XXI TRAINING

21.1 Twenty four hours of factory authorized training will be provided to the Fire Company Personnel assigned to the apparatus. This training will include all aspects of use, operation and company level maintenance checks for the apparatus. This training will occur within one (1) week of the formal acceptance of each apparatus. This training will be broken into 4 sessions.

21.2 Two (2) Fire Department Shop personnel shall be adequately trained in all aspects regarding maintenance, repair and troubleshooting various components of the apparatus. These components shall include but not limited to the following:

Engine/DDEC, Transmission/ATEC, Electrical System, Brake System, Pump/PTO

XXII DELIVERY POINT

22.1 Delivery point for the apparatus ordered under these specifications is:

CITY OF NEW ROCHELLE NEW ROCHELLE FIRE DEPARTMENT FLEET SERVICES 45 Harrison St. NEW ROCHELLE, NEW YORK 10801

22.2 ATTEN: Barry Nechis, Captain, Support Services New Rochelle Fire Department (914) 654-4343 & Jackie Williams, Fleet Services Superintendent New Rochelle Fire Department (914) 235-3323

END OF SPECIFICATIONS

BID NUMBER: 4850

THERE ARE 132 PAGES CONTAINED IN THIS BID SOLICITATION

Page 132