DISASTER AND EMERGENCY MANAGEMENT SERVICES DEPARTMENT

CONTRACT NUMBER: A-DEMS 07-2019

BID DOCUMENT (IN COMPLIANCE WITH THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017 PUBLISHED IN GOVERNMENT GAZETTE NO. 40553 OF 20 JANUARY 2017)

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

ISSUED BY: PREPARED BY: PREPARED FOR: Department of Finance Disaster and Emergency Management Disaster and Emergency Management Tender Office Services Department Services Department (Tender Initiation Section) 3 Hawley Road 3 Hawley Road 68 Woburn Avenue Bedfordview Bedfordview BENONI

1501

Private Bag X 65 BENONI 1500 Mr. R Van Vuuren Mr. S Sibande Tel: (011) 999-6540/6567 [email protected] [email protected] Fax: (011) 999-7511

NAME OF BIDDING ENTITY (FULL NAME, i.e. Ltd, Ltd, JV/CONSORTIUM, SOLE PROPRIETOR etc.) :

______

TELEPHONE NUMBER : ______

EMAIL ADDRESS : ______

FAX NUMBER : ______

1

CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

CLOSING DATE: 29 AUGUST 2019 10:00

To ensure that your bid is not exposed to invalidation, documents are to be completed in accordance with the conditions and bid rules contained in the bid documents.

Supporting documents must be sealed and externally endorsed, CONTRACT NUMBER: A-DEMS 07-2019 and placed in Bid Box Number THIRTEEN (13), Ground Floor, Finance Head Office, 68 Woburn Avenue, Benoni, not later than the closing date and time as advertised, at which hour the bids will be opened in public in the Conference Room, Ground Floor, at above-mentioned address.

The lowest or any bid will not necessarily be accepted and the COE reserves the right not to consider any bid not suitably endorsed or comprehensively completed as well as the right to accept a bid in whole or part.

The following documents must be completed and signed where applicable and submitted as a complete set: 1. FORM OF BID - Declaration - WHITE 2. FORM “A” - Procurement Form of Bid - GREEN 3. FORM “B” - Declaration of Interest - WHITE 4. FORM “C” - Declaration for Procurement above R10 Million - WHITE 5. FORM “D - Declaration of Bidder’s Past SCM Practices - WHITE 6. FORM “E” - Certificate of Independent Bid Determination - WHITE 7. FORM “G” - Declaration for municipal accounts - WHITE 8. FORM “H” - Declaration for municipal accounts where bids are expected to exceed R10 million - WHITE 9 FORM “I” - Specification - PINK 10. FORM “J” - Variations and Omissions - WHITE 11. FORM “K” - Schedule of Prices - YELLOW 12. FORM “L” General Conditions of Contract - WHITE 13. FORM “M” - Special Conditions and Undertakings - WHITE 14. FORM “N” - Contract form - Rendering of services (Part 1) - WHITE 15. FORM “N” - Contract form - Rendering of services (Part 2) - WHITE

2

NOTICE TO BIDDERS

VERY IMPORTANT NOTICE ON DISQUALIFICATIONS:

A bid not complying with the peremptory requirements stated hereunder will be regarded as not being an “Acceptable bid”, and as such will be rejected. “Acceptable bid” means any bid which, in all respects, complies with the conditions of bid and specifications as set out in the bid documents. A BID WILL BE REJECTED: 1. If a VALID ORIGINAL tax clearance certificate or copy thereof or TCS Pin number (or in the case of a joint venture or consortium, of all the partners in the joint venture or consortium) has not been submitted with the bid document on closing date of the bid. (An expired tax clearance certificate submitted at the closure of the bid will NOT be accepted). As per Supply Chain Management Circular No. 1/2013 – recommended bidders that did not submit a valid tax clearance certificate with their bid will be requested in writing to submit their tax clearance certificate within five working days for inclusion in the Bid Evaluation Committee item, if a bidder fails to submit before 12:00 on the 5th working day after the date of request, the relevant bid will be rejected. In bids where Consortia and Joint Ventures are involved, each party must submit a separate Tax Clearance Certificate. Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARS branch office nationally or on the website www.sars.gov.za. Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za. 2. If any of the evaluation criteria and general criteria pages have been removed from the bid document, and have therefore, not been submitted. 3. In the event of a failure to complete and sign the schedule of quantities as required, i.e. only lump sums provided. 4. In the event of there being scratching out, writing over or painting out rates or information, affecting the evaluation of the bid, without initialling next to the amended rates or information 5. In the event of the use of correction fluid (eg. tippex), any erasable ink, or any erasable writing instrument (e.g. pencil) 6. If the Bid has not been properly signed by a person having the authority to do so. (Refer to Declaration) 7. If particulars required in respect of the bid have not been completed, except if only the Broad –Based Black Economic Empowerment Certificate as provided for in Regulation 6 and 7 of The Preferential Procurement Regulations 2017, is not submitted, the bid will not be disqualified but no preference points will be awarded. 8. If the bidder attempts to influence, or has in fact influenced the evaluation and/or awarding of the contract. 9. If the bid has been submitted either in the wrong bid box or after the relevant closing date and time. 10. If any municipal rates and taxes or municipal service charges owed by the bidder or any of its directors/members to the municipality or municipal entity, or to any other municipality or municipal entity, are in arrears for more than three months

3

11. If any bidder who during the last five years has failed to perform satisfactorily on a previous contract with the municipality, municipal entity or any other organ of state after written notice was given to that bidder that performance was unsatisfactory. 12. The accounting officer must ensure that irrespective of the procurement process followed, no award may be given to a person – (a) who is in the service of the state, or; (b) if that person is not a natural person, of which any director, manager, principal shareholder or stakeholder, is a person in the service of the state; or; (c) who is an advisor or consultant contracted with the municipality in respect of contract that would cause a conflict of interest. 13. If the bidder is not registered in the required CIDB contractor grading designation (category) or higher, if required in this bid documentation. 14. If the bidder or any of its directors is listed on the Register of Bid Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector. 15. If the bidder has abused the COE’s Supply Chain Management System and action was taken in terms of paragraph 38 of the COE SCM Policy. 16. In the event of non-submission of financial statements if required (SEE BID DATA OR PRICING SCHEDULE). In this regard please note: (16.1). If a bidder is a registered company required by law to have its annual financial statements audited or independently reviewed in compliance with the requirements of the Companies Act ,Act No.71 of 2008, or any other law, audited or independently reviewed annual financial statements, as the case may be, prepared within six (6) months of the end of the bidders most recent financial year together with the audited or independently reviewed annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted. (16.2). If a bidder is a registered close corporation, annual financial statements in compliance with the provisions of the Close Corporations Act, Act No. 69 of 1984, prepared within nine (9) months of the end of the bidders most recent financial year together with the annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted. (16.3). Annual financial statements submitted must comply with the requirements of the Companies Act or the Close Corporations Act. (16.4). If the bidder only commenced business within the past three years, the bidder is required to submit annual financial statements in compliance with the provisions of (16.1) and (16.2) above for each of its financial years since commencing business. (16.5). If a bidder is not required by law to have its annual financial statements audited or independently reviewed, or is not a Close Corporation, then non-audited annual financial statements for the periods referred to above must be submitted. As per Supply Chain Management Circular No. 1/2013 – recommended bidders that did not submit Annual Financial Statements (if required) with their bid will be requested in writing to submit their Annual Financial Statements within five working days for inclusion in the Bid Evaluation Committee item, if a bidder fails to submit before 12:00 on the 5th working day after the date of request, the relevant bid will be rejected. 17. Please check special requirements in scope of work in document for additional attachments

4

18. If the following have not been fully completed and signed: FORM OF BID - General Declaration FORM “B” - Declaration of Interest FORM “C - Declaration for Procurement above R10 Million (if applicable) FORM “D” - Declaration of Bidder’s Past SCM Practices FORM “E” - Certificate of Independent Bid Determination FORM “F” - Declaration Certificate for Local Production and Content (if applicable) FORM “G” - Declaration for municipal accounts FORM “H” - Declaration for municipal accounts where bids are expected to exceed R10 million 18.1 As per Supply Chain Management Circular No. 1/2013 – recommended bidders that did not complete and sign all relevant declarations in the bid document will be requested in writing to complete and sign relevant declarations within five working days for inclusion in the Bid Evaluation Committee item, if a bidder fails to complete and sign before 12:00 on the 5th working day after the date of request, the relevant bid will be rejected.

5

NOTE:

1. IN THIS DOCUMENT AND OTHER DOCUMENTS REFERRED TO BUT NOT ATTACHED, THE FOLLOWING WORDS ARE SYNONYMOUS WITH EACH OTHER. 1.1. CLIENT, EMPLOYER, CITY OF EKURHULENI (CoE). 1.2. BID, TENDER AND VARIATIONS THEREOF 1.3. JOINT VENTURE / CONSORTIUM 2. Very important notice Bidders must note that only information filled in at the spaces provided therefore in the bid document will be considered for evaluation purposes unless additional space is required and then only if the location of the additional information in the attachments is properly referred to by page number and section heading. Information supplied anywhere else will be disregarded which may lead to the rejection of the bid. 3. The attachment or inclusion of information not specifically asked for is not desirable and lead to delays in the awarding of bids. This includes Company Profiles and CV’s if not specifically requested

PLEASE NOTE POSSIBLE AMENDMENTS/ADENDUM MAY BE ADVERTISED ON THE CoE WEBSITE. IT REMAINS THE RESPONSIBILITY OF THE BIDDER TO CHECK THE COE WEBSITE DAILY AND TO RAISE ANY ENQUIRIES REGARDING THE BID TO THE RELEVANT CONTACT PERSON BEFORE THE CLOSING DATE. NO COMMUNICATION WILL BE ALLOWED AFTER THE CLOSING OF THE BID

PLEASE NOTE THAT ALL BID DOCUMENTS ARE ALSO AVAILABLE FOR DOWNLOAD ON OUR WEBSITE FOR FREE IN ANY COLOUR PAPER.

6

ADVERTISED IN: SOWETAN PUBLISHING DATE: 26 JULY 2019 NOTICE/REF. NO.: PRN 02/2019

CITY OF EKURHULENI

Bids are hereby invited for the following: DISASTER AND EMERGENCY MANAGEMENT SERVICES Emergency Services

CONTRACT NO.: DESCRIPTION: DOC. FEE CLOSING DATE: A-DEMS 07/2019 The appointment of service providers to supply, deliver and R250.00 29 AUGUST 2019. commission various types of specialised emergency services vehicles by means of outright purchase on an as and when required basis from date of award until 30 June 2022

Bidders must note that this bid may be awarded to more than one bidder.

Acceptable bids will be evaluated by using a system that awards points on the basis of 90 points for bid price and a maximum of 10 points for the Broad-Based Black Economic Empowerment (B-BBEE) status level of contributor.

PLEASE NOTE THAT A VALID ORIGINAL OR COPY OF A COMPANY’S TAX CLEARANCE CERTIFICATE (OR IN THE CASE OF A JOINT VENTURE, OF ALL THE PARTNERS IN THE JOINT VENTURE) MUST BE SUBMITTED WITH THE BID DOCUMENT

Bidders must note that only Fire Fighting Vehicle-30%, Crew Cabin- 100%, Super Structure – 100%, Assembly – 100% that are locally produced or locally manufactured and from local raw material or input will be considered.

Bid documents will be available as from 12:00 on MONDAY, 29 JULY 2019, and thereafter on weekdays from 08:00 until 15:00 ONLY, upon payment of a cash non-refundable document fee of R250-00 per set, at the Tender Offices, Ground Floor, 68 Woburn Avenue, Benoni. (Tel. No. (011) 999-6540/6567). Please note that all bid documents are also available for download on our website for free in any colour paper.

An information session will be held at 10:00 on TUESDAY, 06 AUGUST 2019. Prospective bidders are requested to meet on the said date and time at: COMMUNITY SAFETY HEADQUARTERS, 3 HAWLEY ROAD, BEDFORDVIEW. Bid documentation will not be available at the information session.

Bids are to be completed in accordance with the conditions and bid rules contained in the bid documents and supporting documents must be sealed and externally endorsed with the CONTRACT NUMBER AND DESCRIPTION and placed in bid box number THIRTEEN (13), on the Ground Floor, 68 Woburn Avenue, Benoni, not later than 10:00 on THURSDAY, 29 AUGUST 2019. Bids will be opened immediately thereafter, in public, in the Conference Room, Ground Floor, at above-mentioned address. All bids shall hold good for 120 days as from the closing date of bids.

Bids which are not received and/or deposited in the specified bid box before 10:00 on the closing date for the bid mentioned hereinbefore, will be marked as late bids and such bids shall in terms of the SCM Policy of the City of Ekurhuleni, not be considered by the Council as valid bids.

Enquiries must be directed to Mr. Ryno Van Vuuren at e-mail address [email protected]

Bidders attention is specifically drawn to the provisions of the bid rules which are included in the bid documents. The lowest or any bid will not necessarily be accepted and the Council reserves the right not to consider any bid not suitably endorsed or comprehensively completed, as well as the right to accept a bid in whole or part. Bids completed in pencil will be regarded as invalid bids. Bids may only be submitted on the documentation provided by the CoE.

TELEFAX OR E-MAIL BIDS ARE NOT ACCEPTABLE

DR. I. MASHAZI CITY MANAGER COE

MBD 1

7

PART A INVITATION TO BID YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE CITY OF EKURHULENI BID NUMBER: A-DEMS 07-2019 CLOSING DATE: 29 AUGUST 2019 CLOSING TIME: 10:00 AM THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF DESCRIPTION SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022 THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (MBD7). BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID

BOX SITUATED AT (STREET ADDRESS BOX NUMBER : THIRTEEN (13) FINANCE HEAD OFFICE, GROUND FLOOR, 68 WOBURN AVENUE, BENONI SUPPLIER INFORMATION NAME OF BIDDER POSTAL ADDRESS STREET ADDRESS TELEPHONE NUMBER CODE NUMBER CELLPHONE NUMBER FACSIMILE NUMBER CODE NUMBER E-MAIL ADDRESS VAT REGISTRATION NUMBER TAX COMPLIANCE STATUS TCS PIN: OR CSD No: B-BBEE STATUS LEVEL Yes B-BBEE STATUS Yes VERIFICATION CERTIFICATE LEVEL SWORN [TICK APPLICABLE BOX] No AFFIDAVIT No [A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE] ARE YOU A FOREIGN Yes No ARE YOU THE ACCREDITED Yes No BASED SUPPLIER FOR REPRESENTATIVE IN SOUTH AFRICA THE GOODS /SERVICES [IF YES, ANSWER PART B:3 FOR THE GOODS /SERVICES [IF YES ENCLOSE PROOF] /WORKS OFFERED? ] /WORKS OFFERED?

TOTAL NUMBER OF ITEMS OFFERED TOTAL BID PRICE R

SIGNATURE OF BIDDER ……………………………… DATE

CAPACITY UNDER WHICH THIS BID

IS SIGNED BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO: TECHNICAL INFORMATION MAY BE DIRECTED TO: DEPARTMENT Finance CONTACT PERSON Mr. Ryno Van Vuuren CONTACT PERSON Joy Atlee/ Winnie Majola TELEPHONE NUMBER TELEPHONE NUMBER 011 999 6567 FACSIMILE NUMBER FACSIMILE NUMBER n/a E-MAIL ADDRESS [email protected] E-MAIL ADDRESS [email protected]/ [email protected]

MBD 1

8

PART B TERMS AND CONDITIONS FOR BIDDING

1. BID SUBMISSION: 1.1. BIDS MUST BE DELI VERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR CONSIDERATION. 1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR ONLINE 1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.

2. TAX COMPLIANCE REQUIREMENTS 2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS. 2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE ORGAN OF STATE TO VIEW THE TAXPAYER’S PROFILE AND TAX STATUS. 2.3 APPLICATION FOR THE TAX COMPLIANCE STATUS (TCS) CERTIFICATE OR PIN MAY ALSO BE MADE VIA E-FILING. IN ORDER TO USE THIS PROVISION, TAXPAYERS WILL NEED TO REGISTER WITH SARS AS E-FILERS THROUGH THE WEBSITE WWW.SARS.GOV.ZA. 2.4 FOREIGN SUPPLIERS MUST COMPLETE THE PRE-AWARD QUESTIONNAIRE IN PART B:3. 2.5 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID. 2.6 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER. 2.7 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED. 3. QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS

3.1. IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO 3.2. DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO 3.3. DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO 3.4. DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO 3.5. IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO

IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 ABOVE.

NB: FAILURE TO PROVIDE ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID. NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE.

SIGNATURE OF BIDDER: ……………………………………………………………….……

CAPACITY UNDER WHICH THIS BID IS SIGNED: ……………………………………………………………….……

DATE: ……………………………………………………………….……

9

NAME OF BIDDING ENTITY ……………………………………………………….

FORM OF BID CITY OF EKURHULENI CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

GENERAL DECLARATION: To: The City Manager CITY OF EKURHULENI Private bag X1069 GERMISTON 1400

Sir/Madam,

I/We, the undersigned (hereinafter referred to as “the bidder”): (a) bid to supply and deliver to the CITY OF EKURHULENI [hereinafter referred to as "the COE"] all or any of the supplies and to render all or any of the articles, goods, materials, services or the like described both in this and the other Schedules to this Contract; (b) agree that we will be bound by the specifications, prices, terms and conditions stipulated in those Schedules attached to this bid document, regarding delivery and execution; (c) further agree to be bound by those conditions, set out in, “FORM OF BID AND FORMS A - N”, attached hereto, should this bid be accepted in whole or in part; (d) confirm that this bid may only be accepted by the COE by way of a duly authorised Letter of Acceptance; (e) declare that we are fully acquainted with the Bid document and Schedules, and the contents thereof and that we have signed the Bill of Quantities and completed the Returnable Schedules and declarations, attached hereto; (f) declare that all amendments to the bid document have been initialled by the relevant authorised person and that the document constitutes a proper contract between the COE and the bidder; (g) certify that the item/s mentioned in the bid document, qualifies/qualify for the preference(s) shown.; (h) acknowledge that the information furnished is true and correct; (i) accept that in the event of the contract being awarded as a result of preference claimed in this bid document, I may be required to furnish documentary proof to the satisfaction of the COE that the claims are correct. If the claims are found to be inflated, the COE may, in addition to any other remedy it may have, recover from me all cost, losses or damages incurred or sustained by the COE as a result of the award of the contract and/or cancel the contract and claim any damages which the COE may suffer by having to make less favourable arrangements after such cancellation; (j) declare that no municipal rates and taxes or municipal service charges owed by the bidder or any of its directors to the municipality, or to any other municipality or municipal entity, are in arrears for more than three (3) months; and

10

(k) declare that I have not failed to perform satisfactorily during the last five (5) years on a previous contract with the Municipality, Municipal entity or any other organ of state, after written notice was given to me that my performance was unsatisfactory. (l) declare that the signatory to the bid document is duly authorised; and (m) agree that documentary proof regarding any tendering issue will, when required, be submitted to the satisfaction of the COE. (n) declare that the Broad-Based Black Economic Empowerment Certificate submitted herewith in terms of Regulation 6 of the Preferential Procurement Regulations, 2017 is based on true and accurate information and has been obtained from a duly accredited verification agency (or, in the case of an Exempted Micro-Enterprise(EME) from a registered auditor, accounting officer or accredited verification agency) (o) declare that the following responses to be true and correct: Does the bidder have participation in the submission of any other offer for the supplies/services described in the attached documents? (Tick applicable box)

YES NO

If YES the following information must be supplied: 1. The name(s) of the other Bidder(s) involved ……………………………………………… ……………………………………………… ……………………………………………… 2. The full details of the Bidder(s) participation …………………………………………….. ……………………………………………. …………………………………………… (p) declare that all of the information furnished is true and correct

Signed

at...... ………………………………...this...... day of………………...... 20……..

Name of Authorised Person: ______

Authorised Signature: ______

Name of Bidding Entity: ______

Date:

As witness: 1. ______

11

PLEASE NOTE:

 The prices at which bidders are prepared to supply the goods and materials or perform the services must be placed in the column on the Form provided for that purpose.  Bidders must sign the Form of Bid as well as Form “K” (Schedule of Prices) attached to this bid document in full and on acceptance of a bid by the COE, the Conditions of Contract, Special Conditions, Specifications, Declarations and Schedule of Prices, attached hereto shall be deemed to be the conditions of Contract between the parties.  If particulars required in respect of the bid have not been completed the bid will be rejected , except, if only the Broad –Based Black Economic Empowerment Certificate as provided for in Regulation 6 and 7 of The Preferential Procurement Regulations 2017, is not submitted, the bid will not be disqualified but no preference points will be awarded.  In the event of the use of correction fluid (eg. tippex), any erasable ink, or any erasable writing instrument (e.g. pencil) the bid will be rejected.

12

NAME OF BIDDING ENTITY ……………………………………………………….

FORM “A” CITY OF EKURHULENI

CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

PROCUREMENT FORM

ADJUDICATION OF BIDS

Bids are adjudicated in terms of COE Supply Chain Management Policy, and the following framework is provided as a guideline in this regard. 1. Technical adjudication and General Criteria Bids will be adjudicated in terms of inter alia:  Compliance with bid conditions  Technical specifications If the bid does not comply with the bid conditions or technical specifications, the bid shall be rejected. See page 3 and 4 for examples. 2. Infrastructure and resources available Evaluation of the following in terms of the size, nature and complexity of goods and/or services required:  Physical facilities  Plant and equipment available for the contract owned by the bidder  Plant and equipment the bidder intends renting or acquiring, should the contract be awarded to him. 3. Size of enterprise and current workload Evaluation of the bid’s position in terms of:  Previous and expected current annual turnover  Current contractual obligations  Capacity to execute the contract 4. Staffing profile Evaluation of the bid’s position in terms of:  Staff available for this contract being bided for  Qualifications and experience of key staff to be utilised on this contract. 5. Previous experience Evaluation of the bid’s position in terms of his previous experience. Emphasis will be placed on the following:  Experience in the relevant technical field  Experience of contracts of similar size

13

 Some or all of the references will be contacted to obtain their input. 6. Financial ability to execute the contract Evaluation of the bid’s financial ability to execute the contract. Emphasis will be placed on the following:  Surety proposed  Estimated cash flow  Contact the bidder’s bank manager to assess the bidder’s financial ability to execute the contract and the bidder hereby grants his consent for this purpose. 7. Good standing with SA Revenue Service Establish whether a valid original tax clearance certificate or copy or TCS pin number thereof has been submitted with the Bid document on closing date of the bid. If a valid original tax clearance certificate has not been submitted, the bidder shall be requested in writing to submit a valid original tax clearance certificate by a specific date and at a specific venue. NB Failure to submit a valid original tax clearance certificate in terms of the aforestated written request shall result in the rejection of the bid.

The bidder must affix a valid original Tax Clearance Certificate or copy or TCS pin number thereof, to the last page of the bid document

In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separate Tax Clearance Certificate.

Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARS branch office nationally or on the website www.sars.gov.za.

Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za.

NB: If the bid does not meet the requirements contained in the COE Supply Chain Management Policy, and the mentioned framework, it shall not be considered an acceptable bid and shall be rejected by the Municipality, and may not subsequently be made acceptable by correction or withdrawal of the non- conforming deviation or reservation. 8. Adjudication using a Points System Acceptable bids will be evaluated using a system that awards points on the basis of bid price and B-BBEE Status Level of Contribution. Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification Certificate (from a Verification Agency accredited by the South African National Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA)) or an Affidavit together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed. For bids with a bid amount equal to or above R30 000 and up to a Rand value of R 50 million (all applicable taxes included) a maximum of 80 points is allocated for price and a maximum of 20

14

points for B-BBEE Status Level of Contribution. For bids with a bid amount above R 50 million (all applicable taxes included) a maximum of 90 points is allocated for price and a maximum of 10 points for B-BBEE Status Level of Contribution.

A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub-contractor is an EME that has the capability and ability to execute the sub- contract. A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract. The Municipality shall award the Contract to the Bidder obtaining the highest number of points for Price and B-BBEE Level of Contribution calculated in accordance with the Preferential Procurement Regulations, 2017, unless there are grounds to justify the award to another bidder, in accordance with the provisions of Section 2 (f) of the Preferential Procurement Policy Framework Act, Act No. 5 of 2000. 9. Evaluation on Functionality 9.1 Regulation 5 of the Preferential Procurement Regulations, 2017 provides as follows: 1. “An organ of state must indicate in the invitation to submit a tender if the tender will be evaluated on functionality, 2. The evaluation criteria for measuring functionality must be objective. 3. The tender documents must specify- (a) the evaluation criteria for measuring functionality; (b) the points for each criteria and, if any, each sub-criterion; and (c) the minimum score for functionality. 4. The minimum qualifying score for functionality for a tender to be considered further- (a) must be determined separately for each tender; and (b) may not be so- (i ) low that it may jeopardise the quality of the required goods or services; or (ii) high that it is unreasonably restrictive.

5. Points scored for functionality must be rounded off to the nearest two decimal places. 6. A tender that fails to obtain the minimum qualifying score for functionality as indicated in the tender documents is not an acceptable tender. 7. Each tender that obtained the minimum qualifying score for functionality must be evaluated further in terms of price and the preference point system and any objective criteria envisaged in regulation 11.

15

9.2 EVALUATION PROCESS

BID EVALUATION FORM 1: GENERAL ACCEPTABILITY

The Supply Chain Management Policy requires that a bidder must have a “Y” (Yes) in the first three or four columns after the bidding entity’s name and must have a minimum of 8 out of 10 points in the next five columns in order to be considered capable to execute the works. If this is not the case, the bid must be rejected. If any criteria were rated as zero, the bid must also be rejected, even if the required 8 out of 10 points are achieved.

BIDDING ENTITY (R) (R) CIDB TOTAL TOTAL CERTIFICATE COMPLIANCE WITH COMPLIANCE WITH FINANCIAL ABILITY STAFFING PROFILE STAFFING PROFILE INFRASTRUCTURE & TENDER CONDITIONS POSITION AS OPENED TECHNICAL SPECSOR CURRENT WORK LOAD SIZEENTERPRISE & OF ACCEPT (A) OR REJECT VALID TAX CLEARANCE PREVIOUS EXPERIENCE PREVIOUS RESOURCES AVAILABLE WEIGHTING Y/N Y/N Y/N 2 2 2 2 2 10 A/R 1 COE (Pty)Ltd Y Y Y - - - - - 0 R

10. Remedies The City Manager must act in terms of paragraph 14 of the Preferential Procurement Policy Regulations, 2017, against the bidder or person awarded the contract upon detecting that the B- BBEE status level of contribution has been claimed or obtained on a fraudulent basis. Regulation 14 of the Preferential Procurement Policy Regulations provides as follows: “14.(1) Upon detecting that a tenderer submitted false information regarding its BBBEE status level of contributor, local production and content, or any other matter required in terms of these Regulations which will affect or has affected the evaluation of a tender, or where a tenderer has failed to declare any subcontracting arrangements, the organ of state must-

(a) inform the tenderer accordingly; (b) give the tenderer an opportunity to make representations within 14 days as to why-

(i) the tender submitted should not be disqualified or, if the tender has already been awarded to the tenderer, the contract should not be terminated in whole or in part;

(ii) if the successful tenderer subcontracted a portion of the tender to another person without disclosing it, the tenderer should not be penalised up to 10 percent of the value of the contract; and

(iii) the tenderer should not be restricted by the National Treasury from conducting any business for a period not exceeding 10 years with any organ of state; and

(c) if it concludes, after considering the representations referred to in subregulation(1)(b), that-

16

(i) such false information was submitted by the tenderer- (aa) disqualify the tenderer or terminate the contract in whole or in part; and (bb) if applicable, claim damages from the tenderer; or

(ii) the successful tenderer subcontracted a portion of the tender to another person without disclosing, penalise the tenderer up to 10 percent of the value of the contract.

(2)(a) An organ of state must-

(i) inform the National Treasury, in writing, of any actions taken in terms of subregulation (1);

(ii) provide written submissions as to whether the tenderer should be restricted from conducting business with any organ of state; and

(iii) submit written representations from the tenderer as to why that tenderer should not be restricted from conducting business with any organ of state.

(b) The National Treasury may request an organ of state to submit further information pertaining to subregulation (1) within a specified period.

(3) The National Treasury must-

(a) after considering the representations of the tenderer and any other relevant information, decide whether to restrict the tenderer from doing business with any organ of state for a period not exceeding 10 years; and

(b) maintain and publish on its official website a list of restricted suppliers.

17

PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

1. GENERAL CONDITIONS 1.1 The following preference point systems are applicable to all bids: - the 80/20 system for requirements with a Rand value equal to or above R30 000 and up to R50 million (all applicable taxes included); and - the 90/10 system for requirements with a Rand value above R50 million (all applicable taxes included). 1.2 The value of this bid is estimated to exceed R50 million (all applicable taxes included) and therefore the 90/10 system shall be applicable. 1.3 Preference points for this bid shall be awarded for: (a) Price; and (b) B-BBEE Status Level of Contribution. 1.3.1 The maximum points for this bid are allocated as follows: POINTS 1.3.1.1 PRICE 90.

1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION 10. Total points for Price and B-BBEE must not exceed 100 1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification Certificate from a Verification Agency accredited by the South African National Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed. 1.5. The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser. 2. DEFINITIONS 2.1 “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies; 2.2 “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad -Based Black Economic Empowerment Act; 2.3 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad Based Black Economic Empowerment Act; 2.4 “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of services, works or goods, through price quotations, advertised competitive bidding processes or proposals; 2.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003); 2.6 “comparative price” means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration;

18

2.7 “consortium or joint venture” means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract; 2.8 “contract” means the agreement that results from the acceptance of a bid by an organ of state; 2.9 “EME” means any enterprise with an annual total revenue not exceeding R10 million. 2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual increase or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract; 2.11 “functionality” means the measurement according to predetermined norms, as set out in the bid documents, of a service or commodity that is designed to be practical and useful, working or operating, taking into account, among other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a bidder; 2.12 “non-firm prices” means all prices other than “firm” prices; 2.13 “person” includes a juristic person; 2.14 “rand value” means the total estimated value of a contract in South African currency, calculated at the time of bid invitations, and includes all applicable taxes and excise duties; 2.15 “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract; 2.16 “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad- Based Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007; 2.17 “trust” means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; and 2.18 “trustee” means any person, including the founder of a trust, to whom property is bequeathed in order for such property to be administered for the benefit of another person. 3. ADJUDICATION USING A POINT SYSTEM

3.1 The bidder obtaining the highest number of total points may be awarded the contract.

3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into account all factors of non-firm prices and all unconditional discounts.

3.3 Points scored must be rounded off to the nearest 2 decimal places.

3.4 In the event that two or more bids have scored equal total points, the successful bid must be the one scoring the highest number of preference points for B-BBEE.

3.5 However, when functionality is part of the evaluation process and two or more bids have scored equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality.

3.6 Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots.

19

4. POINTS AWARDED FOR PRICE

4.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS A maximum of 80 or 90 points is allocated for price on the following basis:

80/20 or 90/10

 Pt  P min   Pt  P min  Ps  801  or Ps  901    P min   P min  Where

Ps = Points scored for comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid 5. Points awarded for B-BBEE Status Level of Contribution 5.1 In terms of Regulation 6 and 7 of the Preferential Procurement Regulations, preference points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:

B-BBEE Status Level of Number of points Number of points Contributor (90/10 system) (80/20 system)

1 10 20 2 9 18 3 6 14 4 5 12 5 4 8 6 3 6 7 2 4 8 1 2 Non-compliant contributor 0 0

5.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an Accounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA’s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates. 5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS. 5.4 A trust, consortium or joint venture, will qualify for points for its B-BBEE status level as a legal entity, provided that the entity submits their B-BBEE status level certificate.

20

5.5 A trust, consortium or joint venture will qualify for points for its B-BBEE status level as an unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid. 5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice. 5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub-contractor is an EME that has the capability and ability to execute the sub- contract. 5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract. 6. BID DECLARATION 6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following: 7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2 AND 5.1 7.1 B-BBEE Status Level of Contribution: …………. = …………… (maximum of 10 or 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA). 8 SUB-CONTRACTING 8.1 Will any portion of the contract be sub-contracted? YES / NO (delete whichever is not applicable) 8.1.1 If yes, indicate: (i) what percentage of the contract will be subcontracted?...... %

(ii) the name of the sub-contractor? ………………………………………………. (iii) the B-BBEE status level of the sub-contractor?......

(iv) whether the sub-contractor is an EME? YES / NO (delete which is not applicable) 9 DECLARATION WITH REGARD TO BIDDING ENTITY 9.1 Name of bidding entity; ......

9.2 VAT registration number: ...... 9.3 Registration number of bidding entity: ………………………………………………………………. 9.4 TYPE OF ENTITY [TICK APPLICABLE BOX] Partnership/Joint Venture / Consortium One person business/sole proprietor Close corporation Company

21

Trust Other (specify) …………………………. 9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES …………...... ……………… ...... 9.6 CLASSIFICATION [TICK APPLICABLE BOX] Manufacturer Supplier Professional service provider Other service providers, e.g. transporter, etc. 9.7 MUNICIPAL INFORMATION Municipality where business is situated …………………………………….. Consumer Account Number ……………………………. Stand Number ………………………………………………. 9.8 TOTAL NUMBER OF YEARS THE FIRM HAS BEEN IN BUSINESS AND REGISTRATION DETAILS? Date of Registration______; Date on which bidder commenced business, if different from date of registration______. 9.9 I/we, the undersigned, who is / are duly authorised to do so on behalf of the bidder, certify that the points claimed, based on the B-BBEE status level of contribution indicated in paragraph 7 of the foregoing certificate, qualifies the bidder for the preference(s) shown and I / we acknowledge that: (i) The information furnished is true and correct; (ii) The preference points claimed are in accordance with the General Conditions as indicated in paragraph 1 of this form. (iii) In the event of a contract being awarded as a result of points claimed as shown in paragraph 7, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct; (iv) If it is detected that false information regarding the B-BBEE status level of contribution, local production content, or any other matter which will affect or has affected the evaluation of the tender, or where the tender has failed to declare any subcontracting arrangements, the purchaser may, in addition to any other remedy it may have – (a) disqualify the person from the bidding process; (b) recover costs, losses or damages it has incurred or suffered as a result of that person’s conduct; (c) cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation; (d) restrict the bidder/ contractor, its shareholders and/or directors, or only the shareholders and/or directors who acted on a fraudulent basis, from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and (e) forward the matter for criminal prosecution

22

WITNESSES:

1. ………………………………………

SIGNATURE(S) OF BIDDER(S)

2. ……………………………………… DATE: ………………………...

ADDRESS: …………………………..

….………………………… …

23

GENERAL INFORMATION TO BE SUPPLIED BY THE BIDDER:

INFORMATION OF BIDDING ENTITY

1. Details of Bidding Entity

NAME OF BIDDER ……………………………………………………………………………………..

POSTAL ADDRESS ……………………………………………………………………………………..

STREET ADDRESS ……………………………………………………………………………………..

TELEPHONE NUMBER

CODE……………NUMBER………………………………………………………………

CELLPHONE NUMBER …………………………………………………………………

FACSIMILE NUMBER

CODE…………..NUMBER…………………………………………………………………………………

E-MAIL ADDRESS …………………………………………………………………………………….

VAT REGISTRATION NUMBER ……………………………………………………………………….

HAS AN ORIGINAL AND VALID TAX CLEARANCE CERTIFICATE BEEN ATTACHED? (Tick applicable box)

YES NO TCS PIN NUMBER

HAS A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE OR AN AFFIDAVIT BEEN SUBMITTED? (Tick applicable box)

YES NO

IF YES, WHO WAS THE CERTIFICATE ISSUED BY? (Tick applicable box

24

AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)

A VERIFICATION AGENCY ACCREDITEDBY THE SOUITH AFRICAN NATIONAL ACCREDITATION SYSTEM (SANAS)

A REGISTERED AUDITOR

(A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE)

YES NO ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS/SERVICES/WORKS OFFERED? (Tick applicable box (IF YES ENCLOSE PROOF)

2. Legal entity: Mark with an X. Sole proprietor

Partnership

Close corporation

Company

Joint venture/ Consortium

Trust

Tertiary Institution

Public Entity

3. In the case of a Joint venture/ Consortium, provide details on joint venture/ consortium partners: Joint venture/Consortium member Type of entity (as defined above)

25

4. Income tax reference number: (COMPULSORY) (In the case of a joint venture/consortium, provide for all joint venture/consortium members) ______

______

5. VAT registration number (COMPULSORY): (In the case of a joint venture/consortium, provide for all joint venture/consortium members) ______

______6. Company, close corporation, or trust registration number (COMPULSORY): (In the case of a joint venture, provide for all joint venture members)

______

______

7. Details of proprietor, partners, closed corporation members,, company directors, or trustees indicating technical qualifications where applicable (Form on the next page). 8. For joint ventures/ consortiums the following must be attached:  Written authority of each JV / consortium partner, for authorized signatory.  The joint venture/ consortium agreement. 9. For Trusts the following must be attached a. Certified copy of the trust deed; b. Certified copies of the Letters of Authority issued in terms of S6 of the Trust Property Control Act, Act No.57 of 1988 c. Certified copy of the resolution of the trustees of the trust authorising the signatory to sign the bid on behalf of the trust

SIGNATURE OF AUTHORIZED PERSON : ………………………………………………………

DATE : ………………………………………………………

26

DETAILS OF PROPRIETOR, PARTNERS, CLOSE CORPORATION MEMBERS, COMPANY DIRECTORS, TRUSTEES, (In the event of a joint venture/ consortium, to be completed by all of the above of the joint venture/ consortium partners)

Identity Number Relevant qualifications and Name and Surname Years of relevant experience experience

27

DETAILS OF BIDDING ENTITY’S BANK

If the bidder is a Joint Venture or partnership, the information requested below is required for each member / partner. I/We hereby authorize the Employer/Engineer to approach all or any of the following banks for the purposes of obtaining a financial reference:

DESCRIPTION OF BANK DETAILS APPLICABLE TO BANK DETAIL BIDDER

Name of bank

Contact person

Branch name

Branch code

Street address

Postal address

Telephone number ( )

Fax number ( )

Account number

Type of account, (i.e. cheque account)

28

NAME OF BIDDING ENTITY ……………………………………………………….

JOINT VENTURE/ CONSORTIUM INFORMATION

(Complete only if applicable) the parties hereto form a joint venture/ consortium for the purpose of jointly bidding and obtaining the award of contract for THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022 and of jointly performing such contract.

The share of the partners in the Joint Venture/ Consortium shall be:

Full Name and address of Lead enterprise

…………………………………………………………….. ………%

………………………………………………………………

Full Name and address of 2nd enterprise

……………………………………………………………. ………..%

……………………………………………………………..

Full Name and address of 3rd enterprise

……………………………………………………………. ………..%

……………………………………………………………..

The Lead Partner is hereby authorised to incur liabilities, receive instructions, payments, sign all documents in connection with the bid, and to be responsible for the entire execution and administration of the contract for and on behalf of the partners.

The parties hereto shall make available to the Joint Venture/ Consortium the technical advice and benefit of their individual experience and shall, in all other respects, endeavour to share the responsibility and burden of the performance of the Joint Venture/ Consortium.

To this end the parties hereto shall share, in the above proportions, in all risks and obligations arising out of or in connection with the Contract, especially in the provisions of all necessary working capital and guarantees, in profit and loss and personnel.

The Lead Partner shall supply, in its name, the necessary insurance prescribed for the industry and such other insurance as may be prescribed by the COE, for the amount and period as stated in the Contract Data.

The Joint Venture/ Consortium may not be terminated by any of the parties hereto until either:

29

The contract has been awarded to another bidder Or The work undertaken by the Joint Venture/ Consortium under the contract has been completed and all liabilities and claims incurred by and made by the Joint Venture/ Consortium have been settled, the bid is cancelled or the period of validity of bid extended.

No party to the Agreement shall be entitled to sell, assign or in any manner encumber or transfer its interest or any part thereof in the Joint Venture/ Consortium without obtaining the prior written consent of the other party hereto.

The Parties of the Joint Venture/ Consortium shall cooperate on an exclusive basis. No Party shall during the validity period of the bid submit a bid to or enter into a Contract with the COE or any other party for the Project, either alone or in collaboration with a third party.

Authorised Signature Lead Partner…………………………………………….

Name ……………………………………………..

Designation …………………………………………….

Signed at……………………………………… on ………………………………………..

Authorised Signature of 2nd Partner…………………………………………….

Name ……………………………………………..

Designation …………………………………………….

Signed at……………………………………… on ………………………………………..

Authorised Signature of 3rd Partner…………………………………………….

Name ……………………………………………..

Designation …………………………………………….

Signed at……………………………………… on ………………………………………..

(ALL SIGNATORIES SHALL CONFIRM THEIR AUTHORITY BY ATTACHING TO THE LAST PAGE OF THE BID, ORIGINAL OR CERTIFIED COPIES OF DATED AND SIGNED RESOLUTIONS OF THE MEMBERS/DIRECTORS/PARTNERS AS THE CASE MAY BE.)

In the event that there are more than 3 Joint Venture/Consortium partners, additional page/s may be added in order to furnish the requested information and authorised signatures

30

GENERAL CRITERIA

Provide information on the following to be scored points:

Physical facilities

Description Address Area (m²)

Indicate the quantity on the number of units’ column Description : Owned Plant / Equipment Number of units

Description : Owned Plant / Equipment (continued) Number of units

31

Description : Hired Plant / Equipment Number of units

32

GENERAL CRITERIA

Provide information on the following to be scored points:

2 Points minimum 1 Point minimum Evaluation aspect 0 Points score requirement requirement Size of enterprise More than From R 5 000 000 up to R 7 Less than R 5 000 000 (Ability to Deliver) – R 7 000 000 000 000 previous annual turnover or any proof of financial ability (amount to be reflected)

Size of enterprise and current workload

What was your turnover in the previous financial year? R

What is the estimated turnover for your current financial year? R

List your current contracts and obligations

Expected Description Value (R) Start date Duration completion date

Do you have the capacity to supply the goods and services described in this bid, should the contract be awarded to you? ______

33

SMME STATUS - (COMPULSORY)

TO BE COMPLETED FOR STATISTICAL PURPOSES ONLY AND WILL NOT BE USED FOR EVALUATION PURPOSES

Provide details on the following

Sector/Sub-Sector in accordance with the Standard Industrial Classification

Total Full-time Equivalent of paid Employees

Total Annual Turnover

Total Gross Asset Value

Size or Class (Medium, Small, Very Small, Micro) NOTE: If all of the above does not adhere to the definition of a single class, use the total Annual Turnover only to decide on the class.

34

NAME OF BIDDING ENTITY ……………………………………………………….

EQUITY OWNERSHIP – (COMPULSORY)

TO BE COMPLETED FOR STATISTICAL PURPOSES ONLY AND WILL NOT BE USED FOR EVALUATION PURPOSES

List all partners, shareholders or members of bidding entity by name, identity number, citizenship, gender, race, HDI status and ownership. In the case of a Joint Venture, Consortium or Partnership complete an “Equity ownership” for each member.

% Owned by Gender Race HDI % Owned Position occupied in Citizen- %Owned Women Name and Surname Identity number Male / Status by Enterprise ship by HDI’s Female (Y/N) Black White Disabled

PLEASE NOTE

KINDLY ATTACHED COPIES OF IDENTITY DOCUMENTS OF THE ABOVEMENTIONED MEMBERS

35

Staffing Profile Provide information on the staff that you have available to execute this contract (attach a separate list if the space provided is insufficient)

Own staff : Number of staff

Staff to be employed for the project : Number of staff

36

GENERAL CRITERIA

Provide information on the following to be scored points:

Proposed Key Personnel

Evaluation aspect 2 Points minimum requirement 1 Point minimum requirement 0 Points score

Staffing profile 1 x Draughtsman qualified to operate any of 1 x Draughtsman qualified to operate any of the Does not meet requirement of 1 the following CAD programmes: following CAD programmes: point. (Certified Professional Autodesk or (Certified Professional Autodesk or Rhinoceros (Rhino)- Level 2 specialist or Rhinoceros (Rhino)- Level 2 specialist or Solidworks –Certified Solidworks Associate or Solidworks –Certified Solidworks Associate or AutoCAD- Draughtsman or AutoCAD- Draughtsman or Solidedge- Draughtsman) Solidedge- Draughtsman)

1 x Auto electrician with Trade Test certificate 1 x Auto electrician with Trade Test certificate

1 x Diesel mechanic with Trade Test certificate 1 x Diesel mechanic with Trade Test certificate

2 x Qualified welders with Trade Test certificate 1 x Qualified welders with Trade Test certificate

2 x Fitters or Boilermakers or Millwright with 1 x Fitter or Boilermaker or Millwright with Trade Trade Test certificate Test certificate)

37

Provide information on key staff you intend utilising on this contract, should it be awarded to you. (In case of engineering construction projects key staff is defined as staff of foreman level and above) SUMMARY OF NQF NUMBER OF EXPERIENCE AND DESIGNATION NAME & SURNAME NATIONALITY: QUALIFICATIONS Level YEARS OF PRESENT OCCUPATION EXPERIENCE Draughtsman qualified to operate any of the following CAD programmes: (Certified Professional Autodesk or Rhinoceros (Rhino)- Level 2 specialist or Solidworks –Certified Solidworks Associate or AutoCAD- Draughtsman or Solidedge- Draughtsman )

Auto electrician (with Trade Test certificate)

Diesel mechanic (with Trade Test certificate)

38

Qualified welder (with Trade Test certificate)

Qualified welder (with Trade Test certificate)

Fitter or Boilermaker or Millwright (with Trade Test certificate)

Fitter or Boilermaker or Millwright (with Trade Test certificate)

Please note: Acceptable bidders will be required to submit the following documents within five (05) working days from the date of request:

 CVs with contactable references and Certificates of qualifications of each required personnel.

Failure to submit the above documents within the stated period will render the bid non-responsive

39

Previous experience

Evaluation aspect 2 Points minimum requirement 1 Point minimum requirement 0 Points score

Relevant Previous Bidder listed more than one Bidder listed one reference where Does not meet requirement of 1 Company Experience reference where the bidder the bidder supplied, delivered and point. supplied, delivered and commissioned fire engines and/or (Completed Projects) commissioned fire engines and/or other specialised emergency other specialised emergency services vehicles. services vehicles.

Provide the following information on relevant previous experience (indicate specifically projects of similar or larger size and/or which is similar with regard to type of work.

No points will be awarded if reference cannot be reached or if it refuses to supply information. Give at least two (2) names and telephone numbers and e- mail address per reference.

Value Reference Description(of Completed Start date Duration work done) (R, VAT date Name (contact person) Organisation Tel no excluded)

Email:

Email:

Value Reference Description(of Completed Start date Duration work done) (R, VAT date Name (contact Organisation Tel no excluded) person)

40

Value Reference Description(of Completed Start date Duration work done) (R, VAT date Name (contact person) Organisation Tel no excluded)

Email:

Please note:

Acceptable bidders will be required to submit the following documents within five (05) working days from the date of request:

 Description of the superstructure and equipment proposed, including proposal drawings  Relevant information sheets for major components. (Pump, chassis/cab, Hydraulic platform, Turntable ladder, Crane, Hooklift, Pump unit on skid, Hose laying container on skid, Hose Recovery unit, Automatic hose flaking machine and hose laying container, Dual container skid, 300 mm rubber hose with multilug couplings, 250mm rubber hose with multilug couplings as per pricing schedule.)  Copy of Proof of Manufacturer, Importer and Builder (MIB) registration, OR  A Manufacturers Authorisation Agreement, as well as all the required information in terms of the contract, must be submitted form the company providing the supplier with the vehicle who is registered as a MIB.

Failure to submit the above documents within the stated period will render the bid non-responsive

41

Financial ability to execute the project Provide details on the surety you will provide if the bid is awarded to you ______Which of the following institutions will provide surety? (details must be provided) (Refer to Form “M” – Special Conditions of Contract)  Bank registered in terms of the Bank Act 1990 (Act 94 of 1990): ______

 Insurance Company registered in terms of the Short Term Insurance Act 1998 (Act 53 of 1998): ______ Cash:

Provide the estimated cash flow on the project in terms of submissions of payment certificates or payment schedules to the Employer utilizing the underlying table

Amount (VAT included) Month no a b a - b Cumulative cash Received Payments made Net cash flow flow 1 d j=d 2 e j+e = k 3 f k+f = l 4 g l+g = m 5 h m+h = n 6 Etc Etc 7 8 9 10 11 12

Maximum negative cash flow. Take the largest negative number in the last column and write it in here              NOTES (i) Value added tax to be included in all amounts (ii) Assume payment of certificates within 30 days of approval of certificate

From what source will you fund the above negative cash flow amount (e.g. Funds internally available, bank overdraft, loan, etc)

42

OCCUPATIONAL HEALTH AND SAFETY INFORMATION FOR BIDS

THE CONTRACTOR SHALL/MUST SUBMIT THE FOLLOWING TO THE MANAGER OH&S TO OBTAIN A CERTIFICATE OF COMPLIANCE FROM OH&S CITY OF EKURHULENI BEFORE ANY WORK MAY COMMENCE.

1. Proof of Registration with the Compensation Commissioner. 2. Letter of “Good Standing” with Compensation Commissioner. 3. Certified copy of first aid certificate. 4. Physical address where contract is taking place (on Company letterhead). 5. Detailed description of intended work (on Company letterhead). 6. List of all Personal Protective Equipment issued to employees (company letterhead). 7. List of ALL employees on site (on company letterhead). 8. Detailed Health and Safety Plan (on company letterhead). 9. Comprehensive Risk Assessment (Qualification and Contact details of Risk Assessor). 10. Public Liability and Commercial Insurance Certificate. 11. All related statutory appointments. 12. Certificates of relevant Training.

The above list represents the minimum content of a safety file In terms of the Construction Regulations, 2014 (the regulations) as promulgated in Government Gazette No 37307 and Regulation Gazette No 10113 of 7 February 2014.

OHS Act 85 of 1993.

43

PLEASE REMEMBER:

(1) If a bidder is an Exempted Micro Enterprise (EME) in terms of the Broad-Based Black Economic Empowerment Act, Act No. 53 of 2003,the bidder must attach a certificate issued by a registered auditor, accounting officer(as contemplated in section 60(4) of the Close Corporation Act, Act No.69 of 1984) or an accredited verification agency, in compliance with the requirements of Regulation 6(3) of the Preferential Procurement Regulations, 2017, in order to obtain B-BBEE Status Level points in terms of Regulations 6(2) or 7(2) of said Regulations. (2) If a bidder is not an Exempted Micro Enterprise (EME) in terms of the Broad-Based Black Economic Empowerment Act, Act No. 53 of 2003, the bidder must attach an original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating its B-BBEE rating, in compliance with the requirements of Regulation 6(3) of the Preferential Procurement Regulations, 2017, in order to obtain B-BBEE Status Level points in terms of Regulations 6(2) or 7(2) of said Regulations. (3) TO ATTACH A VALID ORIGINAL TAX CLEARANCE CERTIFICATE OR COPY OR TCS PIN NUMBER THEREOF; (4) IN THE CASE OF A JOINT VENTURE/CONSORTIUM, THE VALID ORIGINAL TAX CLEARANCE CERTIFICATE OR COPY/IES THEREOF, OF EACH ENTITY CONSTITUTING THE JOINT VENTURE/CONSORTIUM, MUST BE SUBMITTED WITH THE BID DOCUMENT ; (5) ATTACH ALL REQUIRED DOCUMENTS TO THE LAST PAGE OF YOUR BID DOCUMENT

(6) BIDDERS OTHER THAN EMEs MUST SUBMIT THEIR ORIGINAL AND VALID B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE OR A CERTIFIED COPY THEREOF, SUBSTANTIATING THEIR B-BBEE RATING ISSUED BY A REGISTERED AUDITOR APPROVED BY IRBA OR A VERIFICATION AGENCY ACCREDITED BY SANAS.

44

NAME OF BIDDING ENTITY ……………………………………………………….

FORM ‘’B’’

CITY OF EKURHULENI CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

DECLARATION OF INTEREST

1. No bid will be accepted from persons in the service of the state¹.

2. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons connected with or related to persons in service of the state, it is required that the bidder or their authorised representative declare their position in relation to the evaluating/adjudicating authority.

3 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

3.1 Full Name of Owner of the Bidding Entity: ……..…………………………………

3.2 Identity Number if applicable: ……………………………………………………….

3.3 Position occupied in the Company (director, trustee, shareholder²): ……………

3.4 Company Registration Number: …………………………………………………….

3.5 Tax Reference Number:………………………………………………………………

3.6 VAT Registration Number: …………………………………………………………

¹MSCM Regulations: “in the service of the state” means to be – (a) a member of – (i) any municipal council; (ii) any provincial legislature; or (iii) the national Assembly or the national Council of provinces;

(b) a member of the board of directors of any municipal entity; (c) an official of any municipality or municipal entity; (d) an employee of any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999); (e) a member of the accounting authority of any national or provincial public entity; or (f) an employee of Parliament or a provincial legislature.

² Shareholder” means a person who owns shares in the company or business entity, exercises control and is actively involved in its management.

45

3.7 The names of all directors / trustees / shareholders/ members, their individual identity numbers and state employee numbers must be indicated in paragraph 4 below.

3.8 Are you presently in the service of the state? YES NO (Tick applicable box)

3.8.1 If yes, furnish particulars. ….…………………………………………………

………………………………………………………………………………..

3.9 Have you been in the service of the state for the past twelve months? (Tick applicable box) YES NO

3.9.1 If yes, furnish particulars.………………………...………..

………………………………………………………………………………

3.10 Do you have any relationship (close family member, partner or associate) with persons in the service of the state who may be involved with the evaluation and or adjudication of this bid? (Tick applicable box) YES NO

3.10.1 If yes, furnish particulars. ………………………………………………………………………………

………………………………………………………………………………

3.11 Are you aware of any relationship (close family member, partner or associate) between any other bidder and any persons in the service of the state who may be involved with the evaluation and or adjudication of this bid? (Tick applicable box) YES NO

3.11.1 If yes, furnish particulars ………………………………………………………………………………

……………………………….……......

3.12 Are any of the company’s directors, trustees, managers, shareholders or stakeholders in service of the state? (Tick applicable box) YES NO

3.12.1 If yes, furnish particulars. ……………………………………………………………………………….

……………………………………………………………………………….

46

3.13 Are any spouse, child or parent of the company’s directors trustees, managers, shareholders or stakeholders in service of the state? (Tick applicable box) YES NO

3.13.1 If yes, furnish particulars. ……………………………………………………………………………….

……………………………………………………………………………….

3.14 Do you or any of the directors, trustees, managers, principle shareholders, or stakeholders of this company have any interest in any other related companies or YES NO business whether or not they are bidding for this contract. (Tick applicable box)

3.14.1 If yes, furnish particulars: ……………………………………………………………………………..

……………………………………………………………………………..

4. Full details of directors / trustees / members / shareholders.

Full Name Identity Number Employee Number

47

CERTIFICATION

I, THE UNDERSIGNED (NAME) ………………………………………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT.

I ACCEPT THAT THE STATE AND/OR THE COE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………….. …………………………………….. Signature Date

…………………………………. ……………………………………… Capacity Name of Bidding Entity

48

NAME OF BIDDING ENTITY ……………………………………………………….

FORM “C”

CITY OF EKURHULENI CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

DECLARATION FOR PROCUREMENT ABOVE R10 MILLION (ALL APPLICABLE TAXES INCLUDED)

MUST BE COMPLETED FOR THIS BID

BIDDERS MUST COMPLETE THE FOLLOWING QUESTIONNAIRE:

1.1 Are you by law required to prepare annual financial YES NO Statements? (Tick applicable box) If yes: 1.1.1 If a bidder is a registered company required by law to have its annual financial statements audited or independently reviewed in compliance with the requirements of the Companies Act ,Act No.71 of 2008, or any other law, audited or independently reviewed annual financial statements, as the case may be, prepared within six (6) months of the end of the bidders most recent financial year together with the audited or independently reviewed annual financial statements for the two immediately preceding financial years must be submitted, (unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted). 1.1.2 If a bidder is a registered close corporation, annual financial statements in compliance with the provisions of the Close Corporations Act, Act No. 69 of 1984 , prepared within nine (9) months of the end of the bidders most recent financial year together with the annual financial statements for the two immediately preceding financial years must be submitted,( unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted). 1.1.3 Annual financial statements submitted must comply with the requirements of the Companies Act or the Close Corporations Act. Summaries and/or extracts of annual financial statements shall not be acceptable and shall result in the rejection of the bid.

1.2 If your answer to 1.1 above is YES then, did you only commence business within the past YES NO three years? (Tick applicable box) 1.2.1 If yes, the bidder is required to submit annual financial statements in compliance with the provisions of 1.1.1, 1.1.2 and1.1.3 above for each of its financial years since commencing business. 1.3 If your answers to 1.1 above is NO , un-audited financial statements must be submitted with your bid for the periods specified in 1.1.1, 1.1.2 or 1.2.1 above, as the case may be.

49

......

.....……………………………………………………………

2. Do you have any outstanding undisputed commitments for YES NO municipal services towards a municipality or any other service provider in respect of which payment is overdue for more than 30 days? (Tick applicable box)

2.1 If no, this serves to certify that the bidder has no undisputed commitments for municipal services towards a municipality or other service provider in respect of which payment is overdue for more than 30 days. 2.2 If yes, provide particulars.

………………………………………………………….

………………………………………………………….

…………………………………………………………..

3. Has any contract been awarded to you by an organ of state YES NO during the past five years, in relation to which there has been any material non-compliance or dispute concerning the execution of such contract?

(Tick applicable box) 3.1 If yes, furnish particulars.

………………………………………………………….

………………………………………………………….

4. Will any portion of goods or services be sourced from outside the Republic and if so, what portion and whether any portion of payment from the municipality / municipal entity is expected YES NO to be transferred out of the Republic? (Tick applicable box) 4.1 If yes, furnish particulars

………………………………………………………..

………………………………………………………..

50

CERTIFICATION

I, THE UNDERSIGNED (NAME) ………………………………………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT.

I ACCEPT THAT THE STATE AND/OR THE COE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

……………………………………… ……………………………………………………. Signature Date

……………………………………… ………………………………………………………………….. Position Name of Bidder

51

NAME OF BIDDING ENTITY ……………………………………………………….

FORM “D”

CITY OF EKURHULENI CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

DECLARATION OF BIDDER’S P AST SUPPLY CHAIN MANAGEMENT PRACTICES

1 This Municipal Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by municipalities and municipal entities in ensuring that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system. 3 The bid of any bidder may be rejected if that bidder, or any of its directors have: a. abused the municipality’s / municipal entity’s supply chain management system or committed any improper conduct in relation to such system; b. been convicted for fraud or corruption during the past five years; c. wilfully neglected, reneged on or failed to comply with any government, municipal or other public sector contract during the past five years; or d. been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004). 4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid. Item Question Yes No 4.1 Is the bidder or any of its directors and/or shareholders listed on the Yes No National Treasury’s database as a company or person prohibited from doing business with the public sector? (Companies or persons who are listed on this database were informed in writing of this restriction by the National Treasury after the audi alteram partem rule was applied).

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors and/or shareholders listed on the Register for Yes No Tender Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? Tender Defaulters can be accessed on the National Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.

52

4.2.1 If so, furnish particulars:

4.3 Was the bidder or any of its directors convicted by a court of law Yes No (including a court of law outside the Republic of South Africa) for fraud or corruption during the past five years?

4.3.1 If so, furnish particulars:

Item Question Yes No 4.4 Does the bidder or any of its directors owe any municipal rates and taxes Yes No or municipal charges to the municipality / municipal entity, or to any other municipality / municipal entity, that is in arrears for more than three months?

4.4.1 If so, furnish particulars:

4.5 Was any contract between the bidder and the municipality / municipal Yes No entity or any other organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

4.7.1 If so, furnish particulars:

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME) …………..……………………………..………………………… CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS TRUE AND CORRECT. I ACCEPT THAT, IN ADDITION TO CANCELLATION OF THE CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………………... ………………………….. Signature Date

…………………………………………. ………………………………………..……….. Position Name of Bidder

53

FORM “E”

CITY OF EKURHULENI CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

CERTIFICATE OF INDEPENDENT BID DETERMINATION

1 This Form “E“must form part of all bids¹ invited. 2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement between, or concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannot be justified under any grounds. 3 Municipal Supply Chain Management Regulation 38 (1) prescribes that a supply chain management policy must provide measures for the combating of abuse of the supply chain management system, and must enable the accounting officer, among others, to: a. take all reasonable steps to prevent such abuse; b. reject the bid of any bidder if that bidder or any of its directors has abused the supply chain management system of the municipality or municipal entity or has committed any improper conduct in relation to such system; and c. cancel a contract awarded to a person if the person committed any corrupt or fraudulent act during the bidding process or the execution of the contract. 4 This Form “E“ serves as a certificate of declaration that would be used by institutions to ensure that, when bids are considered, reasonable steps are taken to prevent any form of bid-rigging. 5 In order to give effect to the above, the attached Certificate of Bid Determination (Form “E“) must be completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an agreement between competitors not to compete.

54

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

(Bid Number and Description) in response to the invitation for the bid made by:

CITY OF EKURHULENI (Name of Municipality / Municipal Entity) do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of: ______that: (Name of Bidder)

1. I have read and understood the contents of this Certificate; 2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and complete in every respect; 3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the bidder; 4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to determine the terms and sign the bid on behalf of the bidder; 5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor” shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who: (a) has been requested to submit a bid in response to this bid invitation; (b) could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or experience; and (c) provides the same goods and services as the bidder and/or is in the same line of business as the bidder 6. The bidder has arrived at the accompanying bid independently from, and without consultation, communication, agreement or arrangement with any competitor. However communication between partners in a joint venture or consortium³ will not be construed as collusive bidding.

³ Joint venture or Consortium means an association of persons for combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract

55

7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation, communication, agreement or arrangement with any competitor regarding: (a) prices; (b) geographical area where product or service will be rendered (market allocation) (c) methods, factors or formulas used to calculate prices; (d) the intention or decision to submit or not to submit a bid; (e) the submission of a bid which does not meet the specifications and conditions of the bid; or (f) bidding with the intention not to win the bid. 8. In addition, there have been no consultations, communications, agreements or arrangements with any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this bid invitation relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the contract.

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any restrictive practices related to bids and contracts, bids that are suspicious will be reported to the Competition Commission for investigation and possible imposition of administrative penalties in terms of section 59 of the Competition Act No. 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting business with the public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No. 12 of 2004 or any other applicable legislation.

………………………………………………… ………………………………… Signature Date

…………………………………………………. ………………………………… Position Name of Bidder

56

NAME OF BIDDING ENTITY ……………………………………………………….

FORM “F”

CITY OF EKURHULENI CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS

This Municipal Bidding Document (MBD) must form part of all bids invited. It contains general information and serves as a declaration form for local content (local production and local content are used interchangeably).

Before completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2017 and the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of Local Content together with the Local Content Declaration Templates [Annex C (Local Content Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)].

1. General Conditions

1.1. Preferential Procurement Regulations, 2017 (Regulation 8) makes provision for the promotion of local production and content.

1.2. Regulation 8.(1) prescribes that in the case of designated sectors, where in the award of bids local production and content is of critical importance, such bids must be advertised with the specific bidding condition that only locally produced goods, services or works or locally manufactured goods, with a stipulated minimum threshold for local production and content will be considered.

1.3. Where necessary, for bids referred to in paragraph 1.2 above, a two stage bidding process may be followed, where the first stage involves a minimum threshold for local production and content and the second stage price and B-BBEE.

1.4. A person awarded a contract in relation to a designated sector, may not sub-contract in such a manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold.

1.5. The local content (LC) expressed as a percentage of the bid price must be calculated in accordance with the SABS approved technical specification number SATS 1286: 2011 as follows:

57

LC = [1- x / y] *100

Where x is the imported content in Rand y is the bid price in Rand excluding value added tax (VAT)

Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange rate published by the South African Reserve Bank (SARB) at 12:00 on the date of advertisement of the bid as required in paragraph 4.1 below.

The SABS approved technical specification number SATS 1286:2011 is accessible on http://www.thedti.gov.za/industrial development/ip.jsp at no cost.

1.6. A bid may be disqualified if –

(a) this Declaration Certificate and the Annex C (Local Content Declaration: Summary Schedule) are not submitted as part of the bid documentation; and

(b) the bidder fails to declare that the Local Content Declaration Templates (Annex C, D and E) have been audited and certified as correct.

2. Definitions

2.1. “bid” includes written price quotations, advertised competitive bids or proposals;

2.2. “bid price” price offered by the bidder, excluding value added tax (VAT);

2.3. “contract” means the agreement that results from the acceptance of a bid by an organ of state;

2.4. “designated sector” means a sector, sub-sector or industry that has been designated by the Department of Trade and Industry in line with national development and industrial policies for local production, where only locally produced services, works or goods or locally manufactured goods meet the stipulated minimum threshold for local production and content;

2.5. “duly sign”means a Declaration Certificate for Local Content that has been signed by the Chief Financial Officer or other legally responsible person nominated in writing by the Chief Executive, or senior member / person with management responsibility(close corporation, partnership or individual).

2.6. “imported content” means that portion of the bid price represented by the cost of components, parts or materials which have been or are still to be imported (whether by the supplier or its subcontractors) and which costs are inclusive of the costs abroad (this includes labour and intellectual property costs), plus freight and other

58

direct importation costs, such as landing costs, dock duties, import duty, sales duty or other similar tax or duty at the South African port of entry;

2.7. “local content” means that portion of the bid price which is not included in the imported content, provided that local manufacture does take place;

2.8. “stipulated minimum threshold” means that portion of local production and content as determined by the Department of Trade and Industry; and

2.9. “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing another person to support such primary contractor in the execution of part of a project in terms of the contract.

3. The stipulated minimum threshold(s) for local production and content (refer to Annex A of SATS 1286:2011) for this bid is/are as follows:

(LIST ALL DESIGNATED ITEMS)

Description of services, works or goods Stipulated minimum threshold

Fire Fighting Vehicle - 30% Crew Cabin - 100% Super Structure - 100% Assembly – 100% Does any portion of the services, works or goods offered have any imported content? (Tick applicable box)

YES NO

4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as prescribed in paragraph 1.5 of the general conditions must be the rate(s) published by the SARB for the specific currency at 12:00 on the date of advertisement of the bid.

The relevant rates of exchange information is accessible on www.reservebank.co.za.

Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to Annex A of SATS 1286:2011):

Currency Rates of exchange US Dollar Pound Sterling Euro Yen Other

59

NB: Bidders must submit proof of the SARB rate (s) of exchange used.

4. Were the Local Content Declaration Templates (Annex C, D and E) audited and certified as correct?

(Tick applicable box)

YES NO

5.1. If yes, provide the following particulars: (a) Full name of auditor: ……………………………………………………… (b) Practice number: ……………………………………………………………………….. (c) Telephone and cell number: ………………………………………………………………. (d) Email address: ………………………………………………………………………..

(Documentary proof regarding the declaration will, when required, be submitted to the satisfaction of the Accounting Officer / Accounting Authority)

6. Where, after the award of a bid, challenges are experienced in meeting the stipulated minimum threshold for local content the dti must be informed accordingly in order for the dti to verify and in consultation with the Accounting Officer / Accounting Authority provide directives in this regard.

LOCAL CONTENT DECLARATION (REFER TO ANNEX B OF SATS 1286:2011)

LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER LEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF EXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)

IN RESPECT OF BID NO......

ISSUED BY: (Procurement Authority / Name of Municipality / Municipal Entity): ......

NB

1 The obligation to complete, duly sign and submit this declaration cannot be transferred to an external authorized representative, auditor or any other third party acting on behalf of the bidder.

2 Guidance on the Calculation of Local Content together with Local Content Declaration Templates (Annex C, D and E) is accessible on http://www.thedti.gov.za/industrial development/ip.jsp. Bidders should first complete Declaration D. After completing Declaration D, bidders should complete Declaration E and then consolidate the information on Declaration C. Declaration C should be submitted with the bid documentation at

60 the closing date and time of the bid in order to substantiate the declaration made in paragraph (c) below. Declarations D and E should be kept by the bidders for verification purposes for a period of at least 5 years. The successful bidder is required to continuously update Declarations C, D and E with the actual values for the duration of the contract.

I, the undersigned, ……………………………...... (full names), do hereby declare, in my capacity as ……………………………………… ……….. of ...... (name of bidder entity), the following:

(a) The facts contained herein are within my own personal knowledge.

(b) I have satisfied myself that

(i) the goods/services/works to be delivered in terms of the above-specified bid comply with the minimum local content requirements as specified in the bid, and as measured in terms of SATS 1286:2011; and (ii) the declaration templates have been audited and certified to be correct.

(c)The local content percentages (%) indicated below has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E which has been consolidated in Declaration C;

Bid price, excluding VAT (y) R Imported content (x), as calculated in terms of SATS 1286:2011 R Stipulated minimum threshold for local content (paragraph 3 above) Local content %, as calculated in terms of SATS 1286:2011

If the bid is for more than one product, the local content percentages for each product contained in Declaration C shall be used instead of the table above. The local content percentages for each product has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E.

(d) I accept that the Procurement Authority / Municipality /Municipal Entity has the right to request that the local content be verified in terms of the requirements of SATS 1286:2011.

(e) I understand that the awarding of the bid is dependent on the accuracy of the information furnished in this application. I also understand that the submission of incorrect data, or data that are not verifiable as described in SATS 1286:2011, may result in the Procurement Authority / Municipal / Municipal Entity imposing any or all of the remedies as provided for in Regulation 13 of the Preferential Procurement Regulations, 2011 promulgated under the Preferential Policy Framework Act (PPPFA), 2000 (Act No. 5 of 2000).

SIGNATURE: DATE: ______

61

WITNESS No. 1 DATE: ______

WITNESS No. 2 DATE: ______

NB: Please note that annexures below are examples. Bidders are expected to download and attached the completed annexures with the tender document

62

63

64

65

66

NAME OF BIDDING ENTITY ……………………………………………………….

FORM “G” CITY OF EKURHULENI CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

DECLARATION FOR MUNICIPAL ACCOUNTS

MUST BE COMPLETED FOR THIS BID

Declaration in terms of paragraph 38(1)(d)(i) of the Supply Chain Management Policy of the COE, irrespective of the contract value of the bid:

NB: Please note that this declaration must be completed by ALL bidders

(i). I, the undersigned, hereby declare that the signatory to this tender document duly authorised and further declare:

(ii) that at the closing date of the bid, no municipal rates and taxes or municipal service charges owed by the bidder or any of its directors/members to the COE, or to any other municipality or municipal entity, are in arrears for more than three (3) months.

(iii). I acknowledge that should it be found that any municipal rates and taxes or municipal charges as set out in (i) above are in arrears for more than three (3) months, the bid will be rejected and the COE may take such remedial action as is required, including the rejection of the bid and/or termination of the contract.

(iv) I further declare that copies of any rates and taxes or municipal service charges account/s, will be submitted to the COE to its satisfaction, PRIOR to the commencement with the service/work but not later than 14 days after having been informed of the acceptance of the bid; and that

(v) I declare that if the bid is awarded to the bidding entity, any moneys due to the bidding entity for services/goods rendered shall be utilised to offset any monies due to a municipality or a municipal entity.

(vi) The following account/s of the bidding entity has reference:

Municipality Account number

......

......

......

(NB: If insufficient space above, please submit on a separate page)

67

PLEASE NOTE further that if no municipal rates and taxes or municipal charges are payable by the bidding entity, indicate the reason/s for that in the space below by means of a tick next in the relevant block.

Bidding entities who operate from informal settlements

Bidding entities who operate from a property owned by a director / member / partner

Bidding entities who operate from somebody else’s property

Bidding entities who rent premises from a landlord

Other (Please specify)

Signed at...... ……this...... day of………………...... 20…

Name of Duly Authorised Signatory: (Please print)......

Authorised Signature: ......

As witness: 1. …......

2......

68

NAME OF BIDDING ENTITY ……………………………………………………

FORM “H” CITY OF EKURHULENI CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

DECLARATION FOR MUNICIPAL ACCOUNTS WHERE BIDS ARE EXPECTED TO EXCEED R10 MILLION

MUST BE COMPLETED FOR THIS BID

Declaration in terms of paragraph 21(1)(d)(ii) of the Supply Chain Management Policy of the CITY OF EKURHULENI (COE), to be completed by ALL bidders in cases where the value of the transaction is expected to exceed R10 million (VAT included).

(i). I, the undersigned, hereby declare that the signatory to this tender document is duly authorised and further declare:

(ii). that at the closing date of the bid, the bidder had no undisputed commitments for municipal services towards a municipality or other service provider in respect of which payment is overdue for more than 30 days.

(iii). I acknowledge that should it be found that any undisputed commitments for municipal services charges towards a municipality or other service provider in respect of which payment is overdue for more than 30 days, the COE may take such remedial action as is required.

(iv) I further declare that copies of any rates and taxes or municipal service charges account/s, will be submitted to the COE to its satisfaction PRIOR to the commencement with the service/work but not later than 14 days after having been informed of the acceptance of the bid: and that

(v) I declare that if the bid is awarded to the bidding entity, any moneys due to the bidding entity by the COE for services/goods rendered in terms of this bid shall be utilised to offset any monies due to a municipality or a municipal entity.

(vi) The following account/s has reference:

Municipality Account number

......

......

......

Signed at...... ……this...... day of………………...... 20….

(NB: If insufficient space above, please submit on a separate page)

69

PLEASE NOTE further that if no municipal rates and taxes or municipal charges are payable by the bidding entity, indicate the reason/s for that in the space below by means of a tick next in the relevant block,

Bidding entities who operate from informal settlements

Bidding entities who operate from a property owned by a director / member / partner

Bidding entities who operate from somebody else’s property

Bidding entities who rent premises from a landlord

Other (Please specify)

Signed at...... ……this...... day of………………...... 20…

Name of Duly Authorised Signatory: (Please print)......

Authorised Signature: ......

As witness: 1......

2......

70

NAME OF BIDDING ENTITY ……………………………………………………….

FORM ‘I’ CITY OF EKURHULENI CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

SPECIFICATION AS APPROVED BY THE BID SPECIFICATION COMMITTEE IN TERMS OF REGULATION 27 OF THE SUPPLY CHAIN MANAGEMENT REGULATIONS:

SPECIFICATION:

The vehicles for which bids are requested falls within the following sections: Section 1: 37 m Hydraulic Ladder Platform Section 2: 70 m Hydraulic Platform Section 3: 68 m Turntable Ladder Section 4: Major Pumper Section 5: Heavy Duty All Terrain Rescue Pumper Section 6: Rear Mounted Pumper Section 7: Grass Fire Unit Section 8: Compressed Air Foam System (CAFS) Off Road Fire Unit Section 9: Watertanker/Pumper Section 10: Hazardous Materials Response Vehicle Section 11: Heavy Rescue unit Section 12: All Terrain Water and High Angle Rescue Vehicle Section 13: Prime Mover/Crane Vehicle Section 14: Hi Volume Water Supply and Relay System Section 15: Diesel Refuelling unit Section 16: Dry/Wet Rescue Vacuum Tanker Section 17: Mobile Toilets Section 18: Light Rescue Pumper

Glossary for abbreviations:

CAD- Computer Aided Design MIB- Manufacturer, Importer and Builder of vehicles

71

1. GENERAL CRITERIA

The mandatory tender evaluation will be based on the following methodology. All bidders scoring a zero in any of the aspects below or a total score of less than 6 out of possible 8 points will be disqualified.

2 Points minimum Evaluation aspect 1 Point minimum requirement 0 Points score requirement

Financial Ability (Ability to More than R 7 000 000 From R 5 000 000 up to R 7 Less than R 5 000 000 Deliver) – previous annual 000 000 turnover or any proof of financial ability (amount to be reflected)

Size of Enterprise (Ability to More than From R 5 000 000 up to R 7 Less than R 5 000 000 Deliver) – previous annual 000 000 R 7 000 000 turnover or any proof of financial ability (amount to be reflected)

Staffing profile 1 x Draughtsman qualified to 1 x Draughtsman qualified to Does not meet requirement operate any of the following operate any of the following of 1 point. CAD programmes: CAD programmes:

(Certified Professional (Certified Professional Autodesk or Autodesk or Rhinoceros (Rhino)- Level 2 Rhinoceros (Rhino)- Level 2 specialist or specialist or Solidworks –Certified Solidworks –Certified Solidworks Associate or Solidworks Associate or AutoCAD- Draughtsman or AutoCAD- Draughtsman or Solidedge- Draughtsman ) Solidedge- Draughtsman ) 1 x Auto electrician with Trade 1 x Auto electrician with Trade Test certificate Test certificate 1 x Diesel mechanic with Trade 1 x Diesel mechanic with Trade Test certificate Test certificate 2 x Qualified welders with Trade 1 x Qualified welders with Trade Test certificate Test certificate 2 x Fitters or Boilermakers or 1 x Fitter or Boilermaker or Millwright with Trade Test Millwright with Trade Test certificate certificate)

Relevant Previous Company Bidder listed more than one Bidder listed one reference Does not meet requirement Experience reference where the bidder where the bidder supplied of 1 point. supplied delivered and delivered and commissioned

commissioned fire engines fire engines and/or other (Completed Projects) and/or other specialised specialised emergency services

72

emergency services vehicles. vehicles.

NB: The above general criteria must be completed under GENERAL CRITERIA for bidder to be scored points

Glossary for abbreviations:

CAD- Computer Aided Design MIB- Manufacturer, Importer and Builder of vehicles

Please note:

REQUIRED DOCUMENTS

Acceptable bidders will be required to submit the following documents within five (05) working days from the date of request:

 Certified copies of qualifications/certificates of each required personnel.

 Description of the superstructure and equipment proposed, including proposal drawings

 Relevant information sheets for major components. (Pump, chassis/cab, Hydraulic platform, Turntable ladder, Crane, Hooklift, Pump unit on skid, Hose laying container on skid, Hose Recovery unit, Automatic hose flaking machine and hose laying container, Dual container skid, 300 mm rubber hose with multilug couplings, 250mm rubber hose with multilug couplings as per pricing schedule.)

 Copy of Proof of Manufacturer, Importer and Builder (MIB) registration, OR

 A Manufacturers Authorisation Agreement, as well as all the required information in terms of the contract, must be submitted form the company providing the supplier with the vehicle who is registered as a MIB, Failure to submit the above documents within the stated period will render the bid non-responsive

4. SUBCONTRACTING AS CONDITION OF TENDER

If feasible to subcontract for a contract above R30 million, an organ of state must apply Please subcontracting to advance designated groups. Select 1) The organ of state must advertise the tender with a specific tendering condition that the successful tenderer must subcontract a minimum of 30% of the value of the contract to- i) an EME or QSE.

ii) an EME or QSE which is at least 51% owned by black people; X

iii) an EME or QSE which is at least 51% owned by black people who are youth;

iv) an EME or QSE which is at least 51% owned by black people who are women;

v) an EME or QSE which is at least 51% owned by black people with disabilities; an EME or QSE which is 51% owned by black people living in rural or underdeveloped vi) areas or townships;

73 vii) a cooperative which is at least 51% owned by black people; viii) an EME or QSE which is at least 51% owned by black people who are military veterans;

5. LOCAL PRODUCTION AND CONTENT

The stipulated minimum threshold(s) for local production and content for this bid is/are as follows:

Department of Trade and Industry Designated Sectors Instruction Number 14 of 2016/2017: Invitation and Evaluation of Bids Based On a Stipulated Minimum Threshold for Local Production and Content for Fire Fighting Vehicles.

Description of services, works or goods Stipulated minimum threshold

Fire Fighting Vehicle - 30% Crew Cabin - 100% Super Structure - 100% Assembly – 100% The following sections does not fall within this category: Section 13: Prime Mover/Crane Vehicle Section 14: Hi Volume Water Supply and Relay System Section 15: Diesel Refuelling unit Section 16: Dry/Wet Rescue Vacuum Tanker Section 17: Mobile Toilets

PART A: GENERAL CONTRACT SPECIFICATIONS

A.CS.1 SCOPE OF CONTRACT

This contract calls for the appointment of a service provider for the supply, delivery and commissioning, of various types of Specialised Emergency Service vehicles, consisting of 37 m hydraulic ladder platforms, major pumpers, heavy duty all terrain rescue pumpers, rear mounted pumpers, grass fire units, water tankers, hazmat units, heavy rescue units, high volume water relay and recovery Units, diesel refueling units, mobile toilet trailers and Light Rescue Pumpers to the Ekurhuleni Emergency Services on an as and when required basis for a period with effect from date of award until 30 June 2022.

The contract may be awarded to more than one bidder, but will not be split within a section.

With a view of obtaining the best results and the most acceptable Specialised Emergency Services vehicles and apparatus for service in the fire department, these specifications

74

cover only the general requirements as to the type of construction and tests to which the built superstructure must conform, together with certain details as to finish, equipment and appliances with which the successful bidder must conform.

Minor details of construction and materials where not otherwise specified are left to the discretion of the bidder, who shall be solely responsible for the design and construction of all features.

The build, assembly and final fitment shall conform to the requirements of the current (at the time of bid) National Fire Protection Association Standard #1901 or Standard #1906 (whichever is applicable) as it pertains to the elements of fire apparatus superstructure requirements; the South African Bureau of Standards /Compulsory Specifications requirements for the manufacture and build of emergency vehicles; SABS Motor Vehicle Safety Standards, the National Road Traffic Safety Act and its regulations and ultimately to any other related specification, requirement and standard unless otherwise specified in these specifications.

Acceptable bidders will be requested to provide a set of "Contractor's Specifications" consisting of a description of the superstructure and equipment proposed and to which the apparatus furnished under contract must conform to.

The specifications shall indicate size, type, model and make of all component parts and equipment.

A.CS.2 RESPONSIBILITY OF THE CONTRACTOR

The contractor shall provide a detailed description of the apparatus, a list of equipment to be furnished, and other construction and performance details to which the built apparatus shall conform.

The detailed description of the apparatus shall include, but shall not be limited to, estimated in-service weight, principal dimensions, angle of approach, and angle of departure and axle ratios.

The contractor’s detailed description shall include a statement specifically describing each aspect of the delivered apparatus that will not be fully compliant with the requirements of this standard.

The purpose of these contractor specifications shall be to define what the contractor intends to furnish and deliver to the purchaser.

Responsibility for the superstructure shall remain with the contractor until they are accepted by the Municipality.

A.CS.3 LEGAL REQUIREMENTS

The apparatus shall comply with the National Road Traffic Act of 1996 and its regulations.

75

A.CS.4 QUALITY AND WORKMANSHIP

The design of the apparatus must embody the latest automotive engineering practices, and comply with specifications, both from a qualitative, ergonomic and compliance point of view.

Special consideration shall be given to the following points: Accessibility to various areas requiring periodic maintenance, ease of operation (including both pumping and driving) 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 under "Performance Test and Requirements."

A.CS.5 PERFORMANCE TESTS AND REQUIREMENTS

A road test shall be documented with the completed apparatus and a continuous run of fifteen (15) kilometres or more shall be made under all driving conditions, including off-road conditions, during which time the apparatus should not show signs of abnormal weight strain.

The apparatus, when loaded, shall be approximately 66% on the rear axle. The service provider shall furnish a weight certification showing weight on the front and rear axle, and the total weight of the completed apparatus at the time of delivery.

The following tests shall be performed and signed off by the contractor”

. Electrical system performance relevant to the build

. Weld quality

. Pump flow test including piping hydrostatic pump tests

. Water tank test

. Water tank to pump flow test

. Superstructure integrity test

. Complete operational test

A.CS.6 FAILURE TO MEET TESTS

In the event the apparatus fails to meet the test requirements of these specifications on the first trial, a second trial may be made at the option of the service provider within twenty one days (21) days of the date of the first trials. Such trials shall be final and conclusive and failure to comply with these requirements may be cause for rejection of the vehicle.

76

A.CS.7 EXCEPTIONS TO SPECIFICATIONS

The following specifications shall be strictly followed by all bidders. Exceptions shall be considered if they are deemed equal to or superior to the specifications at the sole discretion of the Municipality, provided they are fully explained on a separate page entitled "Omissions and Variations." Exceptions shall be listed by page and paragraph.

A.CS.8 GENERAL CONSTRUCTION

The superstructure shall be designed and mounted with due consideration to distribution of load between the front and rear axles so that all specified equipment, including filled water tank, a full complement of personnel and fire hose shall be carried without injury to the apparatus.

Weight of completed apparatus shall meet all South African axle load laws in terms of the national Road traffic Act of 1996 and its regulations.

A.CS.9 R.S.A. MANUFACTURER

The entire superstructure and its components, excluding Section 1,2,3 and Section 14, shall be assembled within the borders of the Republic of South Africa to ensure more readily available parts (without added costs and delays caused by tariffs and customs) and service, as well as protecting the municipality should legal action ever be required.

A.CS.10 ELIMINATION OF DIVIDED RESPONSIBILITY

It is required that a single service provider produces both the superstructure and completed fire apparatus, except for Section 1: 37 m Hydraulic Ladder Platform, Section 2: 70 m Hydraulic Platform, Section 3: 68 m Turntable Ladder.

To eliminate divided responsibility and service the supplier shall remain responsible for the warranty of the completed build irrespective of components the superstructure and its components must be assembled and fitted by the same Company which shall remain responsible for the warranty of the completed build irrespective of components.

A.CS.11 MIB-BUILDER OF MOTOR VEHICLE REGISTRATION

Bidders must be a current holder of a Certificate of registration in terms of the National Road Traffic Act of 1996 as Builders of Motor vehicles or Manufacturers of vehicles. Proof of MIB registration must be submitted within five (05) working days from the date of request:

If the bidder is not the Manufacturer, builder or importer of the vehicles, a Manufacturers Authorisation Agreement, as well as MIB registration documents of the MIB who manufacture, import or build the vehicle must be submitted within five (05) working days from the date of request:.

Failure to submit proof within five (05) working days from the date of request will lead to disqualification.

77

A.CS 12 PROPOSAL DRAWING

A general layout drawing depicting the superstructure layout and appearance when fitted to the supplied chassis shall be provided within 05 days upon request. The drawing shall consist of left side, right side, frontal and rear elevation views. Failure to submit drawings upon request will lead to disqualification.

A.CS.13 APPROVAL DRAWING

After the award of bid and pre-construction conference, a detailed layout drawing depicting the apparatus layout and appearance including any changes agreed upon shall be provided for Ekurhuleni Emergency Services review and signature.

The drawing shall become part of the contract documents. The drawing shall consist of left side, right side, frontal and rear elevation views.

A.CS 14 PRE-CONSTRUCTION CONFERENCE

After award of the contract, and prior to construction of the apparatus, a pre-construction conference shall be held at the facility of the manufacturer. A provision shall be provided in the bid price for all travel, food and lodging to accommodate two (2) Emergency Services personnel should the manufacture of the apparatus be outside the Gauteng Province.

A.CS 15. INSPECTION TRIPS

An inspection trip at the manufacturer’s facility prior to delivery of the completed apparatus shall be provided. Accommodation for two (2) City of Ekurhuleni personnel to include all transportation, food and lodging shall be included in the bid price should the manufacture of the apparatus be outside the Gauteng Province.

A total of at least 3 (three) inspection trips shall be included (1) pre-construction, (2) Prior to Paint and (3) pre-final. In case of overseas manufacturing, one inspection trip must be included (pre –final) per Section 1, 2, 3 and Section 14.

A.CS 16. HOMOLOGATION

Once fire apparatus is completely assembled and built; the contractor is to have the vehicle homologated against the SABS/SANS compulsory specifications as a Firefighting vehicle and registered as such in terms of the National Road Traffic Safety Act under the name of the City of Ekurhuleni.

Registration must provide for all crew members being transported in the cab.

78

A.CS 17. DELIVERY REQUIREMENTS

The apparatus shall be equipped as per these specifications upon arrival and on completion of the required tests shall be ready for immediate service in the Emergency Services.

Equipment must be priced on the pricing schedule and will serve as option items upon official order.

Any and all alterations required at the scene of delivery to comply with these specifications must be done at the contractor's expense.

The vehicle must be delivered with a full tank of diesel.

Operational and induction instruction for at least 12 Emergency Services personnel per unit purchased must be provided by the supplier on site in Ekurhuleni as part of the bid.

A.CS 18.STATEMENT OF WARRANTY

The apparatus manufacturer must provide a full one-year standard warranty. All components manufactured by the apparatus manufacturer must be covered against defects in materials or workmanship for a one-year period.

The apparatus manufacturer must provide the following standard warranty:

• Structural Integrity- minimum10 years.

• Paint- minimum 5 years against peeling, fading and cracking

• Plumbing- min 10 years against corrosion

• Tank- minimum 10 years.

All other components manufactured by the apparatus manufacturer must be covered against defects in materials or workmanship for a one-year period.

All components covered by separate suppliers such as engines, transmissions, tyres, and batteries must maintain the warranty as provided by the component supplier. A copy of the warranty document must be provided with the vehicle on delivery.

Each tenderer must be able to provide after sales service to the units offered.

If the successful bidder is outside of Gauteng, the successful bidder must have access (leased or owned) to a service facility within the boundaries of the City of Ekurhuleni.

The City of Ekurhuleni retains the right to inspect the after sales facilities, (including throughout the contract period) as well as the manufacturing plant, equipment and facilities for compliance.

A.CS.19 EXISTING UNITS IN OPERATION

Each tenderer must submit a list of all similar units delivered to date, including the contact names and telephone numbers.

79

A.CS.20. MANUALS

Three (3) copies of complete operation and service manuals, covering the completed apparatus as delivered and accepted, must be provided on delivery of the vehicle.

The manual must contain the following:

 Descriptions, specifications, and ratings of the chassis and pump

 Lubrication charts

 Operating instructions for the chassis, any major components such as a pump or any auxiliary systems.

 Instructions regarding the frequency and procedure for recommended maintenance.

 Parts replacement.

 Operations and maintenance documents supplied with components and equipment installed or supplied by the contractor.

A.CS 21. EQUIPMENT MOUNTING AND STOWAGE

All equipment including those supplied by the client should be fitted and mounted with purpose made brackets made of high strength industrial rubber, or similar synthetic material with a retaining force of 9 G as specified in NFPA Standard 1901.

In addition, heavy equipment must be mounted onto a suitable alluminium base to support downwards weight. Heavy equipment such as generators, hydraulic motors, rescue equipment and positive pressure ventilators must be fitted onto ergonomically designed slide out shelves and racks on a sliding system that must exceed the weight requirements of the equipment on the shelve or rack by at least 10 kg

All equipment, including that which is supplied by the client must be fitted.

A.CS 22. MOBILE RADIO

A Mobile TETRA radio with encryption/authentication and GPS, conforming with the talk groups and requirements of the CoE, compatible with the Gauteng SAPS radio trunking system, including GPS module, external speaker, microphone, suitable vehicle mounting combined GPS/TETRA antenna, control head cabling, mounting brackets and all other peripheral equipment needed to effect a complete installation in a vehicle must be supplied and fitted.

The unit must have a menu driven structure with appropriate function keys for all the features and easy operation of the radio.

The unit must be approved by the Radio Technical Section of City of Ekurhuleni, and be submitted to the Radio Technical Section of City of Ekurhuleni prior to installation for programming, fleet mapping and encryption.

80

The units must be both dash and trunk mountable with a control head cable of at least 3 meters. Converter 24/12V must be included where necessary.

All radios must be supplied complete with hand held microphone, external speaker and installation kit. All equipment supplied must conform to the relevant NFPA; EN; BS and SABS standards related to such equipment.

A.CS 23. PAINTING SPECIFICATIONS

a. CHASSIS PAINT FINISH – COMMERCIAL

All chassis exterior components such as mirrors and bumpers must be removed prior to the finish procedure. Paint process must feature high solid LV products and be performed in the following steps: 1. Sealer / Primer LV – acrylic urethane sealer / primer must be applied to guarantee excellent gloss holdout, chip resistance and a uniform base colour. Next, a two- component surfacer must be applied to provide good enamel holdout of the top coat. 2. High Solid LV (Top coat) – a lead free, chromate-free high solid acrylic urethane top coat must be applied, providing excellent coverage and durability. A minimum of two coats must be applied. 3. High Solid LV (Clear coat) – High solid LV clear coat must be applied as the final step in order to ensure full gloss and colour retention and durability. A minimum of two coats must be applied. The chassis frame and undercarriage components must be finished painted black and all exterior components must then be re-mounted. The vehicle wheels must be painted to match the exterior colour of the vehicle unless otherwise specified. The vehicle wheels must be trimmed in silver paint to complete the wheel finish.

b. BODY PAINT FINISH

The aluminum body exterior must have no mounted components prior to painting to assure full coverage of metal treatments and paint to the exterior surfaces of the body.

Any vertically or horizontally hinged smooth-plate compartment door must be painted separately to assure proper paint coverage on body, door jambs and door edges.

Paint process must feature high solid LV products and be performed in the following steps:

1. Corrosion Prevention – all raw materials must be pre-treated to provide superior corrosion resistance and excellent adhesion of the topcoat.

2. Sealer / Primer LV – acrylic urethane sealer / primer must be applied to guarantee excellent gloss holdout, chip resistance and a uniform base colour.

81

3. High Solid LV (Top coat) – a lead free, chromate-free high solid acrylic urethane top coat must be applied, providing excellent coverage and durability.

4. High Solid LV (Clear coat) – High solid LV clear coat must be applied as the final step in order to ensure full gloss and colour retention and durability. A minimum of two coats must be applied.

Any location where aluminum is penetrated, after painting, for the purpose of mounting steps, handrails, doors, lights, or other specified components must be treated at the point of penetration with a corrosion inhibiting pre-treatment.

The pre-treatment must be applied to the aluminum sheet metal or aluminum extrusions in all locations where the aluminum has been penetrated.

All hardware used in mounting steps, handrails, doors, lights, or other specified components must be individually treated with the corrosion inhibiting pre-treatment.

A.CS 24. PASSIVE WARNING SYSTEMS

A retro reflective stripe shall be affixed to at least 50 percent of the cab and body length on each side, excluding the pump panel areas, and at least 25 percent of the width of the front of the apparatus.

The stripe shall be a minimum of 100 mm in total width.

The 100 mm wide stripe or combination of stripes shall be permitted to be interrupted by objects (i.e.) receptacles, cracks between slats in roll up doors; provided the full stripe is seen as conspicuous when approaching the apparatus.

At least 50 percent of the rear-facing vertical surfaces, visible from the rear of the apparatus, excluding any pump panel areas not covered by a door, shall be equipped with retroreflective striping in a chevron pattern sloping downward and away from the centerline of the vehicle at an angle of 45 degrees (“A-shaped”).

Each stripe in the chevron shall be a single color alternating between red and either yellow, fluorescent yellow, or fluorescent yellow-green; and each stripe shall be 150 mm in width.

A.CS 25. LIVERY DESIGN

The combined unit must display all the necessary livery design and branding of the City of Ekurhuleni Disaster and Emergency Management Services as per current corporate image. The successful bidder will be provided with the City of Ekurhuleni branding policy and manual upon placement of order.

A.CS 26. OPTICAL WARNING SYSTEMS

Where appropriate depending on the type fire apparatus; the optical warning system shall consist of an upper and a lower warning level.

82

The requirements for each level shall be met by the warning devices in that particular level without consideration of the warning devices in the other level.

For the purposes of defining and measuring the required optical performance, the upper and lower warning levels shall be divided into four warning zones.

The four zones shall be determined by lines drawn through the geometric centre of the apparatus at 45 degrees to a line drawn lengthwise through the geometric centre of the apparatus.

The four zones shall be designated A, B, C, and D in a clockwise direction, with zone A to the front of the apparatus.

Each optical warning device shall be installed on the apparatus and connected to the apparatus’s electrical system in accordance with the requirements of the manufacturer of the device.

A master optical warning system switch that energizes all the optical warning devices shall be provided.

The optical warning devices shall be constructed or arranged so as to avoid the projection of light, either directly or through mirrors, into any driving or crew compartment(s).

A.CS.27 PAYMENT STRUCTURE: Invoices submitted for part payments will be subject to all policies and procedures of the City of Ekurhuleni.

83

PART B: TECHNICAL DESCRIPTIONS

SECTION 1: 37 METER HYDRAULIC LADDER PLATFORM 1.1 MAKE & MODEL: Suitable 6x4 wheel drive chassis, with spares easily available in South Africa from the manufacturing company. A low slung 4 door cab complying with Economic Commission of Europe (ECE) safety standards, and fully manufactured by the Original Equipment manufacturer (OEM) is required. 1.2 WHEEL BASE: 5 100mm 1.3 GVW: 34 500 kg 1.4 ENGINE: Minimum output, not less than 300 kW x 1900 RPM, 2000 Nm torque at 1100 -1300 RPM

 Air cleaner restriction gauge (Filter Minder) mounted in instrument panel

 Auxiliary engine water cooler

 Low water level indicator with audio warning must be fitted to the radiator and displayed on the instrument panel.

 Fan drive

 Comply with Euro 3 1.5 TRANSMISSION: Fully Automatic Shift with retarder 1.6 FRAME: Heat-treated alloy steel 1.7 FRONT AXLE: I-Beam type 8 500 kg capacity Includes: - Shock Absorbers (2) - Right Hand Steer - 8 500 kg leaf springs

1.8 REAR TANDEM AXLE:

 Single reduction, 26 000 kg capacity includes:4.571 ratio

 Diff lock

 Rear axle magnetic drain plug

84

1.9 BRAKES:

 Air, dual system includes:

 Automatic slack adjusters – front and rear

 Air processing system

 Dual air pressure gauge,

 Dust shields, front and rear

 Spring actuated parking brake chambers

 Automatic drain valve with heater located at air tank

 Air brake ABS 6 channel

 Air dryer with heater

 13.2 air compressor 1.10 EXHAUST SYSTEM: Single exhaust system, horizontal muffler and tailpipe, aluminized steel, mounted on right side 1.11 ELECTRICAL SYSTEM: 24-volt electrical system, standard equipment 1.12 FUEL TANK: Rectangular steel, 300 liter capacity 1.13 FOUR DOOR, “LOW-ROOF” FORWARD CONTROL TILT CAB MUST INCLUDE:

 Heater/defroster

 One (1) dome light, door activated

 3-point seat belts on from outboard seats positions

 4 x Self Contained Breathing Apparatus( SCBA) seats in rear crew cab

 Black rubber floor covering

 Tinted glass, all windows

 Intermittent windshield wipers

 Keys – all alike, ignition and cab doors

 Gauge cluster with English electronic speedometer and tachometer, engine oil pressure gauge, water temperature gauge and voltmeter

 Oil temperature gauge

 Electronic hour meter mounted in cluster

 Padded safety bar between front and rear seats

85

1.14 TYRES: Front - Two (2) 395/85 R22.5 x 118 Ply Rear - Eight (8) 315/80 R22.5 x 118 Ply 1.15 PLATFORM 1.15.1 Hydraulic Ladder Platform unit with required working height of 37 m As a minimum requirement the design of operational stability and structural strength are based on criteria laid out in DIN 15120 and prEN1777. Compliance with other norms and standards must be stated separately as applicable. 1.15.2 MAIN OPERATING DATA

 Required working height 37.0 m

 Required height to working cage bottom 35.0 m

 Required working outreach 36.0 m

 Required working reach below the ground level 5.5 m

 Safe working load (without water discharge) 400 kg

 Required nominal water discharge capacity

 (with adequate supply pressure) 3800 l/min

 Rotation, continuous 360°

 Transport height : Not exceeding 3.7 m

 Transport length (depending on chassis) 11.7 m

 Transport width 2.5 m

 Typical weight with chassis, Gross Vehicle Weight.(standard specification) 29 000 kg

1.15.3 MAIN FRAME

 A strong main frame which takes all the loads caused by the operation of the aerial must be the main load bearing element of the aerial device

 The main frame must be fixed onto the chassis from with bolts in such a way that chassis performance and durability are maintained. The front fixing bolts must be fitted with springs to allow the chassis frame beams to flex when the outriggers are fully down, thus avoiding any stress concentration in the chassis beams.

 The actual main frame must be fully welded rectangular steel structure providing high stiffness and thus maximum comfort and operational safety

86

1.15.4 STABILIZING SYSTEM The stabilizing system must consist of four hydraulically powered outriggers mounted in the housings in the main frame.

 Each housing must be fitted with adjustable guides to provide smooth and accurate movement of the outrigger beam.

 The horizontal beam must be a completely closed steel profile enclosing the hydraulic cylinder for the horizontal movement and the hydraulic hoses for the cylinder of the vertical movement thus completely protecting those devices from external damage.

 The H-type outriggers are required for the ability to stabilize the vehicle from behind obstacles and to be placed on raised structures as necessary. Each vertical jack must be fitted with self-aligning foot plate to spread the load evenly and to allow operation on uneven ground.

 The stabilizing system must also include a rear axle locking system in such cases where it is required for meeting the stability criteria.

 All controls for the entire stabilizing system must be located in dust and water proof lockers at each side at the rear of the vehicle.

 The control levers must be arranged in such a way that the outriggers are always visible to the operator when operating each side separately.

 All control levers must permit infinitely variable speed of each function separately or all together for easy and fast stabilizing procedure, also when operated on uneven ground. 1.15.5 CONTROL PANEL The following additional control devices must be at the control panel: - starting of chassis engine - stopping of chassis engine - activating hydraulic pressure - visual indication for fully extended outriggers - visual indication for applied rear axle locking (if feature is installed) - visual indication for the main current being switched on - operating hour gauge - indications for the fault finding system - switch for the battery driven back-up for the hydraulic system - visual indicators for leveling of the vehicle (longitudinal and transversal)

The locker containing outrigger controls must be fitted with automatically operating door switch and light for night operation.

 The vehicle must be fitted with an automatic diagnostic device for the hydraulic platform system. 1.15.6 BOOMS

87

There must be at least two booms, the first with telescopic extension providing direct movement and the second boom with vertical movement of 180 degrees. The second boom must also provide for an up-and-over capability of approx. 8 m throughout it vertical movement.

 The booms must be designed and welded to provide high durability and extreme accuracy. For high strength and minimum flexing of the boom sections only high tensile strength steels must be used as load bearing structure

 The telescopic sections of the first boom must move synchronized i.e. there must be no intermediate jerks when the extension/retracting are operated. All sections must be fitted with adjustable guides to provide smooth and accurate movement.

 Different maintenance objects must be located well at hand either outside the boom or behind easily removable covers.

 All booms must be internally and externally primed and painted for long life span. 1.15.7 TURNTABLE

 The turntable must be a fully integrated steel structure. A centre post containing slip rings with double pins for electrical connections, 100 mm stainless steel water way and hydraulic pressure and tank lines must allow continuous rotation of the turntable.

 Rotation reduction gear with automatically operating braking system must be installed at the turntable for easy maintenance and adjustment. They hydraulic motor powering the rotation movement must be fitted directly into the gear for high reliability.

 At the left hand side of the turntable there must be a lower control station which rotates automatically with the turntable. 1.15.8 WORKING CAGE

 The working cage must be made of tubular aluminum profile and welded together.

 The dimensions of the working cage must be at least 1,0m (length) x 2,0 m (width) x 1,1 m (height) and must be fitted with two inwards opening doors, one located at the rear to enable safe access from the decking in travelling position and the other one located at the front for safe access in case of a rescue.

 A suitable spotlight as well as a 500 watt floodlight must be fitted to the cage and be operable from within the cage and also from the controls at the bottom.

 The power source and connections for the spotlight and floodlights must be able to operate through 360 degree rotation.

 The lights must be approved by the Chief Fire Officer, and should be of a type that is professionally used for the purpose. 1.15.9 WORKING CAGE LEVELLING

 The working cage must be kept horizontally leveled in any position of the booms including the traveling position which must make it possible to the firemen to enter the working cage before the booms are lifted, to start the operation without taking the cage onto the ground first.

88

 The leveling system must be controlled by an automatic horizon monitoring device with two fully automatic and interdependent safety circuits in case of an uncontrolled leveling failure

 There must be a master switch for the automatic leveling system, which can be isolated and the manually controlled system activated.

 The leveling movement must be powered by two hydraulic cylinders connected to a mechanical linkage for transmitting the movement.

 In case of total power failure the working cage should be able to be kept leveled by means of a hand operated pump installed in the working cage. 1.15.10 WORKING CAGE SLEWING

 The working cage must be able to be turned 45 degrees to each side from its centre position to provide safety and comfort in rescue operations.

 The movement must be powered by a hydraulic cylinder with controls in the working cage and the turntable control panels. The centre position of the cage must be indicated by a visual indication at both control panels. 1.15.11 FOLD-DOWN RESCUE PLATFORM At the front of the working cage there must be a rescue platform with safety railing to provide additional safety during rescue and fire fighting. The dimensions of the rescue platform must be at least 1, 45 m x 0, 45 m. 1.15.12 INTERCOM There must be a fully transistorized talk-back intercom system fitted between the turntable and the cage. The main station with a loudspeaker and movable microphone must be fitted in a water proof box at the turntable. The combined microphone and loudspeaker for no-hands-operation must be located in the cage. 1.15.13 RESCUE LADDER

 A stable telescopic rescue ladder system must be attached onto the right hand side of the booms. The ladder must form a direct continuous rescue way with no cross-over platform or similar obstacles.

 The ladder must be attached onto the boom structure at several points throughout its length resulting in extreme stability even when operated in windy conditions.

 Extension movement of the ladder must be automatically synchronized with telescopic movement of the first boom requiring no separate control devices.

 The ladder must provide access to the deck of the apparatus to enable mounting and dismounting from the main ladder.

 Both control panels must be fitted with visual indication for “safe to climb” position of the ladder 1.16 HYDRAULIC SYSTEM

 Hydraulic power must be provided by a double axial piston pump, which is driven by the vehicle power take-off. The power need is about 30 – 50 kW depending on the size of the unit.

89

 Without any operation of the aerial device, the pump must rotate on minimum flow and minimum pressure.

 When one of the movements is operated the control valve must automatically increases the pressure to a pre-set constant level and the oil flow to the amount that is needed for the movements activated.

 The loss of power in the hydraulic system, which normally causes overheating of the hydraulic oil, must be avoided and the stresses caused to the vehicle transmission and P.T.O. system must be minimized.

 Fuel consumption and exhaust emissions must be kept at the minimum.

 When operating several movements simultaneously the oil flow must increase automatically according to the need in the system thus making all movement speeds independent on each other.

 A constant pressure system with maximum pressure setting must prevent overloading of the system and its components e.g. cylinders.

 Inside the turntable and at the lower valve compartment there must be instant couplings from the manometer in each pressure line. The manometer must be fitted as standard equipment.

 The filtration of the oil must consist of suction strainer in the suction line, pressure filters with visual indicators in each pressure circuit, return filter in return line and air filter on the reservoir, providing maximum reliability by protecting the hydraulics against foreign particles.

 The hydraulic cylinders must be double acting with hard chrome-plated piston rods and they must be fastened by means of self-aligning ball bearings to prevent lateral forces from damaging the seals or piston rods of the cylinders.

 Hydraulic oil tank must be integrated into the main frame for good protection and transformation of the heat. The tank must be fitted with oil level gauge, temperature gauge, suction comments with closing valves for easy maintenance and draining outlet with closing valve. 1.16.1 BACK-UP FOR THE HYDRAULIC SYSTEM

 There must be a battery driven hydraulic pump which provides and independent means of power in case of failure of the main engine. The system must be started from all control panels thus providing an immediate back-up in a case of a failure at an intense fire or similar immediate emergency.

 There must also be an independent combustion engine driven system for complete operations of all boom and outrigger movements with slow speed. 1.17 CONTROL SYSTEM FOR BOOM AND ROTATION MOVEMENTS All boom and rotation movements must be controlled electro-hydraulically by means of servo valves. The control function must not be sensitive to changes of ambient or oil temperature, providing smooth, safety and very accurate movements to be performed by the remote control system from both control panels. 1.18 TURNTABLE AND WORKING CAGE CONTROL PANELS

 The turntable control panel incorporating all control levers and safety system indications must be fitted in such a way that it enables good visibility from the control station towards the working cage when the booms are operated.

90

 The control station must be fitted with a convenient seat to provide comfort even in case of prolonged operation.

 The platform underneath the control position must be covered by non-slip aluminum.

 The working cage control panel incorporating all control levers and safety system indications must be fitted at the rear of the cage to permit visibility over the booms and to leave the front of the cage free for rescue and firefighting operations.

 Both control panels must be exactly alike.

 At the turntable control panel there must be a change-over switch to select the panel from which the operating is controlled.

 Both control panels must be fitted with following most important warning, indication and control devices, all marked by clear symbols for easy recognizance. - visual and audible indication for exceeding safety working load - visual warning for activation of working cage collision guard system - visual indication for fully extended outriggers - visual indications for rescue ladder “safety to climb” - visual indication for the centre positions of the booms - visual indication for the centre position of the working cage - starting and stopping of chassis engine - switch for the battery driven back-up for the hydraulic system - separate control levers for each movement - control lever for cage slewing - emergency stop button - overriding of the automatic working cage leveling system - manual operation for the working cage leveling system - switches for activating the bleed down system 1.19 CONTROLS AND INDICATORS IN DRIVERS CAB In addition to chassis standard controls and indicators the following items must be installed in the drivers cab: - visual warning for the main current being switched on - visual warning for any of the equipment lockers being open - visual warning for the booms not being fully in traveling position - visual warning for the rear axle being locked (if the feature is installed) - visual warning for the outriggers not being in horizontal traveling position - switch with visual indication for rotating beacons

91

- switch with visual indication for siren unit - microphone for the public address system

1.20 SAFETY DEVICES

 All load bearing hydraulic cylinders must be fitted with lock valves directly integrated into the cylinder structure to prevent the booms, the working cage or the outriggers from retracting in case of a pipe or hose failure.

 Retracting of any of the outriggers must be automatically prevented as soon as the booms have been lifted from their traveling position.

 Lifting of the booms from the travelling position must be prevented until the outriggers have reached the support width and ground pressure.

 All boom movements must be limited at their most extreme positions thus making it impossible for the operator to reach an unsafe configuration by normal means of operation.

 All movements having direct influence on the stability of the aerial must be fitted with two separate limiting circuits, the first one stopping that particular movement, the second one deactivating the whole electric and hydraulic system should the first circuit not have worked.

 All major movements, such as lifting of the first and the second boom to their maximum elevation, and extending the telescopic movement or lowering the second boom at the maximum outreach must be fitted with slow-down devices to provide smooth deceleration of the movement.

 Starting of the chassis engine from any of the control panels of the aerial must be prevented unless the gear is shifted to neutral.

 Inadvertent damaging of the drivers cab by the first boom must be prevented by a system preventing lowering of the first boom and rotation movement when the first boom is near the drivers cab.

 An overload warning must be fitted to give an audible and visual warning in case of exceeding the safe working load.

 A collision guard must be fitted to provide additional safety when operating in darkness or in dense smoke. This system must stop all movements and gives visual warning when activated.

 An emergency stop switch must be fitted at both boom control panels to provide immediate and completed “freezing” of all systems in case of an unexpected emergency.

 The control system must be fitted with Revolutions per minute (RPM) switches to provide additional safety.

 A “bleed down” system which can be operated from working cage and turntable control panels, by means of which the booms can be lowered and the working cage brought down onto the ground even if no hydraulic pressure is available, must be fitted. In such a case, manual rotation must be provided by manual means. 1.21 WATER WAY

 The water way system must be completely made of stainless steel.

92

 The nominal diameter of the water way must be 100 mm and must lead from the rear of the vehicle where a 100 mm inlet must be fitted through the centre post in the turntable up into the working cage where the water monitor is mounted. Along the booms, the piping must be fitted into the right hand side.

 The centre post, which must be mounted in the centre line of the turntable, must provide continuous rotation even if water supply is simultaneously used.

 The piping must be protected from possible overpressure by means of two relief valves mounted underneath of the turntable.

 On the side of the first boom there must be a telescopic water pipe, made of stainless steel. Moving sections of this pipe must have been externally ground and chromium plated to provide reliable function and long life span.

 Seals between the sections must be of low friction type and be easily tightened if so required.

 In boom pivoting points must be flexible, especially reinforced 100 mm pressure hose.

 All hoses must be fixed to the pipe with reliable span-lock connections.

 Piping must end at the right hand side at the front of the working cage where the water monitor must be placed.

 A 75 mm valve must be fitted in the cage to isolate the monitor it required.

 An additional outlet with 65 mm closing valve and coupling must be provided for water supply from the cage through an extension hose.

 Valves must be fire service compliant, in accordance with National Fire Protection Association (NFPA) or European Norms (EN) standards.

 All fire hose couplings must be of the British instantaneous (BI) type.

 Drain cocks must be fitted in the piping to enable it to be drained after use.

 On the front underneath of the cage there must be nozzles for a water spray curtain system to protect the cage occupants from radiant heat.

 The control valve of water spray curtain system must be located inside of the cage. 1.22 WATER MONITOR

 The remote controlled water monitor must be connected onto the piping system and placed at the front of the cage on the left hand side just outside of the railing.

 The monitor must be made of light alloy and be fitted with a jet/fog nozzle with a maximum nominal capacity of 3800 l/min. 1.23 FIRE PUMP

 A 5 600 l/min @ 10 Bar mid-ship purpose built fire pump complying with NFPA 1901 including, a relieve valve with plumbing for platform and four (4) side discharges must be fitted.

 The pump inlets must be fitted respectively with a large diameter intake adaptor of 115mm lug distance Storz, with a gate valve and adjustable pressure relieve valve, as well as a three way BIC collecting head with non-return spring valves.

93

 The pump must be fitted with a foam system able to supply foam at the actual flow of the monitor at 37 m operating height, and must be able to induce the foam from an external source. 1.24 BODYWORK AND EQUIPMENT LOCKERS

 The framework of the apparatus body must be interlocking and be electrically seam welded both internally and externally to ensure maximum strength.

 Body handrails must be provided and must consist of two (2) lengths of anodized aluminum.

 All side compartment doors must be constructed using a roll-up shutter door designed for fire fighting vehicles, sealed to be water and dust proof.

 All doors must be fitted with automatic switches activating the lights as soon as the door is opened and also activating the warning in drivers cab to indicate that all doors are not fully closed.

 Easy access must be provided from the ground level with steps covered by non-slip aluminum at each side of the vehicle. At the end of the steps there must be railings made of stainless steel to assist when climbing.

 The body configuration must provide sufficient and ergonomic stowage for all ladders and equipment, including fire hose.

 The body must have a body side protection rub rail along the length of the body on each side and at the rear.

 Yellow reflective tape complying with the requirements of the National Road Traffic Act must be fitted inside the rub rail. 1.25 ELECTRICAL SYSTEM

 Wiring must be individually and permanently function and colour-coded.

 All wiring looms must be properly supported and attached to body members along the entire run.

 At any point where wire or looms pass through metal, rubber grommets must be installed to protect the wire from abrasion.

 Electrical connections in exposed areas must be made using heat shrink or weather proof connections.

 All circuits must be protected with automatic reset circuit breakers.

 All electrical equipment switches must be mounted on a switch panel mounted in the cab convenient to the operator. Light switches must be of the rocker type with integral indicator light to show when the circuit is energized.

 All switches must be clearly identified as to function. 1.26 CAB AND BODY

 Clearance lights and reflectors must include two (2) red clearance lights, four (4) red rectangular reflectors, two (2) amber rectangular reflectors, and three (3) red marker lights centered at the rear step, recessed in the rub rail.

 The original vehicle standard light cluster must be fitted at the rear of the vehicle.

 Light functions must include running lights, brake lights, turn signal lights and back-up lights.

94

 One (1) 100 mm circular single bulb light or LED strip lights must be mounted in each body compartment and must be wired to a master on/off rocker switch on the cab dash. The light must be in a resilient shock absorbent mount for improved bulb life. The wiring connection must be made with a weather resistant plug in style connector. A compartment light with a switch must be installed to illuminate the pump area for service.

 A license plate light must be installed on the rear of the vehicle.

 Two (2) lights or LED strip lights must be mounted under a light shield directly above each pump panel. The work light switch in the cab must activate the lights when the park brake is set.

 The apparatus must have sufficient lights to properly illuminate the work areas, steps, walkways and ground areas around the apparatus.

 Areas under the driver and crew area exits must be activated automatically when the exit doors are opened. Ground area lights must be switched from the cab dash with the work light switch. 1.27 Back-up Alarm An electronic back-up alarm must be supplied. The 97 dB (A) alarm must be wired into the chassis back-up lights to signal when the vehicle is in reverse. 1.28 Portable Floodlight A 4.5 m extending light system with three (3) 230 volt 500 watt panels or equivalent LED lights with a minimum of 2 x SABS 3 point plugs and a 50 meter cable and reel must be supplied. 1.29 Warning Lights Two (2) short red light bars must be mounted on the cab roof of the vehicle. Two (2) red rotating lights with a polycarbonate base, a single 55-watt , and a twist-on dome must be mounted at the rear of the vehicle. 1.30 Speaker One (1) 100 watt speaker must be recessed behind the front bumper, or alternatively a position agreed to by the Chief Fire Officer. 1.31 Electronic Siren A solid state electronic siren to the satisfaction of the Chief Fire Officer with attached noise-canceling microphone must be installed. Operating modes must include Hi-Lo, yelp, wail; P.A., air horn and radio re-broadcast, and must include a Tap II feature. 1.32 Lower Level Warning Lights Four (4) Light Emitting Diode (LED) flashing safety warning lights and eight (8) halogen lights, all with red lenses, must be provided. Lower level warning lights must be mounted as follows to comply with NFPA 1901: . Zone A – Four (4) LED flashing safety warning lights on the front of the apparatus facing forward, one (1) on each side above the headlights and inboard of the front turn signals, forming a downward V pattern. . Zone B – Seven (7) LED flashing safety warning lights on each side of the apparatus One (1) 6 cluster LED flashing safety warning light at the forward-most point (as is practical) mounted on the front

95

bumper, one (1) 6 cluster LED flashing safety warning light midships, (1) 6 cluster LED flashing safety warning light at the rearward-most point (as is practical), and four (4) x 4 cluster LED flashing lights located across the rub rail. . Zone C – Four x 6 cluster LED flashing safety warning light at the rear of the apparatus, mounted in the rub rail, two ‘(2) on each side, facing rearward.

 A lighted rocker switch on the cab instrument panel, labeled “Lower Level Warning” must control the lights. 1.34 AERIAL BREATHING AIR SYSTEM

 A 10 mm airline must be installed between two (2) 50-litre capacity air cylinders and regulator at the turntable base and the four (4) outlets in the platform cage.

 Two (2) airline reels (one (1) each side of the cage) complete with 20 m hose must be fitted.

 A storage compartment for four (4) masks must be fitted at the back of the cage

 Four masks of the air system fitted to be supplied.

 The cylinders must be able to be fitted from an external source up to 20m away, without removing the cylinders .All piping and required equipment to facilitate this must be supplied.

 A low air warning light and buzzer must be installed in the cage. 1.35 Paint tones: Working cage: aluminum not painted Working cage support, boom sections, Turntable and related cylinders: white Mainframe and outriggers: red Cab and bodywork: Red (RAL 3000) 1.36 ACCESSORIES 1.36.1 4 pc Wooden outrigger ground pads with brackets

1.36.2 2 pc Working range diagrams, one at the turntable, on in the cage

1.36.3 1 pc Marking of safe working load in the cage

1.36.4 2 pc Unit type marked at the boom

1.36.5 1 set Warning labels and instruction plates

1.36.6 2 sets Operation and maintenance manuals

1.36.7 1 pc Plug for 12V working light at the turntable and in the cage

1.36.8 1 pc 12V / 70W working light with universal bracket

1.36.9 1 pc Lifting loop under the working cage, capacity 400 kg

1.36.10 2 setsFitment for safety belts in the working cage

96

1.36.11 1 pc Hydraulic pressure gauge.

97

1.37 AUXILIARY EQUIPMENT All equipment for which a NFPA and/or EN standard exists must comply with the standards.

1.37.1 1 x Pneumatic Jump Cushion based on DIN standards for 25 meter rescue, including all fittings and test gauge..

1.37.2 1 x 4.5 kva generator mounted and wired to the cage in a manner to be able to rotate with the turntable.

1.37.3 1 x Basket stretcher & Bracket

1.37.4 2 x 2.8 m ceiling hook

1.37.5 1 x Flat headed axe

1.37.6 1 x Sledge hammer

1.37.7 1 x Pick headed axe, manufactured for the fire service.

1.37.8 1 x Pry Axe

1.37.9 1 x Hydraulic Door Breaker.

1.37.10 1 x Halligan Tool

1.37.11 4 x Storz Spanners

1.37.12 1 x Heavy Rubber Mallet

1.37.13 1 x Electrical reel with 30m cable

1.37.14 1 x Carborundum Cutter

1.37.15 1 x Chainsaw with carbide chain

1.37.16 1 x 100mm Woodlands to 115mm Storz adaptor.

1.37.17 1 x 100mm Woodlands to 65mm British Instantaneous Female coupling adaptor.

1.37.18 1 x Bayonette type Standpipe, key and bar.

1.37.19 1 x LRT thread type Standpipe, key and bar.

1.37.20 1 x LVT thread type standpipe.

1.37.21. 1 x Pretoria type hydrant adaptor

1.37.22 1 x 18 inch Positive Pressure ventilator.

1.37.23 1 x Fourway hydrant Key

1.37.24 1 x Hydrant wheel

1.37.25 6 x 30 m x 100mm Type 3 fire hose with Storz Couplings

1.37.26 6 x 23 m x 65mm type 3 fire hose with BI couplings

1.37.27 6 x 23 m x 45mm Type 3 fire hose with BI couplings

98

1.37.28 4 x High-rise Hose packs

1.37.29 4 x 225l/min to 900l/min adjustable nozzles.( suitable to operate at low pressure)

1.37.30 2 x 400 lpm spear branch (1.2 m with British Instantaneous coupling)

1.37.31 2 x 1.8 kg hammers

1.37.32 1 x Oscillating monitor (minimum 1200lpm)

1.37.33 2 x 65mm British Instantaneous male to 115mm lug distance Storz adaptors.

1.37.34 1 x 65mm British Instantaneous female coupling to 115mm lug distance Storz adaptors.

1.37.35 1 x Heavy duty 3mx 3m PVC salvage sheet, with tie down holes

1.37.36 1 x Heavy duty 6mx 6m PVC salvage sheet, with tie down holes

1.37.37 2 x 9kg DCP extinguishers

1.37.38 2 x 6.9 kg Carbon Dioxide extinguishers.

1.37.39 2 x Safety Fuel Cans (10 liter capacity each)

1.37.40 1 x set of heavy duty wheel chocks, suitable for the vehicle as offered

99

SECTION 2: 70 METER HYDRAULIC LADDER PLATFORM 2.1 MAKE & MODEL: Suitable 8x4 wheel drive chassis, with automatic rear wheel steer, with spares easily available in South Africa from the manufacturing company. A low slung 2 door cab complying with Economic Commission of Europe (ECE) safety standards, and fully manufactured by the Original Equipment manufacturer (OEM) is required. 2.2 WHEEL BASE: Approximately 5820 + 1350mm 2.3 GVW: 36 000 kg 2.3.1 OVERALL LENGTH OF VEHICLE: Not to exceed 13900 mm Note: The GVW, wheel base, length of vehicle, centre of gravity and overhang must be in line with the requirements for the hydraulic platform system. The bidder must submit a calculation sheet as part of the bid. The results of the calculation sheet may be used by the bidder to make adaptations to the chassis /cab specification proposals which must meet the legal and manufacturer requirements. Any such proposals must be in writing and be attached to the Variations and Omissions sheet with an explanation of why the changes are necessary. 2.4 ENGINE: Minimum output, not less than 300 kW x 1900 RPM, 2000 Nm torque at 1100 -1300 RPM

 Air cleaner restriction gauge (Filter Minder) mounted in instrument panel

 Auxiliary engine water cooler

 Low water level indicator with audio warning must be fitted to the radiator and displayed on the instrument panel.

 Fan drive

 Comply with Euro 3 2.5 TRANSMISSION: Fully Automatic Shift with retarder 2.6 FRAME: Heat-treated alloy steel 2.7 FRONT TANDEM AXLE: I-Beam type 11000 kg capacity includes: - Shock Absorbers (2) - Right Hand Steer - 11 000 kg leaf springs 2.8 REAR TANDEM AXLE:

 Single reduction, 26 000 kg capacity includes:4.571 ratio

100

 Steer axle: 7500kg

 Diff lock

 Rear axle magnetic drain plug 2.9 BRAKES:

 Air, dual system includes:

 Automatic slack adjusters – front and rear

 Air processing system

 Dual air pressure gauge,

 Dust shields, front and rear

 Spring actuated parking brake chambers

 Automatic drain valve with heater located at air tank

 Air brake ABS 6 channel

 Air dryer with heater

 13.2 air compressor 2.10 EXHAUST SYSTEM: Single exhaust system, horizontal muffler and tailpipe, aluminized steel, mounted on right side 2.11 ELECTRICAL SYSTEM: 24-volt electrical system, standard equipment 2.12 FUEL TANK: Rectangular steel, 300 liter capacity 2.13 FOUR DOOR, “LOW-ROOF” FORWARD CONTROL TILT CAB MUST INCLUDE:

 Heater/defroster

 One (1) dome light, door activated

 3-point seat belts on from outboard seats positions

 4 x Self Contained Breathing Apparatus( SCBA) seats in rear crew cab

 Black rubber floor covering

 Tinted glass, all windows

 Intermittent windshield wipers

 Keys – all alike, ignition and cab doors

 Gauge cluster with English electronic speedometer and tachometer, engine oil pressure gauge, water temperature gauge and voltmeter

101

 Oil temperature gauge

 Electronic hour meter mounted in cluster

 Padded safety bar between front and rear seats 2.14 TYRES: Front - Four (4) 395/85 R22.5 x 118 Ply Rear - Eight (8) 315/80 R22.5 x 118 Ply Steer- Two (2) 395/85 R 22.5 x 118 Ply 2.15 PLATFORM 2.15.1 Hydraulic Ladder Platform unit with required working height of 70 m As a minimum requirement the design of operational stability and structural strength are based on criteria laid out in DIN 15120 and prEN1777. Compliance with other norms and standards must be stated separately as applicable. 2.15.2 MAIN OPERATING DATA

 Required working height 70.0 m

 Required height to working cage bottom 68.0 m

 Required working outreach 32 m

 Required working reach below the ground level 6 m

 Safe working load (without water discharge) 400 kg

 Required nominal water discharge capacity

 (with adequate supply pressure) 3800 l/min

 Rotation, continuous 360°

 Transport height : Not exceeding 4 m

 Transport length (depending on chassis) 12.5 m

 Transport width 2.5 m

 Typical weight with chassis, Gross Vehicle Weight.(standard specification) 36 000 kg 2.15.3 MAIN FRAME

 A strong main frame which takes all the loads caused by the operation of the aerial must be the main load bearing element of the aerial device

 The main frame must be fixed onto the chassis from with bolts in such a way that chassis performance and durability are maintained. The front fixing bolts must be fitted with springs to allow the chassis frame beams to flex when the outriggers are fully down, thus avoiding any stress concentration in the chassis beams.

 The actual main frame must be fully welded rectangular steel structure providing high stiffness and thus maximum comfort and operational safety

102

2.15.4 STABILIZING SYSTEM The stabilizing system must consist of four hydraulically powered outriggers mounted in the housings in the main frame.

 Each housing must be fitted with adjustable guides to provide smooth and accurate movement of the outrigger beam.

 The horizontal beam must be a completely closed steel profile enclosing the hydraulic cylinder for the horizontal movement and the hydraulic hoses for the cylinder of the vertical movement thus completely protecting those devices from external damage.

 The H-type outriggers are required for the ability to stabilize the vehicle from behind obstacles and to be placed on raised structures as necessary. Each vertical jack must be fitted with self-aligning foot plate to spread the load evenly and to allow operation on uneven ground.

 The stabilizing system must also include a rear axle locking system in such cases where it is required for meeting the stability criteria.

 All controls for the entire stabilizing system must be located in dust and water proof lockers at each side at the rear of the vehicle.

 The control levers must be arranged in such a way that the outriggers are always visible to the operator when operating each side separately.

 All control levers must permit infinitely variable speed of each function separately or all together for easy and fast stabilizing procedure, also when operated on uneven ground. 2.15.5 CONTROL PANEL The following additional control devices must be at the control panel: - starting of chassis engine - stopping of chassis engine - activating hydraulic pressure - visual indication for fully extended outriggers - visual indication for applied rear axle locking (if feature is installed) - visual indication for the main current being switched on - operating hour gauge - indications for the fault finding system - switch for the battery driven back-up for the hydraulic system - visual indicators for leveling of the vehicle (longitudinal and transversal)

The locker containing outrigger controls must be fitted with automatically operating door switch and light for night operation.

 The vehicle must be fitted with an automatic diagnostic device for the hydraulic platform system. 2.15.6 BOOMS

103

There must be at least two booms, the first with telescopic extension providing direct movement and the second boom with vertical movement of 180 degrees. The second boom must also provide for an up-and-over capability of approx. 8 m throughout it vertical movement.

 The booms must be designed and welded to provide high durability and extreme accuracy. For high strength and minimum flexing of the boom sections only high tensile strength steels must be used as load bearing structure

 The telescopic sections of the first boom must move synchronized i.e. there must be no intermediate jerks when the extension/retracting are operated. All sections must be fitted with adjustable guides to provide smooth and accurate movement.

 Different maintenance objects must be located well at hand either outside the boom or behind easily removable covers.

 All booms must be internally and externally primed and painted for long life span. 2.15.7 TURNTABLE

 The turntable must be a fully integrated steel structure. A centre post containing slip rings with double pins for electrical connections, 100 mm stainless steel water way and hydraulic pressure and tank lines must allow continuous rotation of the turntable.

 Rotation reduction gear with automatically operating braking system must be installed at the turntable for easy maintenance and adjustment. They hydraulic motor powering the rotation movement must be fitted directly into the gear for high reliability.

 At the left hand side of the turntable there must be a lower control station which rotates automatically with the turntable. 2.15.8 WORKING CAGE

 The working cage must be made of tubular aluminum profile and welded together.

 The dimensions of the working cage must be at least 1,0m (length) x 2,0 m (width) x 1,1 m (height) and must be fitted with two inwards opening doors, one located at the rear to enable safe access from the decking in travelling position and the other one located at the front for safe access in case of a rescue.

 A suitable spotlight as well as a 500 watt floodlight must be fitted to the cage and be operable from within the cage and also from the controls at the bottom.

 The power source and connections for the spotlight and floodlights must be able to operate through 360 degree rotation.

 The lights must be approved by the Chief Fire Officer, and should be of a type that is professionally used for the purpose. 2.15.9 WORKING CAGE LEVELLING

 The working cage must be kept horizontally leveled in any position of the booms including the traveling position which must make it possible to the firemen to enter the working cage before the booms are lifted, to start the operation without taking the cage onto the ground first.

104

 The leveling system must be controlled by an automatic horizon monitoring device with two fully automatic and interdependent safety circuits in case of an uncontrolled leveling failure

 There must be a master switch for the automatic leveling system, which can be isolated and the manually controlled system activated.

 The leveling movement must be powered by two hydraulic cylinders connected to a mechanical linkage for transmitting the movement.

 In case of total power failure the working cage should be able to be kept leveled by means of a hand operated pump installed in the working cage. 2.15.10 WORKING CAGE SLEWING

 The working cage must be able to be turned 45 degrees to each side from its centre position to provide safety and comfort in rescue operations.

 The movement must be powered by a hydraulic cylinder with controls in the working cage and the turntable control panels. The centre position of the cage must be indicated by a visual indication at both control panels. 2.15.11 FOLD-DOWN RESCUE PLATFORM At the front of the working cage there must be a rescue platform with safety railing to provide additional safety during rescue and firefighting. The dimensions of the rescue platform must be at least 1, 45 m x 0, 45 m. 2.15.12 INTERCOM There must be a fully transistorized talk-back intercom system fitted between the turntable and the cage. The main station with a loudspeaker and movable microphone must be fitted in a water proof box at the turntable. The combined microphone and loudspeaker for no-hands-operation must be located in the cage. 2.16 HYDRAULIC SYSTEM

 Hydraulic power must be provided by a double axial piston pump, which is driven by the vehicle power take-off. The power need is about 30 – 50 kW depending on the size of the unit.

 Without any operation of the aerial device, the pump must rotate on minimum flow and minimum pressure.

 When one of the movements is operated the control valve must automatically increases the pressure to a pre-set constant level and the oil flow to the amount that is needed for the movements activated.

 The loss of power in the hydraulic system, which normally causes overheating of the hydraulic oil, must be avoided and the stresses caused to the vehicle transmission and P.T.O. system must be minimized.

 Fuel consumption and exhaust emissions must be kept at the minimum.

 When operating several movements simultaneously the oil flow must increase automatically according to the need in the system thus making all movement speeds independent on each other.

105

 A constant pressure system with maximum pressure setting must prevent overloading of the system and its components e.g. cylinders.

 Inside the turntable and at the lower valve compartment there must be instant couplings from the manometer in each pressure line. The manometer must be fitted as standard equipment.

 The filtration of the oil must consist of suction strainer in the suction line, pressure filters with visual indicators in each pressure circuit, return filter in return line and air filter on the reservoir, providing maximum reliability by protecting the hydraulics against foreign particles.

 The hydraulic cylinders must be double acting with hard chrome-plated piston rods and they must be fastened by means of self-aligning ball bearings to prevent lateral forces from damaging the seals or piston rods of the cylinders.

 Hydraulic oil tank must be integrated into the main frame for good protection and transformation of the heat. The tank must be fitted with oil level gauge, temperature gauge, suction comments with closing valves for easy maintenance and draining outlet with closing valve. 2.16.1 BACK-UP FOR THE HYDRAULIC SYSTEM

 There must be a battery driven hydraulic pump which provides and independent means of power in case of failure of the main engine. The system must be started from all control panels thus providing an immediate back-up in a case of a failure at an intense fire or similar immediate emergency.

 There must also be an independent combustion engine driven system for complete operations of all boom and outrigger movements with slow speed. 2.17 CONTROL SYSTEM FOR BOOM AND ROTATION MOVEMENTS All boom and rotation movements must be controlled electro-hydraulically by means of servo valves or directional and proportional valves. The control function must not be sensitive to changes of ambient or oil temperature, providing smooth, safety and very accurate movements to be performed by the remote control system from both control panels. 2.18 TURNTABLE AND WORKING CAGE CONTROL PANELS

 The turntable control panel incorporating all control levers and safety system indications must be fitted in such a way that it enables good visibility from the control station towards the working cage when the booms are operated.

 The control station must be fitted with a convenient seat to provide comfort even in case of prolonged operation.

 The platform underneath the control position must be covered by non-slip aluminum.

 The working cage control panel incorporating all control levers and safety system indications must be fitted at the rear of the cage to permit visibility over the booms and to leave the front of the cage free for rescue and firefighting operations.

 Both control panels must be exactly alike.

 At the turntable control panel there must be a change-over switch to select the panel from which the operating is controlled.

 Both control panels must be fitted with following most important warning, indication and control devices, all marked by clear symbols for easy recognizance.

106

- visual and audible indication for exceeding safety working load - visual warning for activation of working cage collision guard system - visual indication for fully extended outriggers - visual indication for the centre positions of the booms - visual indication for the centre position of the working cage - starting and stopping of chassis engine - switch for the battery driven back-up for the hydraulic system - separate control levers for each movement - control lever for cage slewing - emergency stop button - overriding of the automatic working cage leveling system - manual operation for the working cage leveling system - switches for activating the bleed down system 2.19 CONTROLS AND INDICATORS IN DRIVERS CAB In addition to chassis standard controls and indicators the following items must be installed in the drivers cab: - visual warning for the main current being switched on - visual warning for any of the equipment lockers being open - visual warning for the booms not being fully in traveling position - visual warning for the rear axle being locked (if the feature is installed) - visual warning for the outriggers not being in horizontal traveling position - switch with visual indication for rotating beacons - switch with visual indication for siren unit - microphone for the public address system 2.20 SAFETY DEVICES

 All load bearing hydraulic cylinders must be fitted with lock valves directly integrated into the cylinder structure to prevent the booms, the working cage or the outriggers from retracting in case of a pipe or hose failure.

 Retracting of any of the outriggers must be automatically prevented as soon as the booms have been lifted from their traveling position.

 Lifting of the booms from the travelling position must be prevented until the outriggers have reached the support width and ground pressure.

 All boom movements must be limited at their most extreme positions thus making it impossible for the operator to reach an unsafe configuration by normal means of operation.

107

 All movements having direct influence on the stability of the aerial must be fitted with two separate limiting circuits, the first one stopping that particular movement, the second one deactivating the whole electric and hydraulic system should the first circuit not have worked.

 All major movements, such as lifting of the first and the second boom to their maximum elevation, and extending the telescopic movement or lowering the second boom at the maximum outreach must be fitted with slow-down devices to provide smooth deceleration of the movement.

 Starting of the chassis engine from any of the control panels of the aerial must be prevented unless the gear is shifted to neutral.

 Inadvertent damaging of the drivers cab by the first boom must be prevented by a system preventing lowering of the first boom and rotation movement when the first boom is near the drivers cab.

 An overload warning must be fitted to give an audible and visual warning in case of exceeding the safe working load.

 A collision guard must be fitted to provide additional safety when operating in darkness or in dense smoke. This system must stop all movements and gives visual warning when activated.

 An emergency stop switch must be fitted at both boom control panels to provide immediate and completed “freezing” of all systems in case of an unexpected emergency.

 The control system must be fitted with Revolutions per minute (RPM) switches to provide additional safety.

 A “bleed down” system which can be operated from working cage and turntable control panels, by means of which the booms can be lowered and the working cage brought down onto the ground even if no hydraulic pressure is available, must be fitted. In such a case manual rotation must be provided by manual means. 2.21 WATER WAY

 The water way system must be completely made of stainless steel.

 The nominal diameter of the water way must be 100 mm and must lead from the rear of the vehicle where a 100 mm inlet must be fitted through the centre post in the turntable up into the working cage where the water monitor is mounted. Along the booms, the piping must be fitted into the right hand side.

 The centre post, which must be mounted in the centre line of the turntable, must provide continuous rotation even if water supply is simultaneously used.

 The piping must be protected from possible overpressure by means of two relief valves mounted underneath of the turntable.

 On the side of the first boom there must be a telescopic water pipe, made of stainless steel. Moving sections of this pipe must have been externally ground and chromium plated to provide reliable function and long life span.

 Seals between the sections must be of low friction type and be easily tightened if so required.

 In boom pivoting points must be flexible, especially reinforced 100 mm pressure hose.

 All hoses must be fixed to the pipe with reliable span-lock connections.

108

 Piping must end at the right hand side at the front of the working cage where the water monitor must be placed.

 A 75 mm valve must be fitted in the cage to isolate the monitor it required.

 An additional outlet with 65 mm closing valve and coupling must be provided for water supply from the cage through an extension hose.

 Valves must be fire service compliant, in accordance with National Fire Protection Association (NFPA) or European Norms (EN) standards.

 All fire hose couplings must be of the British instantaneous (BI) type.

 Drain cocks must be fitted in the piping to enable it to be drained after use.

 On the front underneath of the cage there must be nozzles for a water spray curtain system to protect the cage occupants from radiant heat.

 The control valve of water spray curtain system must be located inside of the cage.

2.22 WATER MONITOR

 The remote controlled water monitor must be connected onto the piping system and placed at the front of the cage on the left hand side just outside of the railing.

 The monitor must be made of light alloy and be fitted with a jet/fog nozzle with a maximum nominal capacity of 3800 l/min. 2.22.1 A Piercing Device must be included as part of the cage/monitor system 2.23 FIRE PUMP

 A 5 600 l/min @ 10 Bar mid-ship purpose built fire pump complying with NFPA 1901 including, a relieve valve with plumbing for platform and four (4) side discharges must be fitted.

 The pump inlets must be fitted respectively with a large diameter intake adaptor of 115mm lug distance Storz, with a gate valve and adjustable pressure relieve valve, as well as a three way BIC collecting head with non-return spring valves.

 The pump must be fitted with a foam system able to supply foam at the actual flow of the monitor at 70 m operating height, and must be able to induce the foam from an external source. 2.24 BODYWORK AND EQUIPMENT LOCKERS

 The framework of the apparatus body must be interlocking and be electrically seam welded both internally and externally to ensure maximum strength.

 Body handrails must be provided and must consist of two (2) lengths of anodized aluminum.

 All side compartment doors must be constructed using a roll-up shutter door designed for firefighting vehicles, sealed to be water and dust proof.

 All doors must be fitted with automatic switches activating the lights as soon as the door is opened and also activating the warning in drivers cab to indicate that all doors are not fully closed.

109

 Easy access must be provided from the ground level with steps covered by non-slip aluminum at each side of the vehicle. At the end of the steps there must be railings made of stainless steel to assist when climbing.

 The body configuration must provide sufficient and ergonomic stowage for all ladders and equipment, including fire hose.

 The body must have a body side protection rub rail along the length of the body on each side and at the rear.

 Yellow reflective tape complying with the requirements of the National Road Traffic Act must be fitted inside the rub rail.

2.25 ELECTRICAL SYSTEM

 Wiring must be individually and permanently function and colour-coded.

 All wiring looms must be properly supported and attached to body members along the entire run.

 At any point where wire or looms pass through metal, rubber grommets must be installed to protect the wire from abrasion.

 Electrical connections in exposed areas must be made using heat shrink or weather proof connections.

 All circuits must be protected with automatic reset circuit breakers.

 All electrical equipment switches must be mounted on a switch panel mounted in the cab convenient to the operator. Light switches must be of the rocker type with integral indicator light to show when the circuit is energized.

 All switches must be clearly identified as to function. 2.26 CAB AND BODY LIGHTING

 Clearance lights and reflectors must include two (2) red clearance lights, four (4) red rectangular reflectors, two (2) amber rectangular reflectors, and three (3) red marker lights centered at the rear step, recessed in the rub rail.

 The original vehicle standard light cluster must be fitted at the rear of the vehicle.

 Light functions must include running lights, brake lights, turn signal lights and back-up lights.

 One (1) 100 mm circular single bulb light or LED strip lights must be mounted in each body compartment and must be wired to a master on/off rocker switch on the cab dash. The light must be in a resilient shock absorbent mount for improved bulb life. The wiring connection must be made with a weather resistant plug in style connector. A compartment light with a switch must be installed to illuminate the pump area for service.

 A license plate light must be installed on the rear of the vehicle.

 Two (2) lights or LED strip lights must be mounted under a light shield directly above each pump panel. The work light switch in the cab must activate the lights when the park brake is set.

 The apparatus must have sufficient lights to properly illuminate the work areas, steps, walkways and ground areas around the apparatus.

110

 Areas under the driver and crew area exits must be activated automatically when the exit doors are opened. Ground area lights must be switched from the cab dash with the work light switch. 2.27 Back-up Alarm An electronic back-up alarm must be supplied. The 97 dB (A) alarm must be wired into the chassis back-up lights to signal when the vehicle is in reverse.

2.28 Portable Floodlight A 4.5 m extending light system with three (3) 230 volt 500 watt panels or equivalent LED lights with a minimum of 2 x SABS 3 point plugs and a 50 meter cable and reel must be supplied. 2.29 Warning Lights Two (2) short red light bars must be mounted on the cab roof of the vehicle. Two (2) red rotating lights with a polycarbonate base, a single 55-watt halogen lamp, and a twist-on dome must be mounted at the rear of the vehicle. 2.30 Speaker One (1) 100 watt speaker must be recessed behind the front bumper, or alternatively a position agreed to by the Chief Fire Officer. 2.31 Electronic Siren A solid state electronic siren to the satisfaction of the Chief Fire Officer with attached noise-canceling microphone must be installed. Operating modes must include Hi-Lo, yelp, wail; P.A., air horn and radio re-broadcast, and must include a Tap II feature. 2.32 Lower Level Warning Lights Four (4) Light Emitting Diode (LED) flashing safety warning lights and eight (8) halogen lights, all with red lenses, must be provided. Lower level warning lights must be mounted as follows to comply with NFPA 1901: . Zone A – Four (4) LED flashing safety warning lights on the front of the apparatus facing forward, one (1) on each side above the headlights and inboard of the front turn signals, forming a downward V pattern. . Zone B – Seven (7) LED flashing safety warning lights on each side of the apparatus One (1) 6 cluster LED flashing safety warning light at the forward-most point (as is practical) mounted on the front bumper, one (1) 6 cluster LED flashing safety warning light midships, (1) 6 cluster LED flashing safety warning light at the rearward-most point (as is practical), and four (4) x 4 cluster LED flashing lights located across the rub rail. . Zone C – Four x 6 cluster LED flashing safety warning light at the rear of the apparatus, mounted in the rub rail, two ‘(2) on each side, facing rearward.

 A lighted rocker switch on the cab instrument panel, labeled “Lower Level Warning” must control the lights. 2.34 AERIAL BREATHING AIR SYSTEM

111

 A 10 mm airline must be installed between two (2) 50-litre capacity air cylinders and regulator at the turntable base and the four (4) outlets in the platform cage.

 Two (2) airline reels (one (1) each side of the cage) complete with 20 m hose must be fitted.

 A storage compartment for four (4) masks must be fitted at the back of the cage

 Four masks of the air system fitted to be supplied.

 The cylinders must be able to be fitted from an external source up to 20m away, without removing the cylinders .All piping and required equipment to facilitate this must be supplied.

 A low air warning light and buzzer must be installed in the cage. 2.35 Paint tones: Working cage: aluminum not painted Working cage support, boom sections, Turntable and related cylinders: white Mainframe and outriggers: red Cab and bodywork: Red (RAL 3000) 2.36 ACCESSORIES 2.36.1 4 pc Wooden outrigger ground pads with brackets

2.36.2 2 pc Working range diagrams, one at the turntable, on in the cage

2.36.3 1 pc Marking of safe working load in the cage

2.36.4 2 pc Unit type marked at the boom

2.36.5 1 set Warning labels and instruction plates

2.36.6 2 sets Operation and maintenance manuals

2.36.7 1 pc Plug for 12V working light at the turntable and in the cage

2.36.8 1 pc 12V / 70W working light with universal bracket

2.36.9 1 pc Lifting loop under the working cage, capacity 400 kg

2.36.10 2 setsFitment for safety belts in the working cage 2.36.11 1 pc Hydraulic pressure gauge.

112

2.37 AUXILIARY EQUIPMENT All equipment for which a NFPA and/or EN standard exists must comply with the standards.

2.37.1 1 x Pneumatic Jump Cushion based on DIN standards for 60 meter rescue, including all blowers, fittings and test gauge.

2.37.2 1 x 4.5 kva generator mounted and wired to the cage in a manner to be able to rotate with the turntable.

2.37.3 1 x Basket stretcher & Bracket

2.37.4 2 x 2.8 m ceiling hook

2.37.5 1 x Flat headed axe

2.37.6 1 x Sledge hammer

2.37.7 1 x Pick headed axe, manufactured for the fire service.

2.37.8 1 x Pry Axe

2.37.9 1 x Hydraulic Door Breaker.

2.37.10 1 x Halligan Tool

2.37.11 4 x Storz Spanners

2.37.12 1 x Heavy Rubber Mallet

2.37.13 1 x Electrical reel with 30m cable

2.37.14 1 x Carborundum Cutter

2.37.15 1 x Chainsaw with carbide chain

2.37.16 1 x 100mm Woodlands to 115mm Storz adaptor.

2.37.17 1 x 100mm Woodlands to 65mm British Instantaneous Female coupling adaptor.

2.37.18 1 x Bayonette type Standpipe, key and bar.

2.37.19 1 x LRT thread type Standpipe, key and bar.

2.37.20 1 x LVT thread type standpipe.

2.37.21. 1 x Pretoria type hydrant adaptor

2.37.22 1 x 18 inch Positive Pressure ventilator.

2.37.23 1 x Fourway hydrant Key

2.37.24 1 x Hydrant wheel

2.37.25 6 x 30 m x 100mm Type 3 fire hose with Storz Couplings

2.37.26 6 x 23 m x 65mm type 3 fire hose with BI couplings

2.37.27 6 x 23 m x 45mm Type 3 fire hose with BI couplings

2.37.28 4 x High-rise Hose packs

113

2.37.29 4 x 225l/min to 900l/min adjustable nozzles.( suitable to operate at low pressure)

2.37.30 2 x 400 lpm spear branch (1.2 m with British Instantaneous coupling)

2.37.31 2 x 1.8 kg hammers

2.37.32 1 x Oscillating monitor (minimum 1200lpm)

2.37.33 2 x 65mm British Instantaneous male to 115mm lug distance Storz adaptors.

2.37.34 1 x 65mm British Instantaneous female coupling to 115mm lug distance Storz adaptors.

2.37.35 1 x Heavy duty 3mx 3m PVC salvage sheet, with tie down holes

2.37.36 1 x Heavy duty 6mx 6m PVC salvage sheet, with tie down holes

2.37.37 2 x 9kg DCP extinguishers

2.37.38 2 x 6.9 kg Carbon Dioxide extinguishers.

2.37.39 2 x Safety Fuel Cans (10 liter capacity each)

2.37.40 1 x set of heavy duty wheel chocks, suitable for the vehicle as offered

114

Section 3- 68 meter Turntable ladder 3.1 MAKE & MODEL: Suitable 8x4 wheel drive chassis, with spares easily available in South Africa from the manufacturing company. A 2 door cab complying with Economic Commission of Europe (ECE) safety standards, and fully manufactured by the Original Equipment manufacturer (OEM) is required. 3.2 WHEEL BASE: 5820 + 1350mm 3.2.1 OVERALL LENGTH OF VEHICLE: Not to exceed 13000 mm 3.2.2Overall Width 2, 50 M (rear view mirrors excluded) 3.2.3 Overall Height: Not to exceed 4, 10 M. Note: The GVW, wheel base, length of vehicle, centre of gravity and overhang must be in line with the requirements for the hydraulic platform system. The bidder must submit a calculation sheet as part of the bid. The results of the calculation sheet may be used by the bidder to make adaptations to the chassis /cab specification proposals which must meet the legal and manufacturer requirements. Any such proposals must be in writing and be attached to the Variations and Omissions sheet with an explanation of why the changes are necessary. 3.3 GVW: 40 000 kg Operational weight: Approximately 33 000 kg 3.4 ENGINE: Minimum output, not less than 300 kW x 1900 RPM, 2000 Nm torque at 1100 -1300 RPM

 Air cleaner restriction gauge (Filter Minder) mounted in instrument panel

 Auxiliary engine water cooler

 Low water level indicator with audio warning must be fitted to the radiator and displayed on the instrument panel.

 Fan drive

 Comply with Euro 3 3.5 TRANSMISSION: Fully Automatic Shift with retarder 3.6 FRAME: Heat-treated alloy steel 3.7 FRONT TANDEM AXLE: 2 x I-Beam type 7000 kg capacity includes: - Shock Absorbers (2) - Right Hand Steer

115

- 7 000 kg leaf springs 3.8 REAR TANDEM AXLE:

 Single reduction, 26 000 kg capacity includes:4.571 ratio

 Diff lock

 Rear axle magnetic drain plug

 Differential lock: Fitted on the rear axles 3.8 BRAKES:

 Air, dual system includes:

 Automatic slack adjusters – front and rear

 Air processing system

 Dual air pressure gauge,

 Dust shields, front and rear

 Spring actuated parking brake chambers

 Automatic drain valve with heater located at air tank

 Air brake ABS 6 channel

 Air dryer with heater

 13.2 air compressor 3.9 EXHAUST SYSTEM: Single exhaust system, horizontal muffler and tailpipe, aluminized steel, mounted on right side 3.10 ELECTRICAL SYSTEM: 24-volt electrical system, standard equipment 3.11 FUEL TANK: Rectangular steel, 300 liter capacity 3.12 “LOW-ROOF” FORWARD CONTROL TILT CAB MUST INCLUDE:

 Heater/defroster

 One (1) dome light, door activated

 3-point seat belts on from outboard seats positions

 4 x Self Contained Breathing Apparatus( SCBA) seats in rear crew cab

 Black rubber floor covering

 Tinted glass, all windows

116

 Intermittent windshield wipers

 Keys – all alike, ignition and cab doors

 Gauge cluster with English electronic speedometer and tachometer, engine oil pressure gauge, water temperature gauge and voltmeter

 Oil temperature gauge

 Electronic hour meter mounted in cluster

 P.T.O. engagement/disengagement control;

 “pump engaged” warning light;

 emergency electrical equipment switches;

 Storage lockers/folding steps/ladder “not stowed” warning lights. 3.13 TYRES: Front - Four (4) 395/85 R22.5 x 118 Ply Rear - Eight (8) 315/80 R22.5 x 118 Ply 3.14 PERFORMANCE: Maximum speed 100 Km/h approx. 3.15 Turntable Ladder 3.15.1 Hydraulic Ladder unit with required working height of 68 m As a minimum requirement the design of operational stability and structural strength are based on criteria laid out in DIN EN 14043 Compliance with other norms and standards must be stated separately as applicable. 3.15.2 MAIN OPERATING DATA

 Required working height 68.0 m

 Required height to working cage bottom 66.0 m

 Required working outreach: 20m (with 2 men on the cage) up to 21m (with one man on the top).

 Required working angle below the ground level: downward inclination to –10°

 Required working angle elevation: up to +75°.

 Safe working load (without water discharge) 300 kg

 Required nominal water discharge capacity

 (with adequate supply pressure) 2000 l/min

 Rotation, continuous 360°

 Transport height : Not exceeding 4.1 m

 Transport length (depending on chassis) 13 m

117

 Transport width 2.5 m 3.15.3 MAIN FRAME

 A strong main frame which takes all the loads caused by the operation of the aerial must be the main load bearing element of the aerial device

 The main frame must be fixed onto the chassis from with bolts in such a way that chassis performance and durability are maintained. The front fixing bolts must be fitted with springs to allow the chassis frame beams to flex when the outriggers are fully down, thus avoiding any stress concentration in the chassis beams.

 The actual main frame must be fully welded rectangular steel structure providing high stiffness and thus maximum comfort and operational safety 3.15.4 STABILIZING SYSTEM The stabilizing system must consist of at least four hydraulically powered outriggers mounted in the housings in the main frame.

 Each housing must be fitted with adjustable guides to provide smooth and accurate movement of the outrigger beam.

 The jacks must be a completely closed steel profile enclosing the hydraulic cylinder for the horizontal movement and the hydraulic hoses for the cylinder of the vertical movement thus completely protecting those devices from external damage.

 The outriggers are required for the ability to stabilize the vehicle from behind obstacles and to be placed on raised structures as necessary. Each jack must be fitted with self-aligning foot plate to spread the load evenly and to allow operation on uneven ground.

 The stabilizing system must also include a rear axle locking system in such cases where it is required for meeting the stability criteria.

 All controls for the entire stabilizing system must be located in dust and water proof lockers at each side at the rear of the vehicle.

 The control levers must be arranged in such a way that the outriggers are always visible to the operator when operating each side separately.

 All control levers must permit infinitely variable speed of each function separately or all together for easy and fast stabilizing procedure, also when operated on uneven ground.

 There must be two dedicated control panels at rear of body (one on right and one on left).

 The control system must provide a level indication system reading of 8, 5 degrees of vertical line.

 The stability of the vehicle must be enhanced by rear axle suspension locking and the hydraulically operated Jacking System must be fitted with computer stabilized technology.

 All jacks must be able to be extended individually and infinitely from approx. 2,5M up to 6,2M.

 The projection values must continuously be adapted and processed by the computer who always calculate the projection range.

 The working area range of the turntable ladder must increases continuously with every centimeter of jacking width.

118

 The “jacks must be low profile to allow easy stepping over and the use of the ladder in narrow streets with parked vehicles around.

 The vehicle must have a computer assisted oscillating damping system. 3.15.5 CONTROL PANEL The following additional control devices must be at the control panel: - starting of chassis engine - stopping of chassis engine - activating hydraulic pressure - visual indication for fully extended outriggers - visual indication for applied rear axle locking (if feature is installed) - visual indication for the main current being switched on - operating hour gauge - indications for the fault finding system - switch for the battery driven back-up for the hydraulic system - visual indicators for leveling of the vehicle (longitudinal and transversal)

The locker containing outrigger controls must be fitted with automatically operating door switch and light for night operation.

 The vehicle must be fitted with an automatic diagnostic device for the hydraulic ladder system.

 Main operator control stand and control colour display panel must be fully equipped with elevation, depression and rotation controls, plus safe operation status indicator on ladder control panel in English language.

 Safety features must cut out the system automatically in case of malfunction, overload or maximum reach in addition to safety features for personnel plus emergency interruption feature of ladder movements (dead man pedal).

 Control of vehicle engine on/off must be possible from main control panel, from cage panel and from driver’s cab.

 Control panel must be made of special material resisting corrosion, direct water effect & adverse weather conditions; this also apply for controls, indicators and gauges.

 Ladder control display (TFT – multicolor type) (Thin Film Transistor) must indicate safe ladder section movement during elevation & lowering in addition to angle indicator side panel.

 A flexible plastic cover must be provided to protect the control panel when the ladder is not in use 3.15.6 Ladder sections

 The ladder must be compact and must have at least seven ladder extensions, a working cage for 3 persons, and a rescue lift.

119

 The ladder extensions must be designed and laser welded to provide high durability and extreme accuracy.

 Only high tensile strength fine grain steels must be used as load bearing structure for high strength and minimum flexing of the sections

 Ladder guides must be made of stainless steel profiles for a corrosion-proof ladder extension system

 The sub structure, ladder set and cage must be corrosion protected via cathodic immersion coating.

 Stiles and rungs must be made of high-strength fine-grain steels, and be laser welded.

 The sections must move synchronized i.e. there must be no intermediate jerks when the extension/retracting are operated. All sections must be fitted with adjustable guides to provide smooth and accurate movement.

 Different maintenance objects must be located well at hand either outside the sections or behind easily removable covers. 3.15.7 TURNTABLE

 The turntable must be a fully integrated steel structure. A centre post containing slip rings with double pins for electrical connections, 100 mm stainless steel water way and hydraulic pressure and tank lines must allow continuous rotation of the turntable.

 Rotation reduction gear with automatically operating braking system must be installed at the turntable for easy maintenance and adjustment. They hydraulic motor powering the rotation movement must be fitted directly into the gear for high reliability.

 At the left hand side of the turntable there must be a lower control station which rotates automatically with the turntable. 3.15.8 WORKING CAGE

 The working cage must be made of steel treated against corrosion with barriers & partitions made of aluminium.

 Payload 300 kg

 Two multifunctional columns positioned at the sides

 Control stand in the cage centre

 Four sockets (1 x 400 V, 3 x 230 V)

 LED floodlights integrated in the cage front

 Removable water monitor; waterway runs outside of the cage; max. 2,500 l/min

 Practical corner entrances

 Fold-away doors on the sides and protection bars must enable unhindered access for those wearing breathing masks

 It must be provided with two front wide entrances allowing the firefighter to get into the cage easily and quickly and one rear entrance from the ladder steps.

120

 A Self Protection water curtain must be provided by means of a front nozzle.

 It must be fitted with a complete Cage Control System for ladder movements, in addition to the main control one on the base of the ladder.

 All the functions must be electronically transmitted via cables to the main hydraulic control system.

 The Rescue Cage must be permanently fixed on top of the ladder, but during driving operations it must be in a horizontal position.

 The cage must automatically level into the working position while extending the outrigger system.

 The cage must be ready for use as soon as the ladder is stabilized.

 The Turntable Ladder must be provided with the following accessories to be used in the Cage

 1 x Water Monitor (2.000L/min. capacity)

 1x Ventilator petrol engine type

 1 x Stretcher with rotating device

 2x Halogen Lights 500W each driven via electric generator (also supplied). 3.15.9 WORKING CAGE LEVELLING

 The working cage must be kept horizontally leveled in any position of the booms including the traveling position which must make it possible to the firemen to enter the working cage before the booms are lifted, to start the operation without taking the cage onto the ground first.

 The leveling system must be controlled by an automatic horizon monitoring device with two fully automatic and interdependent safety circuits in case of an uncontrolled leveling failure

 There must be a master switch for the automatic leveling system, which can be isolated and the manually controlled system activated.

 The leveling movement must be powered by two hydraulic cylinders connected to a mechanical linkage for transmitting the movement.

 In case of total power failure the working cage should be able to be kept leveled by means of a hand operated pump installed in the working cage. 3.15.10 WORKING CAGE SLEWING

 The working cage must be able to be turned 45 degrees to each side from its centre position to provide safety and comfort in rescue operations.

 The movement must be powered by a hydraulic cylinder with controls in the working cage and the turntable control panels. The centre position of the cage must be indicated by a visual indication at both control panels.

121

3.15.11 RESCUE LIFT A Rescue Lift must be installed on the ladder set for going up & down (from the ground level up to the top of the ladder) with a capacity for two persons in one time, and which can be utilized during various ladder elevations. The Lift must be designed to carry at least 300 Kg (or 3 persons) with a speed of 1,6M/sec. allowing to reach the top of the ladder (starting from ground level) in less than 44 seconds. An automatic slowing system on start & stop and automatic stop when limit positions are reached is required. The lift equipment must consist of: - The lift winch on the lower ladder section, must be hydraulically driven by an oil pressure motor, with proportional control of lift speed. - Must have a Push button for lift or ladder operation at main control stand. - Automatically extending guide rails at the base of the bottom ladder must be provided so that the lift can be lowered down to the ground. Additional safety devices required: - Automatic mechanical safety brake in case of cable breaks. - Hydraulically ventilated brakes in the cable winch. - Safety device to prevent loose lift cable. 3.15.12 INTERCOM There must be a fully transistorized talk-back intercom system fitted between the turntable and the cage. The main station with a loudspeaker and movable microphone must be fitted in a water proof box at the turntable. The combined microphone and loudspeaker for no-hands-operation must be located in the cage.

 The ladder must provide access to the deck of the apparatus to enable mounting and dismounting from the main ladder.

 Both control panels must be fitted with visual indication for “safe to climb” position of the ladder 3.16 HYDRAULIC SYSTEM

 Hydraulic power must be provided by a double axial piston pump, which is driven by the vehicle power take-off. The power need is about 30 – 50 kW depending on the size of the unit.

 The system must have an automatic oscillating damping system to prevent or reduce unwanted movements of the ladder, in order to provide a stable working platform.

 Without any operation of the aerial device, the pump must rotate on minimum flow and minimum pressure.

 When one of the movements is operated the control valve must automatically increases the pressure to a pre-set constant level and the oil flow to the amount that is needed for the movements activated.

122

 The loss of power in the hydraulic system, which normally causes overheating of the hydraulic oil, must be avoided and the stresses caused to the vehicle transmission and P.T.O. system must be minimized.

 Fuel consumption and exhaust emissions must be kept at the minimum.

 When operating several movements simultaneously the oil flow must increase automatically according to the need in the system thus making all movement speeds independent on each other.

 A constant pressure system with maximum pressure setting must prevent overloading of the system and its components e.g. cylinders.

 Inside the turntable and at the lower valve compartment there must be instant couplings from the manometer in each pressure line. The manometer must be fitted as standard equipment.

 The filtration of the oil must consist of suction strainer in the suction line, pressure filters with visual indicators in each pressure circuit, return filter in return line and air filter on the reservoir, providing maximum reliability by protecting the hydraulics against foreign particles.

 The hydraulic cylinders must be double acting with hard chrome-plated piston rods and they must be fastened by means of self-aligning ball bearings to prevent lateral forces from damaging the seals or piston rods of the cylinders.

 Hydraulic oil tank must be integrated into the main frame for good protection and transformation of the heat. The tank must be fitted with oil level gauge, temperature gauge, suction comments with closing valves for easy maintenance and draining outlet with closing valve. 3.16.1 BACK-UP FOR THE HYDRAULIC SYSTEM

 There must be an auxiliary hydraulic pump which provides and independent means of power in case of failure of the main engine. The system must be started from all control panels thus providing an immediate back-up in a case of a failure at an intense fire or similar immediate emergency.

 The pump must be driven either from the electric generator installed on the ladder or as alternative from an electric external source. 3.17 CONTROL SYSTEM FOR BOOM AND ROTATION MOVEMENTS All boom and rotation movements must be controlled electro-hydraulically by means of servo valves. The control function must not be sensitive to changes of ambient or oil temperature, providing smooth, safety and very accurate movements to be performed by the remote control system from both control panels. 3.18 TURNTABLE AND WORKING CAGE CONTROL PANELS

 The turntable control panel incorporating all control levers and safety system indications must be fitted in such a way that it enables good visibility from the control station towards the working cage when the booms are operated.

 The control station must be fitted with a convenient seat to provide comfort even in case of prolonged operation.

 The platform underneath the control position must be covered by non-slip aluminum.

 The working cage control panel incorporating all control levers and safety system indications must be fitted at the rear of the cage to permit visibility over the booms and to leave the front of the cage free for rescue and firefighting operations.

123

 Both control panels must be exactly alike.

 At the turntable control panel there must be a change-over switch to select the panel from which the operating is controlled.

 Both control panels must be fitted with following most important warning, indication and control devices, all marked by clear symbols for easy recognizance. - visual and audible indication for exceeding safety working load - visual warning for activation of working cage collision guard system - visual indication for fully extended outriggers - visual indications for rescue ladder “safety to climb” - visual indication for the centre positions of the booms - visual indication for the centre position of the working cage - starting and stopping of chassis engine - switch for the battery driven back-up for the hydraulic system - separate control levers for each movement - control lever for cage slewing - emergency stop button - overriding of the automatic working cage leveling system - manual operation for the working cage leveling system - switches for activating the bleed down system 3.19 CONTROLS AND INDICATORS IN DRIVERS CAB In addition to chassis standard controls and indicators the following items must be installed in the drivers cab: - visual warning for the main current being switched on - visual warning for any of the equipment lockers being open - visual warning for the booms not being fully in traveling position - visual warning for the rear axle being locked (if the feature is installed) - visual warning for the outriggers not being in horizontal traveling position - switch with visual indication for rotating beacons - switch with visual indication for siren unit - microphone for the public address system 3.20 SAFETY DEVICES

 All load bearing hydraulic cylinders must be fitted with lock valves directly integrated into the cylinder structure to prevent the booms, the working cage or the outriggers from retracting in case of a pipe or hose failure.

124

 Retracting of any of the outriggers must be automatically prevented as soon as the booms have been lifted from their traveling position.

 Lifting of the booms from the travelling position must be prevented until the outriggers have reached the support width and ground pressure.

 All boom movements must be limited at their most extreme positions thus making it impossible for the operator to reach an unsafe configuration by normal means of operation.

 All movements having direct influence on the stability of the aerial must be fitted with two separate limiting circuits, the first one stopping that particular movement, the second one deactivating the whole electric and hydraulic system should the first circuit not have worked.

 All major movements, such as lifting of the first and the second boom to their maximum elevation, and extending the telescopic movement or lowering the second boom at the maximum outreach must be fitted with slow-down devices to provide smooth deceleration of the movement.

 Starting of the chassis engine from any of the control panels of the aerial must be prevented unless the gear is shifted to neutral.

 Inadvertent damaging of the drivers cab by the first boom must be prevented by a system preventing lowering of the first boom and rotation movement when the first boom is near the drivers cab.

 An overload warning must be fitted to give an audible and visual warning in case of exceeding the safe working load.

 A collision guard must be fitted to provide additional safety when operating in darkness or in dense smoke. This system must stop all movements and gives visual warning when activated.

 An emergency stop switch must be fitted at both boom control panels to provide immediate and completed “freezing” of all systems in case of an unexpected emergency.

 The control system must be fitted with Revolutions per minute (RPM) switches to provide additional safety.

 A “bleed down” system which can be operated from working cage and turntable control panels, by means of which the booms can be lowered and the working cage brought down onto the ground even if no hydraulic pressure is available, must be fitted. In such a case manual rotation must be provided by manual means. 3.21 WATER WAY The ladder must be fitted with a pre-piped water delivery in the topmost ladder section.

 The water way system must be completely made of stainless steel.

 The nominal diameter of the water way must be at least 75 mm mm with a 115 mm lug distance Storz coupling.

 The centre post, which must be mounted in the centre line of the turntable, must provide continuous rotation even if water supply is simultaneously used.

 In boom pivoting points must be flexible, especially reinforced 100 mm pressure hose.

 All hoses must be fixed to the pipe with reliable lockable Storz connectors.

 Piping must end at the left hand side at the front of the working cage where the water monitor must be placed.

125

 A 75 mm valve must be fitted in the cage to isolate the monitor it required.

 On the front underneath of the cage, there must be nozzles for a water spray curtain system to protect the cage occupants from radiant heat.

 The control valve of water spray curtain system must be located inside of the cage.

126

 3.22 WATER MONITOR

 The remote controlled water monitor must be connected onto the piping system and placed at the front of the cage on the left hand side just outside of the railing.

 The monitor must be made of light alloy and be fitted with a jet/fog nozzle with a maximum nominal capacity of 2000 l/min.

 The monitor must be operated by means of electronic joystick from the ground and also directly from the rescue cage.

 Movements must be by remote controlled type electro-hydraulic motor.

 Coverage : Horizontal rotation 360°

 Vertical elevation -15° + 70°

 Output 2.000 L/min

 Throwing range: Water straight stream- up to 50m / Water spray jet 30m.

 Foam straight stream : Up to 40 m 3.23 FIRE PUMP

 A 4500 l/min @ 10 Bar mid-ship purpose built fire pump complying with NFPA 1901 including, a relieve valve with plumbing for platform and four (4) side discharges must be fitted.

 The pump inlets must be fitted respectively with a large diameter intake adaptor of 115mm lug distance Storz, with a gate valve and adjustable pressure relieve valve, as well as a three way BIC collecting head with non-return spring valves.

 The pump must be fitted with a foam system able to supply foam at the actual flow of the monitor at maximum operating height, and must be able to induce the foam from an external source. 3.24 BODYWORK AND EQUIPMENT LOCKERS The Turntable Ladder must be provided with at least 2 (two) storage lockers located one (1) on each side of the vehicle, closed by anodized light alloy roller shutters with wide handle grip and internal automatic illumination. The storage lockers must be provided with separate compartments for each type of equipment and fixing devices to contain equipment safely and allow easy reach to the ancillary equipment supplied with the vehicle. The surface of the working deck must be completely covered with light alloy anti-slip chequered plates in order to allow a safe walking surface. Side Ladders must be provided on each side of the vehicle allowing an easy access to the platform of the bodywork and to the main control stand seat.

 The framework of the apparatus body must be interlocking and be electrically seam welded both internally and externally to ensure maximum strength.

 Body handrails must be provided and must consist of two (2) lengths of anodized aluminum.

 All side compartment doors must be constructed using a roll-up shutter door designed for fire fighting vehicles, sealed to be water and dust proof.

127

 All doors must be fitted with automatic switches activating the lights as soon as the door is opened and also activating the warning in drivers cab to indicate that all doors are not fully closed.

 Easy access must be provided from the ground level with steps covered by non-slip aluminum at each side of the vehicle. At the end of the steps there must be railings made of stainless steel to assist when climbing.

 The body configuration must provide sufficient and ergonomic stowage for all ladders and equipment, including fire hose.

 The body must have a body side protection rub rail along the length of the body on each side and at the rear.

 Yellow reflective tape complying with the requirements of the National Road Traffic Act must be fitted inside the rub rail. 3.25 ELECTRICAL SYSTEM

 Wiring must be individually and permanently function and colour-coded.

 All wiring looms must be properly supported and attached to body members along the entire run.

 At any point where wire or looms pass through metal, rubber grommets must be installed to protect the wire from abrasion.

 Electrical connections in exposed areas must be made using heat shrink or weather proof connections.

 All circuits must be protected with automatic reset circuit breakers.

 All electrical equipment switches must be mounted on a switch panel mounted in the cab convenient to the operator. Light switches must be of the rocker type with integral indicator light to show when the circuit is energized.

 All switches must be clearly identified as to function. 3.25.1 RAPID STARTING KIT The vehicle must be provided with a special electrical system, (Kussmaul or similar), working at 220/230V 50 Hz, through an electric cable and quick-release self-ejecting plug, automatically released at starting the vehicle’s engine. This system must allow the immediate starting of the vehicle because of the automatic battery recharging complete with automatic device for energy preservation. A 10M long electric cable to connect the system to the external source, fitted with the special Self-ejecting plug as above, must be provided with the vehicle. 3.25.2 MASTER SWITCH A master switch to isolate the chassis batteries form the electrical system is provided in the cabin. 3.26 CAB AND BODY LIGHTING

 Clearance lights and reflectors must include two (2) red clearance lights, four (4) red rectangular reflectors, two (2) amber rectangular reflectors, and three (3) red marker lights centered at the rear step, recessed in the rub rail.

128

 The original vehicle standard light cluster must be fitted at the rear of the vehicle.

 Light functions must include running lights, brake lights, turn signal lights and back-up lights.

 One (1) 100 mm circular single bulb light or LED strip lights must be mounted in each body compartment and must be wired to a master on/off rocker switch on the cab dash. The light must be in a resilient shock absorbent mount for improved bulb life. The wiring connection must be made with a weather resistant plug in style connector. A compartment light with a switch must be installed to illuminate the pump area for service.

 A license plate light must be installed on the rear of the vehicle.

 Two (2) lights or LED strip lights must be mounted under a light shield directly above each pump panel. The work light switch in the cab must activate the lights when the park brake is set.

 The apparatus must have sufficient lights to properly illuminate the work areas, steps, walkways and ground areas around the apparatus.

 Areas under the driver and crew area exits must be activated automatically when the exit doors are opened. Ground area lights must be switched from the cab dash with the work light switch. 3.27 Back-up Alarm An electronic back-up alarm must be supplied. The 97 dB (A) alarm must be wired into the chassis back-up lights to signal when the vehicle is in reverse. 3.28 Portable Floodlight A 4.5 m extending light system with three (3) 230 volt 500 watt panels or equivalent LED lights with a minimum of 2 x SABS 3 point plugs and a 50 meter cable and reel must be supplied. 3.29 Warning Lights Two (2) short red light bars must be mounted on the cab roof of the vehicle. Two (2) red rotating lights with a polycarbonate base, a single 55-watt halogen lamp, and a twist-on dome must be mounted at the rear of the vehicle. 3.30 Speaker One (1) 100 watt speaker must be recessed behind the front bumper, or alternatively a position agreed to by the Chief Fire Officer. 3.31 Electronic Siren A solid state electronic siren to the satisfaction of the Chief Fire Officer with attached noise-canceling microphone must be installed. Operating modes must include Hi-Lo, yelp, wail; P.A., air horn and radio re-broadcast, and must include a Tap II feature. 3.32 Lower Level Warning Lights Four (4) Light Emitting Diode (LED) flashing safety warning lights and eight (8) halogen lights, all with red lenses, must be provided. Lower level warning lights must be mounted as follows to comply with NFPA 1901:

129

. Zone A – Four (4) LED flashing safety warning lights on the front of the apparatus facing forward, one (1) on each side above the headlights and inboard of the front turn signals, forming a downward V pattern. . Zone B – Seven (7) LED flashing safety warning lights on each side of the apparatus One (1) 6 cluster LED flashing safety warning light at the forward-most point (as is practical) mounted on the front bumper, one (1) 6 cluster LED flashing safety warning light midships, (1) 6 cluster LED flashing safety warning light at the rearward-most point (as is practical), and four (4) x 4 cluster LED flashing lights located across the rub rail. . Zone C – Four x 6 cluster LED flashing safety warning light at the rear of the apparatus, mounted in the rub rail, two ‘(2) on each side, facing rearward.

 A lighted rocker switch on the cab instrument panel, labeled “Lower Level Warning” must control the lights. 3.33 Paint tones: Working cage: Grey Working cage support, ladder sections, and related cylinders: Grey Turntable and outriggers: Red (RAL 3000) Cab and bodywork: Red (RAL 3000) 3.34 ACCESSORIES 3.34.1 4 pc wooden outrigger ground pads with brackets

3.34.2 2 pc Working range diagrams, one at the turntable, on in the cage

3.34.3 1 pc marking of safe working load in the cage

3.34.4 2 pc Unit type marked at the boom

3.34.5 1 set Warning labels and instruction plates

3.34.6 2 sets Operation and maintenance manuals

3.34.7 1 pc Plug for 12V working light at the turntable and in the cage

3.34.8 1 pc 12V / 70W working light with universal bracket

3.34.9 1 pc Lifting loop under the working cage, capacity 400 kg

3.34.10 2 setsFitment for safety belts in the working cage 3.34.11 1 pc Hydraulic pressure gauge. 3.35 AUXILIARY EQUIPMENT All equipment for which a NFPA and/or EN standard exists must comply with the standards.

3.35.1 1 x Pneumatic Jump Cushion based on DIN standards for 60 meter rescue, including all blowers, fittings and test gauge.

130

3.35.2 1 x 4.5 kva generator mounted and wired to the cage in a manner to be able to rotate with the turntable.

3.35.3 1 x Basket stretcher & Bracket

3.35.4 2 x 2.8 m ceiling hook

3.35.5 1 x Flat headed axe

3.35.6 1 x Sledge hammer

3.35.7 1 x Pick headed axe, manufactured for the fire service.

3.35.8 1 x Pry Axe

3.35.9 1 x Hydraulic Door Breaker.

3.35.10 1 x Halligan Tool

3.35.11 4 x Storz Spanners

3.35.12 1 x Heavy Rubber Mallet

3.35.13 1 x Electrical reel with 30m cable

3.35.14 1 x Carborundum Cutter

3.35.15 1 x Chainsaw with carbide chain

3.35.16 1 x 100mm Woodlands to 115mm Storz adaptor.

3.35.17 1 x 100mm Woodlands to 65mm British Instantaneous Female coupling adaptor.

3.35.18 1 x Bayonette type Standpipe, key and bar.

3.35.19 1 x LRT thread type Standpipe, key and bar.

3.35.20 1 x LVT thread type standpipe.

3.35.21. 1 x Pretoria type hydrant adaptor

3.35.22 1 x 18 inch Positive Pressure ventilator.

3.35.23 1 x Fourway hydrant Key

3.35.24 1 x Hydrant wheel

3.35.25 6 x 30 m x 100mm Type 3 fire hose with Storz Couplings

3.35.26 6 x 23 m x 65mm type 3 fire hose with BI couplings

3.35.27 6 x 23 m x 45mm Type 3 fire hose with BI couplings

3.35.28 4 x High-rise Hose packs

3.35.29 4 x 225l/min to 900l/min adjustable nozzles.( suitable to operate at low pressure)

3.35.30 2 x 400 lpm spear branch (1.2 m with British Instantaneous coupling)

3.35.31 2 x 1.8 kg hammers

131

3.35.32 1 x Oscillating monitor (minimum 1200lpm)

3.35.33 2 x 65mm British Instantaneous male to 115mm lug distance Storz adaptors.

3.35.34 1 x 65mm British Instantaneous female coupling to 115mm lug distance Storz adaptors.

3.35.35 1 x Heavy duty 3mx 3m PVC salvage sheet, with tie down holes

3.35.36 1 x Heavy duty 6mx 6m PVC salvage sheet, with tie down holes

3.35.37 2 x 9kg DCP extinguishers

3.35.38 2 x 6.9 kg Carbon Dioxide extinguishers.

3.35.39 2 x Safety Fuel Cans (10 liter capacity each)

3.35.40 1 x set of heavy duty wheel chocks, suitable for the vehicle as offered

132

SECTION 4: MAJOR PUMPER 4. CHASSIS 4.1 MAKE & MODEL: Suitable four door forward control chassis/ tilt cab, with spares easily available in South Africa from the manufacturing company. Cab must comply with Economic Commission of Europe (ECE) Safety Standards, and must be fully manufactured by the Original Equipment manufacturer (OEM). 4.2 WHEEL BASE: Wheel base not more than 5500mm Turning circle not more than 15 m 4.3 GVW: 18 200 kg 4.4 ENGINE:

 Required minimum output 300 kW x 1900 RPM, 2000 Nm torque at 1100rpm to 1300rpm.

 Air cleaner restriction gauge (Filter Minder) mounted in instrument panel

 Auxiliary engine water cooler

 Fan drive

 Must comply to Euro 3 4.5 TRANSMISSION: Fully Automatic six Shift with built in retarder from OEM. 4.6 FRAME:

 Heat-treated alloy steel.

 Two towing eyes must be bolted to the rear chassis. 4.7 FRONT AXLE: Non Driven, rigid knuckle of 6 700kg load capacity 4.8 REAR AXLE: Single Live Axle with hypoid gearing, 11 500 kg capacity 4.9 SUSPENSION:

 Front- twin leaf parabolic

 Rear- Multi leaf parabolic spring

 Twin tube shock absorbers in the front and rear.

 Front and rear stabilizers.

 Anti-roll bar on rear and front axles. 4.10 BRAKES:

 Air, dual system with ABS.

 Automatic slack adjusters – front and rear

133

 Air processing system

 Dual air pressure gauge,

 Dust shields, front and rear

 Spring actuated parking brake cylinder acting on rear wheels

 Automatic drain valve with heater located at air tank

 Air dryer with heater

 13.2 air compressor 4.11 EXHAUST SYSTEM:

 Single exhaust system, horizontal muffler and tailpipe, aluminized steel, mounted on right side 4.12 ELECTRICAL SYSTEM:

 24-volt electrical system, standard equipment 4.13 FUEL TANK:

 Rectangular steel, 300 liter capacity 4.14 FOUR DOOR, FORWARD CONTROL TILT CAB MUST INCLUDE:

 Heater/defroster

 One (1) dome light, door activated

 3-point seat belts on from outboard seats positions

 Crew compartment must be able to accommodate 4 x SCBA brackets in rear crew cab complying with safety regulations with respect to G-Force, and must be ergonomically placed and operated.  Black rubber floor covering

 Tinted glass, all windows

 Intermittent windshield wipers

 Keys – all alike, ignition and cab doors

 Gauge cluster with English electronic speedometer and tachometer, engine oil pressure gauge, water temperature gauge and voltmeter

 Oil temperature gauge

 Electronic hour meter mounted in cluster

 A padded safety bar between the rear seats and front sears.

 A front mounted chromed bulbar complete with winch mounting plate must be provided on the front of the cab.

 The design of the bulbar must be to the satisfaction of the Chief Fire Officer.

 The bull bar must be fitted with four galvanized towing eyes. 4.15 TYRES:

134

 Front - Two (2) 315/80 R22.5 x 118 Ply

 Rear - Four (4) 315/80 R22.5 x 118 Ply The vehicle must be able to maintain a speed of 120 km/h, and must have sufficient acceleration to maintain a speed of 60 km/h in urban conditions. 4.16 WINCH A 24 volt 5400 kg electric reversible winch with 38m of 12.7mm galvanized aircraft type cable and a replaceable clevis hook must be mounted to the chassis frame extension centred at front bumper area, and be controlled with a 2.9m remote control switch. The winch must be supplied with a snatch block and winch blanket. 4.17 MASTER BATTERY SWITCH A master battery switch must be provided. If a solenoid type master switch, it must be of the continuous use type and the control must be located on the dash board. 4.18 CONTROLS AND INDICATORS IN DRIVERS CAB In addition to chassis standard controls and indicators the following items must be installed in the drivers cab:

 visual warning for the main current being switched on

 visual warning for any of the equipment lockers being open

 visual warning for the rear axle being locked (if the feature is installed)

 switch with visual indication for all emergency lighting.

 switch with visual indication for siren unit

 microphone for the public address system

 Visual warning that pump is engaged

 Visual and audio warning for low water level in radiator.

 Visual warning that floodlight is extended. 4.19 WATER MONITOR Water monitor must be connected onto the piping system and placed at the right-hand front corner of the hose deck in a position that the pump operator can operate the monitor. The monitor must be made of light alloy and be fitted with a jet/fog nozzle with a maximum nominal capacity of 3800 l/min and be suitable for foam application as well. A foam nozzle attachment must be supplied for the monitor. 4.20 FIRE PUMP

 A 4 700 l/min @ 10 Bar mid-ship, top mounted control purpose built fire pump with four (4) 65 mm side discharges with British Instantaneous couplings must be fitted.

 Two 100mm diameter high volume side discharges with a 115mm lug distance Storz coupling must be supplied, on at each side. The discharges must have a non-return valve and oblique downwards extension.

135

 All blank caps must be tied down with a nylon coated cable, and blank caps must have a 3 mm hole to prevent pressure build up behind the blank cap.

 The pump must fully comply with NFPA 1901, including the relief valve.

 Two pre connect deliveries for 38mm cross lay hoses must be incorporated including three lengths of Type 3 hose and a suitable National Fire Protection Association(NFPA) compliant nozzle per cross lay.

 The pump panel lay out and operation must be ergonomically similar to the existing units in service with the CoE.

 Two x 150mm diameter suction port with 150mm male threads and removable screens must be provided on the pump panel on opposite sides of the vehicle.

 The suction port must be provided with a 115mm lug distance adaptor with a gate valve and pressure relieve valve on the left side, and a three way collecting head with non-return valves on the right hand side.

 The adaptors must be manufactured from anodized aluminum alloy and comply with NFPA or European Norms (EN) standards.

 The pump must be mounted on the chassis rails and must be split drive driven.

 Plumbing must be made of stainless steel (class 10). The plumbing should provide for filling the tank either through the pump, as well as from a separate tank fill inlet with a valve.

 The priming pump must be electrically driven, oil-less, and must have a priming control at the pump operator’s position

 The pump engagement shift must be dash mounted with a pump in gear indicator light on the cab dashboard and the pump panel

 A vernier throttle or similar canbus system to control engine RPM’s must be mounted at the pump operators position

 Two dual faced compound vacuum / pressure gauges, filled with a liquid solution must be installed on the pump panel. One gauge must measure vacuum during deep lifting and the other positive pump pressure.

 A pressure gauge, filled with a liquid solution must be installed on the panel for each delivery.

 The following additional gauges must be installed on the pump panel to monitor the vehicles engine:

o Tachometer / rev counter o Oil pressure gauge o Water temperature gauge o Volt meter o Engine hour meter  An electronic water level gauge must be supplied on the pump panel.

 An electronic foam level gauge must be supplied on the pump panel for each foam tank respectively.

136

 A heat exchanger type engine cooler, preventing the mixing of engine coolant and pumps water must be installed as an auxiliary engine cooler

 The pump panel must be suitably illuminated 4.21 FOAM SYSTEM

 An electronically controlled foam system for class A and electronic or hydraulic driven balanced pressure Class B foam system must be fitted.

 The induction ratio for the class B foam must be from 1% to 9%, and should be able to individually and simultaneously supply each outlet, and the deck monitor, or when selected the 2 x 100mm outlet/s.

 Foam supply should, once set at the percentage, be automatically maintained irrespective of the flow.

 The induction ratio for the class A foam must be from 0.1% to 6%, and should be able to individually and simultaneously supply at least one outlet and the two cross lays.

 The system must have an automatic foam transfer capability for refilling the foam tanks from an external source.

 The vehicle must be fitted with a Compressed Air Foam System (CAFS), which is manufactured by the original pump manufacturer for the pump in question.

 The CAFS system must allow the simultaneous and alternative operation of the cross lay hoses, and at least one 65mm delivery. Combination CAFS/ spray nozzles must be supplied for the 2 x cross lay hoses, as well as for 1 x 65mm outlet.

 The CAFS compressor must also be plumbed to allow pneumatic tools. 4.22 WATER AND FOAM TANKS

 A properly designed and baffled poly propylene or Glass Fibre Reinforced Plastic water tank and two foam tanks with a lifelong guarantee must be supplied.

 The capacity of the water tank should be not less than 3 200 liters. A Class A and Class B foam tank of 150 liters respectively should be installed.

 The water tank must be suitably ventilated and the overflow must spill behind the rear wheels.

 The vehicle must be delivered with sufficient class A and 1x3% AR-AFFF class B foam to fill the tanks, as well as an extra 25 liter can of each type to test the foam system with. 4.23 BODYWORK AND EQUIPMENT LOCKERS

 The framework of the apparatus body must be in the American style of a rescue pumper

 Be manufactured of aluminum with extrusions that are purposely designed to be interlocking and be electrically seam welded both internally and externally to ensure maximum strength.

 Structural integrity of the body must be guaranteed for a minimum of 10 years. Bidders must provide the details of how the integrity was determined.

 No other fastening method, i.e. bolted, bonded, etc, must be deemed acceptable.

 Body handrails must be provided and must consist of two (2) lengths of anodized aluminum.

137

 All side compartment doors must be specially designed for fire engines, roller shutter doors, properly sealed to be water and dust proof.

 All doors must be fitted with automatic switches activating the lights as soon as the door is opened and also activating the warning in driver’s cab to indicate that all doors are not fully closed.

 Easy access must be provided from the ground level with steps covered by non-slip aluminum at each side of the vehicle. At the end of the steps there must be railings made of stainless steel to assist when climbing.

 The body configuration must provide sufficient and ergonomic stowage for all ladders and equipment, including fire hose.

 All lockers, including the rear locker must be a full length locker and have sufficient support to carry weight of heavy equipment up to 500kg.

 The deck area of the super structure must be provided with a self-lock collapsible safety rail that can be extended when staff is to work on the deck. It must be extendable and collapsible from a safe position on the left rear side of the vehicle.  The safety rail must have an indicator inside the cab at the driver’s position to warn that it is extended.

 A hydraulically operated ladder rack must be provided on the driver side, with a self-locking device.

 A manually or electric drive beam suction hose gantry must be mounted on the left side of the body. The gantry must house the suction hoses and a basket stretcher, and allow for removal of the items without having to get on to the vehicle. The gantry must be secured sufficiently to prevent from swaying whilst driving.

 Two full length adjustable deck dividers must be provided for the hose deck.

 The hose deck must be wide enough and deep enough to accommodate at least 180 meters of 100mm hose, as well as 230 m of 65mm hose and 138meters of 45mm fire hose in a flaked position. The hose deck must be designed to prevent the hose from coming off the deck while driving.

 The body must have a body side protection rub rail along the length of the body on each side and at the rear.

 Yellow reflective tape complying with the requirements of the National Road Traffic Act must be fitted inside the rub rail.

 The lockers must be fitted with adjustable shelves and slide trays for heavy equipment.

 A non-scratch shield must be fitted at the opening of the hose deck. 4.24 SECOND BATTERY SET A second set of batteries must be provided and must duplicate the vehicle’s primary set of batteries. All auxiliary equipment must be powered from the secondary battery set. The system must be so connected that, with the engine stationery, the battery sets must be disconnected from each other. When the alternator is charging (engine running), the battery sets must be connected in parallel by means of a DC to DC battery management system. The alternator must be connected to the primary set of batteries. The secondary batteries must be lead crystal batteries. 4.24.1 Battery Charger

138

A battery trickle charging system must be installed and connected directly to the shoreline to ensure the batteries remain fully charged while the vehicle is in the fire station. The shoreline connection must be located adjacent to the crew seat. A pilot light must be provided on the dash to indicate when the electrical supply is connected to the charging system. 4.24.2 Electrical Lead A 25m electrical lead must be supplied to connect the charger to the electrical supply. 4.25 ELECTRICAL SYSTEM

 Wiring must be individually and permanently function and colour-coded.

 All wiring looms must be properly supported and attached to body members along the entire run. At any point where wire or looms must pass through metal, rubber grommets must be installed to protect the wire from abrasion.

 Electrical connections in exposed areas must be made using heat shrink or weather proof connections. All circuits must be protected with automatic reset circuit breakers.

 All electrical equipment switches must be mounted on a switch panel mounted on a switch panel mounted in the cab convenient to the operator.

 Light switches must be of the rocker type with integral indicator light to show when the circuit is energized.

 All switches must be clearly identified as to function. .4.26 Cab and body Lighting

 The original vehicle standard light cluster must be fitted at the rear of the vehicle.

 Light functions must include running lights, brake lights, turn signal lights and back-up lights.

 One (1) 100 mm circular single bulb light or LED strip lights must be mounted in each body compartment and must be wired to a master on/off rocker switch on the cab dash. The light must be in a resilient shock absorbent mount for improved bulb life. The wiring connection must be made with a weather resistant plug in style connector. A compartment light with a switch must be installed to illuminate the pump area for service.

 A license plate light must be installed on the rear of the vehicle.

 Two (2) lights or LED strip lights must be mounted under a light shield directly above each pump panel. The work light switch in the cab must activate the lights when the park brake is set.

 The work light switch in the cab must activate the lights when the park brake is set.

 The apparatus must have sufficient lights to properly illuminate the work areas, steps, walkways and ground areas around the apparatus.

 Areas under the driver and crew area exits must be activated automatically when the exit doors are opened.

 Two (2) dual scene lights must be provided at the rear.

 Ground area lights must be switched from the cab dash with the work light switch. 4.27 Back-up Alarm

139

An electronic back-up alarm must be supplied. The 97 dB (A) alarm must be wired into the chassis back-up lights to signal when the vehicle is in reverse. 4.28 Floodlight

 A pneumatic or mast with 2000 watt lights or equivalent capacity LED lights, as well as a suitably powered generator of 2500 kva must be supplied and fitted

 The mast must house automatically as soon as the parking brake is disengaged. 4.29 Warning Lights

 A suitable light bar to comply with NFPA 1901 must be mounted on the cab roof of the vehicle.

 Two (2) red 360 degree LED lights with a polycarbonate base, and a twist-on dome must be mounted on each side of the vehicle’s bull bar.

 Two (2) red 360 degree LED lights with a polycarbonate base, a single 55-watt halogen lamp, and a twist-on dome must be mounted at the rear of the vehicle. The lights must be visible at a 30-degree angle from ground level from the back and the sides of the vehicle.

 Two alternating flashing red LED lights must be mounted at the rear of the vehicle on each side, not smaller than 120 mm x 70mm. 4.30 Speaker One (1) 100-watt speaker must be supplied with the electronic siren, and be located between the bumper and the bottom height of the windscreen.

4.31 Electronic Siren A solid state electronic siren to the satisfaction of the Chief Fire Officer with attached noise-canceling microphone must be installed. Operating modes must include Hi-Lo, yelp, wail; P.A., air horn and radio re-broadcast, and must include a Tap feature 4.32 Lower Level Warning Lights Four (4) Light Emitting Diode (LED) flashing safety warning lights and eight (8) halogen lights, all with red lenses, must be provided. Lower level warning lights must be mounted as follows to comply with NFPA 1901: . Zone A – Four (4) LED flashing safety warning lights on the front of the apparatus facing forward, one (1) on each side above the headlights and inboard of the front turn signals, forming a downward V pattern. . Zone B – Seven (7) LED flashing safety warning lights on each side of the apparatus One (1) 6 cluster LED flashing safety warning light at the forward-most point (as is practical) mounted on the front bumper, one (1) 6 cluster LED flashing safety warning light midships, (1) 6 cluster LED flashing safety warning light at the rearward-most point (as is practical), and four (4) x 4 cluster LED flashing lights located across the rub rail. . Zone C – Four x 6 cluster LED flashing safety warning light at the rear of the apparatus, mounted in the rub rail, two ‘(2) on each side, facing rearward, with 5 x 3 cluster LED flashing safety warning lights in the rear rub rail.

140

 A lighted rocker switch on the cab instrument panel, labeled “Lower Level Warning” must control the lights. 4.33 HYDRAULIC LADDER GANTRY A hydraulic ladder gantry must be mounted on the right side of the body. The gantry must allow for removal of the ladder from the ground position without having to get on to the vehicle. The gantry must be secured sufficiently to prevent from swaying whilst driving. 4.34 BEAM GANTRY A manually or electric drive beam suction hose gantry must be mounted on the left side of the body. The gantry must house the suction hoses and a basket stretcher, and allow for removal of the items without having to get on to the vehicle. The gantry must be secured sufficiently to prevent from swaying whilst driving. 4.35 AUXILLIARY EQUIPMENT

All equipment for which a NFPA and/or EN standard exists must comply with the standards.

4.35.1 A NFPA approved aluminum ladder of 7.3m –2 sections, must be provided and mounted (a) horizontally on the right side top of the vehicle on a suitable purpose made hydraulic lowering arm.

4.35.1 A NFPA approved roof ladder must be provided and mounted horizontally on the right side (b) top of the vehicle on the suitable purpose made hydraulic lowering arm.

4.35.2 Two by three meter hard suction hoses must be supplied and mounted horizontally on the left side top of the vehicle in a suitable rack on a suitable purpose made gantry.

4.35.3 A chrome barrel strainer fitting the suction hoses must be supplied. (a)

4.35.3 A low level strainer fitting the suction hoses must be supplied. (b)

4.35.4 A three way British Instantaneous Adaptor, for the suction intakes. The adaptors must be low (a) profile and not extend past the width of the widest [point of the vehicle. NB. The suction inlets may not be tapered down from the design by the Original Equipment Manufacturer.

4.35.4 A NFPA approved 115mm lug distance Storz adaptor with a pressure relieve valve and a (b) shut-off valve must be provided for the suction intakes. The adaptors must be low profile and not extend past the width of the widest point of the vehicle. NB. The suction inlets may not be tapered down from the design by the Original Equipment Manufacturer.

4.35.5 1 x 2.8 m ceiling hook

4.35.6 1 x flat headed axe

4.35.7 1 x pick headed axe, manufactured for the fire service.

141

4.35.8 1 x Spade

4.35.9 1 x Shovel

4.35.10 1x Pitchfork

4.35.11 2 x Heavy duty Industrial broom

4.35.12 1 x 800mm Crow bar

4.35.13 1 x medium bolt cutter( Solid arms and replaceable blades)

4.35.14 1 x Large bolt cutter( Solid arms and replaceable blades)

4.35.15 1 x 1.8kg hammer

4.35.16 1 x sledge hammer

4.35.17 1 x Pry Axe

4.35.18 1 x Hydraulic Door Breaker.

4.35.19 1 x Halligan Tool

4.35.20 4 x Storz Spanners

4.35.21 1 x Heavy Rubber Mallet

4.35.22 18 m x 18mm Static Suction Hose Rope

4.35.23 12 x 450 mm Road Traffic Cones with reflective sleeve.

4.35.24 1 x 2.5 kva Generator

4.35.25 1 x Electrical reel with 30m cable

4.35.26 1 x Carborundum Cutter

4.35.27 1 x Chainsaw with carbide tip.

4.35.28 1 x 100mm Woodlands to 115mm Storz adaptor.

4.35.29 1 x 100mm Woodlands to 65mm British Instantaneous Female coupling adaptor.

4.35.30 1 x Bayonette type Standpipe, key and bar.

4.35.31 1 x LRT thread type Standpipe, key and bar.

4.35.32 1 x LVT thread type standpipe.

4.35.33 1 x Pretoria type hydrant adaptor.

4.35.34. 2 x Fourway hydrant Key

4.35.35 2 x Hydrant Wheels

4.35.36 1 x 18 inch Positive Pressure ventilator

4.35.37 1 x Phantom Pumper( 115mm Storz lug distance and 65 mm BI couplings)

4.35.38 1 x Jumbo Y

142

4.35.39 1 x Hand controlled Dividing Bridging Piece

4.35.40 6 x 30m x 100mm Type 3 fire hose with Storz Couplings

4.35.41 10 x 23 m x 65mm type 3 fire hose with BI couplings

4.35.42 8 x 23m x 45mm Type 3 fire hose with BI couplings

4.35.43 1 set of Hose ramps for 100mm hose

4.35.44 1 set of hose ramps for 65mm hose.

4.35.45 4 x 225l/min to 900l/min adjustable nozzles.( suitable to operate at low pressure)

4.35.46 4 x Low expansion foam attachments for the nozzles above.

4.35.47 1 x Oscillating monitor(1200lpm)

4.35.48 1 x 400 lpm spearbranch(1.2 m with British Instantaneous coupling)

4.35.49 1 x 450l/min medium expansion foam branch with inductor.

4.35.50 2 x 65mm British Instantaneous male to 115mm lug distance Storz adaptors.

4.35.51 1 x 65mm British Instantaneous female coupling to 115mm lug distance Storz adaptors.

4.35.52 1 x Heavy duty 3mx 3m PVC salvage sheet, with tie down holes

4.35.53 1 x Heavy duty 6mx 6m PVC salvage sheet, with tie down holes

4.35.54 1 x Dual agent nozzle.

4.35.55 2 x 9kg DCP extinguishers

4.35.56 2 x 6.9 kg Carbon Dioxide extinguishers.

4.35.57 2 x Safety Fuel Cans(10 liter capacity each)

4.35.58 1 x Tally board with 8 BA tallies

4.35.59 1 x set of heavy duty wheel chocks, suitable for the vehicle as offered

SECTION 5: HEAVY DUTY ALL TERRAIN RESCUE PUMPER 5.1 MAKE & MODEL Suitable 4 x4 wheel drive chassis, with spares easily available in South Africa from the manufacturing company. Suitable Original Equipment Manufacturer (OEM) four door forward control chassis/ tilt cab, with spares easily available in South Africa from the manufacturing company. Cab must comply with Economic Commission of Europe (ECE) Safety Standards. The overall height of the vehicle (OAH) must not exceed 3050 mm. The vehicle must have 4 wheels at the rear.

143

5.2 STEERING Right hand power steering. 5.3 FORWARD CONTROL TILT CAB Must include

 Heater/defroster

 One (1) dome light, door activated

 3-point seat belts on from outboard seats positions

 Black rubber floor covering

 Tinted glass, all windows

 Intermittent windshield wipers

 Keys – all alike, ignition and cab doors

 Gauge cluster with English electronic speedometer and tachometer, engine oil pressure gauge, water temperature gauge and voltmeter

 Oil temperature gauge

 Electronic hour meter mounted in cluster

 A padded safety bar between the rear seats and front sears.

 A front mounted chromed bulbar complete with winch mounting plate must be provided on the front of the cab.

 The design of the bulbar must be to the satisfaction of the Chief Fire Officer.

 The bull bar must be fitted with four galvanized towing eyes. 5.4 CONTROLS AND INDICATORS IN DRIVERS CAB In addition to chassis standard controls and indicators the following items must be installed in the drivers cab:

 visual warning for the main current being switched on

 visual warning for any of the equipment lockers being open

 visual warning for the rear axle being locked (if the feature is installed)

 switch with visual indication for all emergency lighting.

 switch with visual indication for siren unit

 microphone for the public address system

 Visual warning that pump is engaged

 Visual and audio warning for low water level in radiator.

 Visual warning that floodlight is extended.

144

 Visual warning that safety rails are extended. 5.5 WHEEL BASE 4500 mm 5.6 Gross Vehicle Weight (GVW) Minimum 18200kg 5.7 ENGINE Diesel engine with a minimum output of 228kw at 1900 RPM and 1550nM at 1000-1350RPM. Must comply with Euro 3 emission standards. 5.8 TRANSMISSION Automatic 6 speed transmission with torque converter must have at least one overdrive option to get to maximum top speed and factory fitted by the OEM Transmission to be of the electronic type. PTO functions to operate through the transmission computer to maintain constant revs. PTO must be suitable for continuous operation with the fire pump at maximum flow. 5.9 FRAME

 Heat treated alloy steel.

 Two towing eyes must be fitted to the rear chassis. 5.10 FRONT AXLE: 7500kg 5.11 SINGLE REAR AXLE: 11500kg 5.12 SUSPENSION Front: Twin leaf parabolic springs Rear: Multilink parabolic springs Twin tube shock absorbers front and rear Stabilisers front and rear. 5.13 Tyre size: Front: 315/80R 22.5 Rear: 315/80R 22.5 5.14 BRAKES - Dual circuit airbrakes with ABS. - Automatic slack adjusters

145

5.15 EXHAUST SYSTEM Single exhaust system, horizontal muffler and tailpipe, aluminized steel, mounted on right side. 5.16 ELECTRICAL SYSTEM 24-volt electrical system, standard equipment 5.17 MASTER BATTERY SWITCH A master battery switch must be provided. If a solenoid type master switch, it must be of the continuous use type and the control must be located on the dash board. 5.18 FUEL TANK Not less than 300 liters. The bidders must diagrammatically indicate the location of the fuel tank. The filling point must not be higher than 1, 2 m. 5.19 CREW COMPARTMENT

 A crew compartment capable of seating four (4) crew members in a full enclosed, seated and belted position.

 Crew compartment seating must be able to accommodate 4 x SCBA brackets in rear crew cab complying with safety regulations with respect to G-Force, and must be ergonomically placed and operated. 5.20 SEAT BELTS All seats must be fitted with SABS approved seat belts. 5.21 FRONT MUD FLAPS Fixed aluminum / metal mud flaps to be mounted behind the front chassis wheels. 3.22 REAR AXLE MUD FLAPS The rear tyres must have a set of mud flaps to be mounted behind the rear chassis wheels. The mud flaps must be fitted in such a manner that it must not be entrapped under the wheels when reversing, or in off road conditions. 5.23 WINCH A 24 volt 5400 kg electric reversible winch with 38m of 12.7mm galvanized aircraft type cable and a replaceable clevis hook must be mounted to the chassis frame extension centred at front bumper area, and be controlled with a 2.9m remote control switch. The winch must be supplied with a snatch block and winch blanket. 5.24 PUMP The pump must be Power Take off (PTO) driven of a size and design to mount on the chassis of a commercial truck, and have a low pressure capacity of 3800 LPM at 10 BARS at a lift of 3 meters, in accordance with European Norm (EN) 1028. The pump must be able to pump soiled water without negative impact. The high pressure capacity must be 250 LPM at 40 BARS in accordance with EN 1028.

146

The pump must be driven by the truck chassis engine through a PTO. The engine and PTO must provide sufficient horse-power and revs per minute (RPM) to enable the pump to meet and exceed the specified performance. The entire pump, both suction and discharge passages, must be hydrostatically tested. The pump must be fully tested at the pump manufacturer’s factory and be free from hydraulic pulsation and vibration. The pump body must be vertically split, for easy removal of impellers, wear rings and sealing gland assembly, from the pump without disturbing the mounting of the pump in the chassis. It must also be possible to remove all these items without disturbing the volute, manifolds and associated pipe work. The pump must be capable of simultaneous multi pressure operation. The water seal must be a self-adjusting mechanical type, incorporating a stationary spring-loaded hard carbon ring running against a rotating silicon carbide seat. The seal must be pre-loaded during pump assembly and must require no maintenance or adjustments during its life. The spring must be located on the dry side of the seal. Packing glands or grease seals are not acceptable. The pump must have a pressure relief system to ensure the high pressure cannot exceed 55 bars regardless of pump speed. The pump must include a thermal relief system to ensure that pump water temperature cannot exceed 50o C. Upon shut down the high pressure pump must automatically drain into the low pressure stage from where the whole unit can be drained via a single point. The valve handle controlling the high pressure stage must be easily accessible from the suction tube end of the unit. When high pressure is not required low pressure water must be automatically available at the high pressure discharge outlets. An electrically operated oilless primer, or automatic plunger or automatic water ring primer must be fitted. The primer handle must be mounted on the pump control panel, if applicable. The pump must be fitted with an electronic tachometer sensor. The pump must have a 100mm (115mm lug distance) Storz inlet with a blank cap tied down with a nylon coated cable, on the eye of the pump, and the suction hoses must also be fitted with Storz couplings of the same diameter. In addition the pump must have an additional inlet with a 65mm British Instantaneous male coupling that are connected to the tank to pump feed, that must automatically switch over from tank supply to external feed, via check valves and vice versa based on a pressure differential of 1 bar depending on the source of water supply. The plumbing and valve arrangement must not impact on the ability of the pump to retain vacuum during open source operations. 5.25 DISCHARGE VALVES

147

Three (3) 65mm screw down discharge outlets must be provided at the rear in a side mount position. Each outlet must be fitted with a 65mm British Instantaneous coupling complete with blank cap, with a 5mm hole to prevent pressure build up behind the blank cap. The blank cap must be tied down with a nylon coated cable. One x 100mm diameter high volume side discharge with a NFPA or similar approved ball valve and a 115mm lug distance Storz coupling and blank cap must be supplied. The blank cap must be tied down with a nylon coated cable. The side discharge must have a non-return valve. 5.26 PUMP PANEL The pump panel must be situated at a level that staff with a height of 1. 5 m can access, and must be ergonomically laid out, allow for visual monitoring of intake and delivery hoses and access must not be hindered by hose lines feeding or leaving the vehicle. 5.27 TANK LEVEL GAUGE – WATER / FOAM A four light tank level gauge must be installed on the pump panel to monitor water / foam tank level. 5.28 FOAM SYSTEM

 An electronically controlled foam system for class A and electronic or hydraulic driven balanced pressure Class B foam must be fitted.

 Foam supply should, once set at the percentage, be automatically maintained irrespective of the flow.

 The induction ratio for the class B foam must be adjustable from 1% to 9%, and should be able to individually and simultaneously supply each outlet, and the deck monitor, or when selected the 2 x 100mm outlet/s

 The induction ratio for the class A foam must be from 0.1% to 6%, and should be able to individually and simultaneously supply at least one outlet and the two cross lays.

 The system must have an automatic foam transfer capability for refilling the foam tanks from an external source.

 The vehicle must be fitted with a Compressed Air Foam System (CAFS), which is manufactured by the original pump manufacturer for the pump in question.

 The CAFS system must allow the simultaneous and alternative operation of the hose reels, and at least one 65mm delivery. Combination CAFS/ spray nozzles must be supplied for the 2 x hose reels, as well as for 1 x 65mm outlet.

 If the high pressure hose reels are not CAFS compatible, the vehicle must be supplied with 2 x 38mm x 60 m preconnect lines which are CAFS capable, including CAFS nozzles. • The CAFS compressor must also be plumbed to allow pneumatic tools. There must be non-return valves between the foam system and water supply to prevent water or foam from pushing back into the foam tanks. The foam system must be configured to be operated from an external source, as well as from the tank. 5.29 BOOSTER TANK The booster tank must be rectangular in configuration and have a capacity of not less than 3000 liters. The entire tank must be manufactured from polyethylene or Glass Reinforced plastics.

148

The tank must have a combination vent and manual fill tower. The tower must be located in the left front corner of the tank. The tank overflow must be 100mm diameter and must dump behind the rear wheels to permit maximum traction. There must be two (2) standard tank openings; one for the tank to pump suction line with an anti-swirl plate and one for a tank fill line. Baffles may be in the form of baffle balls or fixed baffles, which must protect against any water surge during travel mode, irrespective of the volume of the content within the water tank. The baffle ball design must be such as to ensure that it occupies less than 1 % of the tank content. The baffles must ensure a free flow of 98 % of the tank contents during pumping operations. The tank must be mounted on hard rubber cushions to isolate the tank from road shock and vibration. The tank must be completely removable without disturbing or dismounting the apparatus body structure. The tank must be fitted with one (1) 65mm tank inlet. The inlet must be provided with a non-return valve and a 65mm instantaneous adaptor and blank cap. 5.30 FOAM TANK One (1) 100 liter Class A foam tank and one(1) 100 liter Class B foam tank must be provided for and form integral part of the water tank. The foam tanks must have a pumping device to be filled from an external source. The vehicle must be delivered with sufficient class A and 1x3% AR-AFFF class B foam to fill the tanks, as well as an extra 25 liter can of each type to test the foam system with.

5.31 25MM HOSE REEL DISCHARGE The apparatus must be fitted with two 25mm compact electrical 90 degree rewind hose reels with a 508mm wide drum. The frame and reel must be manufactured from zinc-coated mild steel, finish painted with a polyester powder coating. A zinc plated mild steel rewind handle must be provided and mounted for each hose reel. Each hose reel must be fitted with 30m x 25mm high pressure hose and a high pressure, pistol grip ball valve operated nozzle jet/fog nozzle suitable to disperse Compressed Air foam and/or water. The rear corners of the bodywork must be protected by a stainless steel corner piece to protect from damage by the hose reels. 5.32 HOSE DECK A hose deck with two adjustable dividers constructed from aluminum material must be provided for the length of the body from behind the crew cab. A non-scratch shield must be fitted to the rear of the hose bed.

149

The deck area of the super structure must be provided with a self-lock collapsible safety rail that can be extended when staff is to work on the deck. It must be extendable and collapsible from a safe position on the left rear side of the vehicle. The safety rail must not protrude when collapsed. The safety rail must not interfere with any gantry or suction hoses, and must have an indicator inside the cab at the driver’s position to warn that it is extended. The hose deck must be high enough and wide enough to accommodate 180m x 100mm hose, as well as 184m x 65 mm hose and 140m x 45mm hose in a flaked position. The hose deck must be designed to prevent the hose from coming off the deck while driving. 5.33 BODY AND COMPARTMENT FABRICATION The compartments must be fabricated from aluminum material. This include compartment front panel, vertical side, and rear walls, door frames, compartment dividing walls, and compartment ceilings. Structural integrity of the body must be guaranteed for a minimum of 10 years. Bidders must provide the details of how the integrity was determined. The compartment floor construction must permit easy cleaning with a “sweep out” type design. The compartment floor must have a minimum 100mm channel shaped for floor reinforcement. All aluminum extrusions utilized, must be large dimension. All the compartment doors must be fitted with aluminum roller shutter doors, designed for fire engine use. Each roller shutter door must be fitted with a monitor that must monitor whether the roller door is securely closed. No micro switches may be utilized for this function due to the high rate of failure. A failsafe electrically operated central locking system must be provided and must be activated from inside the cab. Each roller shutter door must be fitted with strip illumination within the shutter guide channel. The light must be activated on opening the roller shutter door. The fabrication of the module must be constructed in a welding fixture. Only stainless steel bolts, nuts, and sheet metal screws may be used in mounting exterior trim, hand-ware, or equipment. The use of pop rivets in any portion of the body and compartment construction must not be acceptable, including attachment of trim or mouldings. All compartments must be provided with louvered ventilation units in the lower back wall of the compartments. These louvered vents must be approximately 150mm square. There must be six (6) compartments in total, three on each side, full height, and full depth. This excludes the pump bay. If the chassis requires the moving and relocating of components such as the battery, fuel tank and air tanks to allow for full height compartments, it must be done in a professional way, and not impede on any warranties or safety aspects.

150

The compartments above wheel arch must be at least 1330mm wide and 600mm deep, the forward compartments must have an inside depth measurement of not less than 600mm. and a width at the door opening of 930mm. The rear compartment must have an inside depth measurement of not less than 600mm. and a width at the door opening of not less than 850mm. Compartments must be easily accessible at all heights, and a fold out step with hydraulic stays forming part of the wheel arch, as well as at all other locker compartments must be provided to access the compartments. 5.34 TOW HOOK The vehicle must be fitted with a glove type tow hook fitted to the chassis to enabling towing of heavy duty trailers. The tow hook must be fitted with a shaft, as well as a ball connector. The position of the tow hook must be in such a position that the vehicle must not be damaged while turning a 90 degree corner with a trailer in tow. If the vehicle has a fold down step at the pump compartment, it must not limit the ability to fit a tow hook. In addition, the vehicle must be wired and supplied with an air connection for air brakes to the trailer. 5.35 24 VOLT WIRING SYSTEM The apparatus must be equipped with a heavy-duty 24 volt wiring system. The system must include all parts, components, switches, relays, and wiring to insure complete operation. All wiring must be performed by an accredited and certified Auto Electrician.

5.36 SECOND BATTERY SET A second set of batteries must be provided and must duplicate the vehicle’s primary set of batteries. All auxiliary equipment must be powered from the secondary battery set. The system must be so connected that, with the engine stationery, the battery sets must be disconnected from each other. When the alternator is charging (engine running), the battery sets must be connected in parallel by means of a DC to DC battery management system. The alternator must be connected to the primary set of batteries. The secondary batteries must be lead crystal batteries. 5.36.1 Battery Charger

A battery trickle charging system must be installed and connected directly to the shoreline to ensure the batteries remain fully charged while the vehicle is in the fire station. The shoreline connection must be located adjacent to the crew seat. A pilot light must be provided on the dash to indicate when the electrical supply is connected to the charging system.

5.36.2 Electrical Lead A 25m electrical lead must be supplied to connect the charger to the electrical supply. 5.37 ELECTRICAL INSTALLATION Electrical wiring and equipment must be installed utilizing the following:

151

 All holes made in the body and cab roof must be caulked with silicone. Large fender washers, liberally caulked, must be used when fastening equipment to the underside of the cab and crew cab roof.

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

 A coil of wire must be provided behind an electrical appliance to allow them to be pulled away from mounting area for inspection and service work.

 Corrosion preventative compound must be applicable to all terminal plugs located outside of the cab or body.

 All lights that have their sockets in a weather exposed area must have corrosion preventative compound added to the socket terminal area.

 All electrical terminals in weather exposed areas must have silicone applied completely over the metal portion of the terminal.

 Loom must be provided over all-weather exposed wiring.

 The original vehicle standard light cluster must be fitted at the rear of the vehicle.

 Light functions must include running lights, brake lights, turn signal lights and back-up lights.

 One (1) 100 mm circular single bulb light or LED strip lights must be mounted in each body compartment and must be wired to a master on/off rocker switch on the cab dash. The light must be in a resilient shock absorbent mount for improved bulb life. The wiring connection must be made with a weather resistant plug in style connector. A compartment light with a switch must be installed to illuminate the pump area for service.

 A license plate light must be installed on the rear of the vehicle.

 Two (2) lights or LED strip lights must be mounted under a light shield directly above each pump panel. The work light switch in the cab must activate the lights when the park brake is set. 5.38 SIREN SYSTEM One (1) 24 volt PA Siren system must be supplied and fitted to the vehicle dashboard One (1) 100 watt speaker must be provided and fitted. 5.39 WARNING LIGHTS

 A suitable light bar to comply with NFPA 1901 must be mounted on the cab roof of the vehicle  Two (2) red 360 degree LED lights with a polycarbonate base, a single 55-watt halogen lamp, and a twist-on dome must be mounted at the rear of the vehicle. The lights must be visible at a 30 degree angle from ground level from the back and the sides of the vehicle.

 Two alternating flashing red LED lights must be mounted at the rear of the vehicle on each side, not smaller than 120 mm x 70mm. 5.40 ELECTRONIC SIREN A solid state electronic siren to the satisfaction of the Chief Fire Officer with attached noise-canceling microphone must be installed.

152

Operating modes must include Hi-Lo, yelp, wail; P.A., air horn and radio re-broadcast, and must include a Tap feature. 5.41 LOWER LEVEL WARNING LIGHTS Four (4) Light Emitting Diode (LED) flashing safety warning lights and eight (8) halogen lights, all with red lenses, must be provided. Lower level warning lights must be mounted as follows to comply with NFPA 1901: . Zone A – Four (4) LED flashing safety warning lights on the front of the apparatus facing forward, one (1) on each side above the headlights and inboard of the front turn signals, forming a downward V pattern. . Zone B – Seven (7) LED flashing safety warning lights on each side of the apparatus One (1) 6 cluster LED flashing safety warning light at the forward-most point (as is practical) mounted on the front bumper, one (1) 6 cluster LED flashing safety warning light midships, (1) 6 cluster LED flashing safety warning light at the rearward-most point (as is practical), and four (4) x 4 cluster LED flashing lights located across the rub rail. . Zone C – Four x 6 cluster LED flashing safety warning light at the rear of the apparatus, mounted in the rub rail, two ‘(2) on each side, facing rearward.

 Lighted rocker switch on the cab instrument panel, labeled “Lower Level Warning” must control the lights. 5.42 WORK LIGHTS At least two work lights must be fitted to the rear of the vehicle with on / off switches operated from the work deck area. 5.43 HYDRAULIC LADDER GANTRY A hydraulic ladder gantry must be mounted on the right side of the body. The gantry must allow for removal of the ladder from the ground position without having to get on to the vehicle. The gantry must be secured sufficiently to prevent from swaying whilst driving. 5.44 BEAM SUCTION HOSE GANTRY A manually or electric drive beam suction hose gantry must be mounted on the left side of the body. The gantry must house the suction hoses and a basket stretcher, and allow for removal of the items without having to get on to the vehicle. The gantry must be secured sufficiently to prevent from swaying whilst driving. 5.45 FLOODLIGHT

 A pneumatic light mast with 2000 watt lights or equivalent capacity LED lights, as well as a suitably powered generator of 2500 kva must be supplied and fitted

 The mast must house automatically as soon as the parking brake is disengaged. 5.46 PUMP ADAPTOR A low profile three way pump adaptor to fit the pump inlet, with non-return valves and two 65mm British Instantaneous (BI) male inlets and one 115mm lug distance Storz inlet must be supplied.

153

The adaptor when fitted must not protrude in a manner preventing the pump bay to be closed. 5.47 AUXILLIARY EQUIPMENT

All equipment for which a NFPA and/or EN standard exists must comply with the standards.

5.47.1 National Fire Protection Association (NFPA) approved aluminum ladder of 7.3m –2 sections,

5.47.1(b) Roof ladder

5.47.2 Three meter hard suction hoses with 115mm lug distance Storz couplings

5.47.3 2.8 m ceiling hook

5.47.4 Flat headed axe.

5.47.5 Pick headed axe, manufactured for the fire service.

5.47.6 Chrome barrel strainer fitting the suction hoses (Storz).

5.47.7 Low level strainer fitting the suction hoses (Storz).

5.47.8 Pry Axe.

5.47.9 Hydraulic Door Breaker.

5.47.10 Halligan Tool.

5.47.11 Storz Spanners.

5.47.12 Rubber Mallet.

5.47.13 18 m x 18mm Static Suction Hose Rope.

5.47.14 2.5 kva Generator.

5.47.15 Electrical reel with 30m cable.

5.47.16 Carborundum Cutter.

5.47.17 Chainsaw with 720 mm blade.

5.47.18 100mm Woodlands to 115mm Storz adaptor.

5.47.19 100mm Woodlands to 65mm British Instantaneous Female coupling adaptor.

5.47.20 Bayonette type Standpipe, key and bar.

5.47.21 LRT thread type Standpipe, key and bar.

5.47.22 LVT thread type standpipe.

5.47.23 Pretoria type hydrant adaptor.

5.47.24 Fourway hydrant Key

5.47.25 Hydrant Wheel

5.47.26 18 inch Positive Pressure ventilator.

5.47.27 30 m x100mm Type 3 fire hose with Storz Couplings

154

5.47.28 23 m x 65mm type 3 fire hose with BI couplings

5.47.29 23m x 45mm Type 3 fire hose with BI couplings

5.47.30 225l/min to 900l/min adjustable nozzles.( suitable to operate at low pressure)

5.47.31 Low Expansion foam attachments to fit the nozzles.

5.47.32 400 lpm spearbranch(1.2 m with British Instantaneous coupling)

5.47.33 450l/min inductor.

5.47.34 450l/min medium expansion foam branch.

5.47.35 65mm British Instantaneous male couplings to 115mm lug distance Storz adaptors.

3 x 65mm Hand Controlled British Instantaneous female coupling to 115mm lug distance Storz 5.47.36 divider.( Water thief)

5.47.37 Heavy duty 3mx 3m PVC salvage sheet, with tie down holes

5.47.38 Heavy duty 6mx 6m PVC salvage sheet, with tie down holes

5.47.39 9kg DCP extinguishers

5.47.40 6.9 kg Carbon Dioxide extinguishers

5.47.41 Safety Fuel Cans(10 liter capacity each)

5.47.42 Heavy duty wheel chocks, suitable for the vehicle as offered.

5.47.43 Spade

5.47.44 Shovel

5.47.45 Heavy duty Industrial broom

5.47.46 800mm Crow bar

5.47.47 Medium bolt cutter( Solid arms and replaceable blades)

5.47.48 Large bolt cutter( Solid arms and replaceable blades)

5.47.49 1.8kg hammer

5.47.50 Sledge hammer

5.47.51 450 mm Road Traffic Cones with reflective sleeve.

5.47.52 Hand controlled Dividing Bridging Piece

5.47.53 Foldable Drum Trolley

5.47.54 Sill shortening tool

5.47.55 Vehicle Stabilisation kit

5.47.56 Confined Space ventilator

5.47.57 SRS protector

155

5.47.58 Glass Management Kit

5.47.59 Soft Edge Protection

5.47.60 Steps and Chocks

5.47.61 Patient protection shield

5.47.62 Basket Stretcher with lifting bridle.

5.47.63 Complete ILS jump bag

5.47.64 Heavy duty wheel chocks,

5.47.65 Jumbo Y

5.47.66 Tally board with 8 tallies

5.47.67 40 ton Pneumatic lift set

5.47.68 Oscillating monitor( 1200lpm)

156

SECTION 6: REAR MOUNTED PUMPER 6.1 MAKE & MODEL Suitable 4x2 wheel drive chassis, with spares easily available in South Africa from the manufacturing company. Suitable Original Equipment Manufacturer (OEM) four door forward control chassis/ tilt cab, with spares easily available in South Africa from the manufacturing company. Cab must comply with Economic Commission of Europe (ECE) Safety Standards. The overall height of the vehicle (OAH) must not exceed 2900 mm. The vehicle must have 4 wheels at the rear. 6.2 STEERING Right hand power steering. 6.3 FORWARD CONTROL TILT CAB Must include

 Heater/defroster

 One (1) dome light, door activated

 3-point seat belts on from outboard seats positions

 Black rubber floor covering

 Tinted glass, all windows

 Intermittent windshield wipers

 Keys – all alike, ignition and cab doors

 Gauge cluster with English electronic speedometer and tachometer, engine oil pressure gauge, water temperature gauge and voltmeter

 Oil temperature gauge

 Electronic hour meter mounted in cluster

 A padded safety bar between the rear seats and front sears.

 A front mounted chromed bulbar complete with winch mounting plate must be provided on the front of the cab.

 The design of the bulbar must be to the satisfaction of the Chief Fire Officer.

 The bull bar must be fitted with four galvanized towing eyes.

157

6.4 CONTROLS AND INDICATORS IN DRIVERS CAB In addition to chassis standard controls and indicators the following items must be installed in the drivers cab:

 visual warning for the main current being switched on

 visual warning for any of the equipment lockers being open

 visual warning for the rear axle being locked (if the feature is installed)

 switch with visual indication for all emergency lighting.

 switch with visual indication for siren unit

 microphone for the public address system

 Visual warning that pump is engaged

 Visual and audio warning for low water level in radiator.

 Visual warning that floodlight is extended.

 Visual warning that safety rails are extended. 6.5 WHEEL BASE 4500 mm 6.6 Gross Vehicle Weight (GVW) 18200kg 6.7 ENGINE Diesel engine with a minimum output of 228kw at 1900 RPM and 1550nM at 1000-1350RPM. Must comply with Euro 3 emission standards. 6.8 TRANSMISSION Automatic 6 speed transmission with torque converter must have at least one overdrive option to get to maximum top speed and factory fitted by the OEM Transmission to be of the electronic type. PTO functions to operate through the transmission computer to maintain constant revs. PTO must be suitable for continuous operation with the fire pump at maximum flow. 6.9 FRAME

 Heat treated alloy steel.

 Two towing eyes must be fitted to the rear chassis. 6.10 FRONT AXLE: Non Driven, rigid knuckle of 6 700kg load capacity 6.11 SINGLE REAR AXLE: Single Live Axle with hypoid gearing, 11 500 kg capacity

6.12 SUSPENSION

158

Front: Twin leaf parabolic springs Rear: Multilink parabolic springs Twin tube shock absorbers front and rear Stabilisers front and rear. 6.13 Tyre size: Front: 315/80R 22.5 Rear: 315/80R 22.5 6.14 BRAKES - Dual circuit airbrakes with ABS. - Automatic slack adjusters 6.15 EXHAUST SYSTEM Single exhaust system, horizontal muffler and tailpipe, aluminized steel, mounted on right side. 6.16 ELECTRICAL SYSTEM 24-volt electrical system, standard equipment 6.17 MASTER BATTERY SWITCH A master battery switch must be provided. If a solenoid type master switch, it must be of the continuous use type and the control must be located on the dash board. 6.18 FUEL TANK Not less than 300 liters. The bidders must diagrammatically indicate the location of the fuel tank. The filling point must not be higher than 1, 2 m. 6.19 CREW COMPARTMENT

 A crew compartment capable of seating four (4) crew members in a full enclosed, seated and belted position.

 Crew compartment seating must be able to accommodate 4 x SCBA brackets in rear crew cab complying with safety regulations with respect to G-Force, and must be ergonomically placed and operated.

159

6.20 SEAT BELTS All seats must be fitted with SABS approved seat belts. 6.21 FRONT MUD FLAPS Fixed aluminum / metal mud flaps to be mounted behind the front chassis wheels. 6.22 REAR AXLE MUD FLAPS The rear tyres must have a set of mud flaps to be mounted behind the rear chassis wheels. The mud flaps must be fitted in such a manner that it must not be entrapped under the wheels when reversing, or in off road conditions. 6.23 WINCH A 24 volt 5400 kg electric reversible winch with 38m of 12.7mm galvanized aircraft type cable and a replaceable clevis hook must be mounted to the chassis frame extension centred at front bumper area, and be controlled with a 2.9m remote control switch. The winch must be supplied with a snatch block and winch blanket. 6.24 PUMP The pump must be Power Take off (PTO) driven of a size and design to mount on the chassis of a commercial truck, and have a low pressure capacity of 4500 LPM at 10 BARS at a lift of 3 meters, in accordance with European Norm (EN) 1028. The pump must be able to pump soiled water without negative impact. The high pressure capacity must be 250 LPM at 40 BARS in accordance with EN 1028. The pump must be driven by the truck chassis engine through a PTO. The engine and PTO must provide sufficient horse-power and revs per minute (RPM) to enable the pump to meet and exceed the specified performance. The entire pump, both suction and discharge passages, must be hydrostatically tested. The pump must be fully tested at the pump manufacturer’s factory and be free from hydraulic pulsation and vibration. The pump body must be vertically split, for easy removal of impellers, wear rings and sealing gland assembly, from the pump without disturbing the mounting of the pump in the chassis. It must also be possible to remove all these items without disturbing the volute, manifolds and associated pipe work. The pump must be capable of simultaneous multi pressure operation. The water seal must be a self-adjusting mechanical type, incorporating a stationary spring-loaded hard carbon ring running against a rotating silicon carbide seat. The seal must be pre-loaded during pump assembly and must require no maintenance or adjustments during its life. The spring must be located on the dry side of the seal. Packing glands or grease seals are not acceptable. The pump must have a pressure relief system to ensure the high pressure cannot exceed 55 bars regardless of pump speed.

160

The pump must include a thermal relief system to ensure that pump water temperature cannot exceed 50o C. Upon shut down the high pressure pump must automatically drain into the low pressure stage from where the whole unit can be drained via a single point. The valve handle controlling the high pressure stage must be easily accessible from the suction tube end of the unit. When high pressure is not required low pressure water must be automatically available at the high pressure discharge outlets. An electrically operated oilless primer, or automatic plunger or automatic water ring primer must be fitted. The primer handle must be mounted on the pump control panel, if applicable. The pump must be fitted with an electronic tachometer sensor. The pump must have a 100mm (115mm lug distance) Storz inlet with a blank cap tied down with a nylon coated cable, on the eye of the pump, and the suction hoses must also be fitted with Storz couplings of the same diameter. In addition the pump must have an additional inlet with a 65mm British Instantaneous male coupling that are connected to the tank to pump feed, that must automatically switch over from tank supply to external feed, via check valves and vice versa based on a pressure differential of 1 bar depending on the source of water supply. The plumbing and valve arrangement must not impact on the ability of the pump to retain vacuum during open source operations. 6.25 DISCHARGE VALVES Four (4) 65mm screw down discharge outlets must be provided at the rear in a side mount position. Each outlet must be fitted with a 65mm British Instantaneous coupling complete with blank cap, with a 5mm hole to prevent pressure build up behind the blank cap. The blank cap must be tied down with a nylon coated cable. Two x 100mm diameter hi vol side discharges with a NFPA or similar approved ball valve and a 115mm lug distance Storz coupling and blank cap must be supplied. The blank cap must be tied down with a nylon coated cable. The side discharge must have a non-return valve.

6.26 PUMP PANEL The pump panel must be situated at a level that staff with a height of 1. 5 m can access, and must be ergonomically laid out, and access must not be hindered by hose lines feeding or leaving the vehicle. 6.27 TANK LEVEL GAUGE – WATER / FOAM A four light tank level gauge must be installed on the pump panel to monitor water / foam tank level. 6.28 FOAM SYSTEM

 An electronically controlled foam system for class A and an electronic or hydraulic driven balanced pressure Class B foam must be fitted.

161

 The induction ratio for the class B foam must be from 1% to 9%, and should be able to individually and simultaneously supply each outlet, and the deck monitor, or when selected the 2 x 100mm outlet/s

 The induction ratio for the class A foam must be from 0.1% to 6%, and should be able to individually and simultaneously supply at least one outlet and the two cross lays.

 The system must have an automatic foam transfer capability for refilling the foam tanks from an external source.

 The vehicle must be fitted with a Compressed Air Foam System (CAFS), which is manufactured by the original pump manufacturer for the pump in question.

 The CAFS system must allow the simultaneous and alternative operation of the hose reels, and at least one 65mm delivery. Combination CAFS/ spray nozzles must be supplied for the 2 x hose reels, as well as for 1 x 65mm outlet.

 If the high pressure hose reels are not CAFS compatible, the vehicle must be supplied with 2 x 38mm x 60 m preconnect lines which are CAFS capable, including CAFS nozzles.

 The CAFS compressor must also be plumbed to allow pneumatic tools. There must be non-return valves between the foam system and water supply to prevent water or foam from pushing back into the foam tanks. The foam system must be configured to be operated from an external source, as well as from the tank. 6.29 BOOSTER TANK The booster tank must be rectangular in configuration and have a capacity of not less than 3000 liters. The entire tank must be manufactured from polyethylene or Glass Reinforced plastics. The tank must have a combination vent and manual fill tower. The tower must be located in the left front corner of the tank. The tank overflow must be 100mm diameter and must dump behind the rear wheels to permit maximum traction. There must be two (2) standard tank openings; one for the tank to pump suction line with an anti-swirl plate and one for a tank fill line. Baffles may be in the form of baffle balls or fixed baffles, which must protect against any water surge during travel mode, irrespective of the volume of the content within the water tank. The baffle ball design must be such as to ensure that it occupies less than 1 % of the tank content. The baffles must ensure a free flow of 98 % of the tank contents during pumping operations. The tank must be mounted on hard rubber cushions to isolate the tank from road shock and vibration. The tank must be completely removable without disturbing or dismounting the apparatus body structure. The tank must be fitted with one (1) 65mm tank inlet. The inlet must be provided with a non-return valve and a 65mm instantaneous adaptor and blank cap. 6.30 FOAM TANK

162

One (1) 100 liter Class A foam tank and one(1) 100 liter Class B foam tank must be provided for and form integral part of the water tank. The foam tanks must have a pumping device to be filled from an external source. The vehicle must be delivered with sufficient class A and 1x3% AR-AFFF class B foam to fill the tanks, as well as an extra 25 liter can of each type to test the foam system with. 6.31 25MM HOSE REEL DISCHARGE The apparatus must be fitted with two 25mm compact electrical 90 degree rewind hose reels with a 508mm wide drum. The frame and reel must be manufactured from zinc-coated mild steel, finish painted with a polyester powder coating. A zinc plated mild steel rewind handle must be provided and mounted for each hose reel. Each hose reel must be fitted with 30m x 25mm high pressure hose and a high pressure, pistol grip ball valve operated nozzle jet/fog nozzle suitable to disperse Compressed Air foam and/or water. The rear corners of the bodywork must be protected by a stainless steel corner piece to protect from damage by the hose reels. 6.32 HOSE DECK A hose deck with two adjustable dividers constructed from aluminum material must be provided for the length of the body from behind the crew cab. A non-scratch shield must be fitted to the rear of the hose bed. The deck area of the super structure must be provided with a self-lock collapsible safety rail that can be extended when staff is to work on the deck. It must be extendable and collapsible from a safe position on the left rear side of the vehicle. The safety rail must not protrude when collapsed. The safety rail must not interfere with any gantry or suction hoses, and must have an indicator inside the cab at the driver’s position to warn that it is extended. The hose deck must be high enough and wide enough to accommodate 180m x 100mm hose, as well as 184m x 65 mm hose and 140m x 45mm hose in a flaked position. The hose deck must be designed to prevent the hose from coming off the deck while driving. 6.33 BODY AND COMPARTMENT FABRICATION The compartments must be fabricated from aluminum material. This include compartment front panel, vertical side, and rear walls, door frames, compartment dividing walls, and compartment ceilings. Structural integrity of the body must be guaranteed for a minimum of 10 years. Bidders must provide the details of how the integrity was determined. The compartment floor construction must permit easy cleaning with a “sweep out” type design. The compartment floor must have a minimum 100mm channel shaped for floor reinforcement. All aluminum extrusions utilized, must be large dimension. All the compartment doors must be fitted with aluminum roller shutter doors, designed for fire engine use.

163

Each roller shutter door must be fitted with a monitor that must monitor whether the roller door is securely closed. No micro switches may be utilized for this function due to the high rate of failure. A failsafe electrically operated central locking system must be provided and must be activated from inside the cab. Each roller shutter door must be fitted with strip illumination within the shutter guide channel. The light must be activated on opening the roller shutter door. The fabrication of the module must be constructed in a welding fixture. Only stainless steel bolts, nuts, and sheet metal screws may be used in mounting exterior trim, hand-ware, or equipment. The use of pop rivets in any portion of the body and compartment construction must not be acceptable, including attachment of trim or mouldings. All compartments must be provided with louvered ventilation units in the lower back wall of the compartments. These louvered vents must be approximately 150mm square. There must be six (6) compartments in total, three on each side, full height, and full depth. This excludes the pump bay. If the chassis requires the moving and relocating of components such as the battery, fuel tank and air tanks to allow for full height compartments, it must be done in a professional way, and not impede on any warranties or safety aspects. The compartments above wheel arch must be at least 1330mm wide and 600mm deep, the forward compartments must have an inside depth measurement of not less than 600mm. and a width at the door opening of 930mm. The rear compartment must have an inside depth measurement of not less than 600mm. and a width at the door opening of not less than 850mm. Compartments must be easily accessible at all heights, and a fold out step with hydraulic stays forming part of the wheel arch, as well as at all other locker compartments must be provided to access the compartments. 6.34 TOW HOOK The vehicle must be fitted with a glove type tow hook fitted to the chassis to enabling towing of heavy duty trailers. The tow hook must be fitted with a shaft, as well as a ball connector. The position of the tow hook must be in such a position that the vehicle must not be damaged while turning a 90 degree corner with a trailer in tow. If the vehicle has a fold down step at the pump compartment, it must not limit the ability to fit a tow hook. In addition, the vehicle must be wired and supplied with an air connection for air brakes to the trailer. 6.35 24 VOLT WIRING SYSTEM The apparatus must be equipped with a heavy-duty 24 volt wiring system. The system must include all parts, components, switches, relays, and wiring to insure complete operation.

164

All wiring must be performed by an accredited and certified Auto Electrician. 6.36 SECOND BATTERY SET A second set of batteries must be provided and must duplicate the vehicle’s primary set of batteries. All auxiliary equipment must be powered from the secondary battery set. The system must be so connected that, with the engine stationery, the battery sets must be disconnected from each other. When the alternator is charging (engine running), the battery sets must be connected in parallel by means of a DC to DC battery management system. The alternator must be connected to the primary set of batteries. The secondary batteries must be lead crystal batteries. 6.36.1 Battery Charger

A battery trickle charging system must be installed and connected directly to the shoreline to ensure the batteries remain fully charged while the vehicle is in the fire station. The shoreline connection must be located adjacent to the crew seat. A pilot light must be provided on the dash to indicate when the electrical supply is connected to the charging system.

6.36.2 Electrical Lead A 25m electrical lead must be supplied to connect the charger to the electrical supply. 6.37 ELECTRICAL INSTALLATION Electrical wiring and equipment must be installed utilizing the following:

 All holes made in the body and cab roof must be caulked with silicone. Large fender washers, liberally caulked, must be used when fastening equipment to the underside of the cab and crew cab roof.

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

 A coil of wire must be provided behind an electrical appliance to allow them to be pulled away from mounting area for inspection and service work.

 Corrosion preventative compound must be applicable to all terminal plugs located outside of the cab or body.

 All lights that have their sockets in a weather exposed area must have corrosion preventative compound added to the socket terminal area.

 All electrical terminals in weather exposed areas must have silicone applied completely over the metal portion of the terminal.

 Loom must be provided over all-weather exposed wiring.

 The original vehicle standard light cluster must be fitted at the rear of the vehicle.

 Light functions must include running lights, brake lights, turn signal lights and back-up lights.

 One (1) 100 mm circular single bulb light or LED strip lights must be mounted in each body compartment and must be wired to a master on/off rocker switch on the cab dash. The light must be in a resilient shock absorbent mount for improved bulb life. The wiring connection must be made

165

with a weather resistant plug in style connector. A compartment light with a switch must be installed to illuminate the pump area for service.

 A license plate light must be installed on the rear of the vehicle.

 Two (2) lights or LED strip lights must be mounted under a light shield directly above each pump panel. The work light switch in the cab must activate the lights when the park brake is set. 6.38 SIREN SYSTEM One (1) 24 volt PA Siren system must be supplied and fitted to the vehicle dashboard One (1) 100 watt speaker must be provided and fitted. A solid state electronic siren to the satisfaction of the Chief Fire Officer with attached noise-canceling microphone must be installed. Operating modes must include Hi-Lo, yelp, wail; P.A., air horn and radio re-broadcast, and must include a Tap feature 6.39 WARNING LIGHTS

 A suitable light bar to comply with NFPA 1901 must be mounted on the cab roof of the vehicle  Two (2) red 360 degree LED lights with a polycarbonate base, a single 55-watt halogen lamp, and a twist-on dome must be mounted at the rear of the vehicle. The lights must be visible at a 30 degree angle from ground level from the back and the sides of the vehicle.

 Two alternating flashing red LED lights must be mounted at the rear of the vehicle on each side, not smaller than 120 mm x 70mm. 6.40 LOWER LEVEL WARNING LIGHTS Four (4) Light Emitting Diode (LED) flashing safety warning lights and eight (8) halogen lights, all with red lenses, must be provided. Lower level warning lights must be mounted as follows to comply with NFPA 1901: . Zone A – Four (4) LED flashing safety warning lights on the front of the apparatus facing forward, one (1) on each side above the headlights and inboard of the front turn signals, forming a downward V pattern. . Zone B – Seven (7) LED flashing safety warning lights on each side of the apparatus One (1) 6 cluster LED flashing safety warning light at the forward-most point (as is practical) mounted on the front bumper, one (1) 6 cluster LED flashing safety warning light midships, (1) 6 cluster LED flashing safety warning light at the rearward-most point (as is practical), and four (4) x 4 cluster LED flashing lights located across the rub rail. . Zone C – Four x 6 cluster LED flashing safety warning light at the rear of the apparatus, mounted in the rub rail, two ‘(2) on each side, facing rearward.

 A lighted rocker switch on the cab instrument panel, labeled “Lower Level Warning” must control the lights. 6.41 WORK LIGHTS At least two work lights must be fitted to the rear of the vehicle with on / off switches operated from the work deck area. 6.42 HYDRAULIC LADDER GANTRY

166

A hydraulic ladder gantry must be mounted on the right side of the body. The gantry must allow for removal of the ladder from the ground position without having to get on to the vehicle. The gantry must be secured sufficiently to prevent from swaying whilst driving. 6.43 BEAM SUCTION HOSE GANTRY A manually or electric drive beam suction hose gantry must be mounted on the left side of the body. The gantry must house the suction hoses and a basket stretcher, and allow for removal of the items without having to get on to the vehicle. The gantry must be secured sufficiently to prevent from swaying whilst driving. 6.44 FLOODLIGHT

 A pneumatic light mast with 2000 watt lights or equivalent capacity LED lights, as well as a suitably powered generator of 2500 kva must be supplied and fitted

 The mast must house automatically as soon as the parking brake is disengaged. 6.45 PUMP ADAPTOR A three way pump adaptor to fit the pump inlet, with non-return valves and two 65mm British Instantaneous (BI) male inlets and one 115mm lug distance Storz inlet must be supplied. The adaptor when fitted must not protrude in a manner preventing the pump bay to be closed. 6.46 AUXILLIARY EQUIPMENT

All equipment for which a NFPA and/or EN standard exists must comply with the standards.

6.46.1(a) National Fire Protection Association (NFPA) approved aluminum ladder of 7.3m –2 sections,

6.46.1(b) Roof ladder

6.46.2 Three meter hard suction hoses with 115mm lug distance Storz couplings

6.46.3 2.8 m ceiling hook

6.46.4 Flat headed axe

6.46.5 Pick headed axe, manufactured for the fire service.

6.46.6 Chrome barrel strainer fitting the suction hoses( Storz)

6.46.7 Low level strainer fitting the suction hoses ( Storz)

6.46.8 Pry Axe.

6.46.9 Hydraulic Door Breaker.

6.46.10 Halligan Tool.

6.46.11 Storz Spanners

6.46.12 Rubber Mallet

167

6.46.13 18 m x 18mm Static Suction Hose Rope

6.46.14 2.5 kva Generator

6.46.15 Electrical reel with 30m cable

6.46.16 Carborundum Cutter

6.46.17 Chainsaw with 720 mm blade.

6.46.18 100mm Woodlands to 115mm Storz adaptor.

6.46.19 100mm Woodlands to 65mm British Instantaneous Female coupling adaptor.

6.46.20 Bayonette type Standpipe, key and bar.

6.46.21 LRT thread type Standpipe, key and bar.

6.46.22 LVT thread type standpipe.

6.46.23 Pretoria type hydrant adaptor.

6.46.24 Fourway hydrant Key

6.46.25 Hydrant Wheel

6.46.26 18 inch Positive Pressure ventilator.

6.46.27 30 m x100mm Type 3 fire hose with Storz Couplings

6.46.28 23 m x 65mm type 3 fire hose with BI couplings

6.46.29 23m x 45mm Type 3 fire hose with BI couplings

6.46.30 225l/min to 900l/min adjustable nozzles.( suitable to operate at low pressure)

6.46.31 Low Expansion foam attachments to fit the nozzles.

6.46.32 400 lpm spearbranch(1.2 m with British Instantaneous coupling)

6.46.33 450l/min inductor.

6.46.34 450l/min medium expansion foam branch.

6.46.35 65mm British Instantaneous male couplings to 115mm lug distance Storz adaptors.

3 x 65mm Hand Controlled British Instantaneous female coupling to 115mm lug distance Storz 6.46.36 divider.( Water thief)

6.46.37 Heavy duty 3mx 3m PVC salvage sheet, with tie down holes

6.46.38 Heavy duty 6mx 6m PVC salvage sheet, with tie down holes

6.46.39 9kg DCP extinguishers

6.46.40 6.9 kg Carbon Dioxide extinguishers

6.46.41 Safety Fuel Cans(10 liter capacity each)

6.46.42 Heavy duty wheel chocks, suitable for the vehicle as offered.

168

6.46.43 Spade

6.46.44 Pitchfork

6.46.45 Shovel

6.46.46 Heavy duty Industrial broom

6.46.47 800mm Crow bar

6.46.48 Medium bolt cutter( Solid arms and replaceable blades)

6.46.49 Large bolt cutter( Solid arms and replaceable blades)

6.46.50 1.8kg hammer

6.46.51 Sledge hammer

6.46.52 450 mm Road Traffic Cones with reflective sleeve.

6.46.53 Hand controlled Dividing Bridging Piece

6.46.54 Foldable Drum Trolley

6.46.55 Sill shortening tool

6.46.56 Vehicle Stabilisation kit

6.46.57 Confined Space ventilator

6.46.58 SRS protector

6.46.59 Glass Management Kit

6.46.60 Soft Edge Protection

6.46.61 Steps and Chocks

6.46.62 Patient protection shield

6.46.63 Basket Stretcher with lifting bridle.

6.46.64 Complete ILS jump bag

6.46.65 Heavy duty wheel chocks,

6.46.66 Jumbo Y

6.46.67 Tally board with 8 tallies

6.46.68 40 ton Pneumatic lift set

6.46.69 Oscillating monitor( 1200lpm)

169

SECTION 7: GRASS FIRE UNIT 7.1 Make & Model: Suitable 4.2 liter diesel engine four wheel drive vehicle with a legal payload of at least 1, 25 ton carrying capacity, with solid axles, high and low range gearbox, and at least a rear differential lock, as well as a driver side airbag, with spares easily available in South Africa from the manufacturing company. The vehicle suspension must match the load which will be exerted on the vehicles dynamic components. 7.2 Seat covers: The seats must be covered with durable, dark grey rip stop seat covers, which are easy to clean, and with water repelling characteristics. 7.3 Snorkel: The vehicle must be fitted with an Original Equipment manufacturer approved roof height snorkel to prevent dust, smoke and soot from entering the vehicle. 7.4 Tow bar The vehicle must be fitted with a heavy duty tow bar bumper, with an adjustable tow hook. 7.5 Recovery Points The vehicle must have 2 recovery points to the chassis in the front and two recovery points to the chassis at the rear, rated to safely recover the vehicle at fully loaded weight. 7.6 Roll Over bar and Bull bar. The vehicle must be fitted with a heavy duty Roll over bar and a bull bar with a mounting for an electrical winch. The bulbar must have a safe anchor point for doubling up of the winch cable. The roll over bar can form part of the skid unit frame. 7.7 Winch A winch of 4000 kg capacity must be fitted with a remote control, and be supplied together with a snatch block, 4 ton bow shackle and winch blanket. 7.8 Load box The load box must be rubberized. 7.9 Warning Lights and Siren A rotating light bar with red lenses, a Public address system and three way siren must be fitted to the vehicle. The speaker must be 100watt. At least 2 x four cluster Red Light Emitting Diode emergency warning lights with a flashing unit must be fitted at the rear flap of the vehicle in a position where it must not be damaged. Three (3) x four cluster Red flashing LED Emergency warning lights must be fitted on each side of the vehicle. The load box must be fitted with a removable firefighting unit of the following specification: 7.10 FIRE FIGHTING UNIT  400 liter water tank manufactured of polypropylene or Glass Reinforced Fibre.  Sufficient baffling

170

 A vent with the combined same square cross area as the filler pipe to prevent tank collapse during filling and pumping.  A 64 mm British Instantaneous (BI) male filling point with a ball valve, designed for firefighting purposes. The filling point must be designed to lower the filling rate of the tank to a velocity that must not damage the tank during filling.  A frame to fit into the load box of the vehicle, with suitable fastening points, and a lifting point.  The tank must be strapped down onto the frame with synthetic tie downs that can absorb upward forces at speed.  A fixture to place 25 liter foam can. The vehicle must be delivered with sufficient class A to fill the tank, as well as an extra 25 liter can of each type to test the foam system with.  A watertight ventilated locker to store small equipment in, on top of the water tank. The locker must be of a thickness and strong enough to carry two standpipes, a key and bar, as well as a spade, and a safety fuel container on the outside wall of the locker.  The locker must be fitted with a tiltable slide out tray at each side that can support 100kg, when extended.  The locker must have two gull wing doors with heavy duty gas struts and auto latches that must remain secure during off road conditions.  A hose chute to carry 30 meters of cross lay 38mm Type 3 hose must also be fitted to the rear of the locker.  Suitable illumination over the pump area.  An adjustable set of spot lights to provide illumination on both sides of the vehicle, whilst working at night.  The weight distribution must ensure maximum stability of the vehicle.  A diagram of the layout and weight distribution must be supplied.  7.10.1 The vehicle must be supplied and fitted with:  7.10.1.1 1x first floor ladder on a suitable gantry,  7.10.1.1.2 1 x Medium Bolt cutter with solid handles and replaceable tips,  7.10.1.1.3 Suction hoses (3 meters in combined length),  7.10.1.1.4 Two standpipes( 1 x Bayonette and 1 x LVT),  7.10.1.1.5 1 x four way hydrant key,  7.10.1.1.6 1x hydrant wheel,  7.10.1.1.7 1 x key and bar,  7.10.1.1.8 1x spade,  7.10.1.1.9 1 x safety fuel container,  7.10.1.1.10 30m x 38 mm Type 3 hose, with a suitable selectable nozzle of 95 liter per minute to 400 liter per minute at 7 bar, with a low pressure foam attachment.  7.10.1.1.11 Other equipment to be supplied by the Emergency Services must also be mounted.

171

7.11 Pump Specification

 Engine

 4 cycle air cooled single cylinder OHV engine of 17.2 kw

 Electric starter with backup recoil starter.

 Fuel tank of at least 5.7 liter

 Detachable 4 stage centrifugal pump end, with a quick release pump clamp.

 Belt driven speed increaser.

 Stainless steel shaft and anodized pump parts for corrosion resistance

 Mechanical rotary seal

 Governor system for protection of over speeding

 51 mm suction threads NH38 mm discharge with a controllable manifold to provide water to two hose reels.

 Electrical oilless priming system. Priming water should be dumped outside of the vehicle and behind the rear wheels.

 Pressure relief/By pass valve to bypass excess water back into the watertank.

 Control panel , incorporating a liquid filled pressure gauge from 0 to 4200 kpa, hour meter, volt meter, low water pressure safety cut out switch, throttle cable, low oil pressure warning light, liquid level monitor, electric hose reel control and spotlight.

 Adjustable Foam system to be included for class A foam ranging from 0.1% to 6%.

 All movable parts must be properly enclosed from a safety perspective.  One hose reel with UV resistant reinforced rubber hose of a 15 mm inside diameter and 50 meter length, able to withstand all pressures that the pump can imply on the hose, with a high pressure adjustable fog/jet nozzle.  One hose reel with Ultra Violet reinforced rubber hose of a 20 mm inside diameter and 50 meter length, able to withstand all pressures that the pump can imply on the hose, with an adjustable spray/ jet foam nozzle  The reels must be clear anodized alluminium, with solid sides with electrical rewind. The battery must be of a sufficient capacity to power the rewind motors, as well as to start the pump engine.  The reel must be fitted with a caliper brake.  The reel must be fitted with a roller and spool.  The pump must be plumbed and able to operate from an external pressurized water supply, as well as from an open water source.  Plumbing and valves must be of a quality to ensure that the pump does not loose prime during operations, conform to National Fire Protection Agency( NFPA) or ( European Commission) EN standards for fire fighting vehicles, and must be UV(Ultra Violet ) and foam resistant.

172

 The pump must be mounted to the rear of the water tank, and in a position that must allow a positive feed into the pump. The pump must be protected from water spillages from the tank. The plumbing and valves must be designed in an ergonomical way that does not require opening the rear flap, except when working from an external source.  The pump must be connected to the main electrical unit through 12 volt DC to DC charger and battery conditioner, with an amp rate of not less than 10 amps, as well as an Anderson type plug, to ensure constant battery charging of the pump battery.

173

SECTION 8: COMPRESSED AIR FOAM SYSTEM (CAFS) OFF ROAD FIRE UNIT 8.1 Make & Model: Four door cab 4 x 4 diesel engine truck complying with ECE –R29 cab strength standard. GVM: 6,500 kg GCM: 10,000 kg Power: 110 kW @ 2,600 rpm Torque: 404 Nm @ 1,600 - 2,600 rpm Driver and passenger airbag with seatbelt pretension Electric control switches for high/low range and 4WD engagement Wide 850 mm frame with parallel rails and rivetless top flange Electric mirrors Front stabilizer bar Cornering lamps Induction system: Electronically controlled variable nozzle turbocharger with air-to-air intercooler. Fuel injection: Direct injection high pressure common rail system. CLUTCH • Auto adjusting hydraulic control with vacuum assistance. Single plate of a minimum of 325 mm diameter. • Total lining area: Minimum of 966 cm² TRANSMISSION • 5 speed manual with Synchromesh on gears 1-5. TRANSFER GEARBOX: • Part time 4WD. • High ratio 1.00:1

 Low ratio 1.842:1 AXLES • Full floating Banjo type. Constant velocity outer joints and manual lock front hubs. 2,800 kg capacity • Drive ratio 5.125:1 Rear: • Full floating Banjo type. Four pinion limited slip differential. 6,600 kg capacity.

174

• Drive ratio: 5.125:1 SUSPENSION Front: • Single stage alloy steel multi leaf springs. • Double acting hydraulic shock absorbers with a Stabilizer bar. Rear: • Multi leaf main spring, multi leaf helper spring. • Double acting hydraulic shock absorbers. BRAKES • Front and rear drum brakes with dual circuit hydraulic control, vacuum assistance and load sensing proportioning valve. • Front drum size: 320 x 75 mm • Rear drum size: 320 x 100 mm • 190 mm diameter drum park brake mounted on rear of transmission. • Vacuum controlled exhaust brake. STEERING • Power assisted recirculating ball steering. WHEELS AND TYRES • 17.5 x 6.00 steel wheels. • 8.5R 17.5 121/120L On/Off road truck tyres. • Maximum tyre rating: Front axle: 2,900 kg Rear axle: 5,600 kg • 1 frame mounted spare wheel and tyre assembly. CHASSIS FRAME Cold riveted ladder frame with weldable steel side members. Parallel side rails and rivetless top flange. Minimum Frame dimensions: Side rail (mm): 216 x 70 x 6.0 Rear frame width (mm): 850 FUEL TANK • Frame mounted 140L steel fuel tank. • Lockable fuel cap.

175

ELECTRICAL SYSTEM • 24 volt electrical system. • 2 x batteries connected in series. SAFETY Driver and outboard front passenger airbag. The vehicle must be fitted with reversing cameras and reversing sensors. 8.2 Seat covers: The seats must be covered with durable, dark grey rip stop seat covers, which are easy to clean, and with water repelling characteristics. 8.3 Snorkel: The vehicle must be fitted with an Original Equipment manufacturer approved roof height snorkel to prevent dust, smoke and soot from entering the vehicle. 8.4 Tow bar The vehicle must be supplied with a 3,500kg rated tow bar with a ball and a pin hook. 8.5 Recovery Points The vehicle must have 2 recovery points to the chassis in the front and two recovery points to the chassis at the rear, rated to safely recover the vehicle at fully loaded weight. 8.6 Roll Over bar and Bull bar. The vehicle must be fitted with a heavy duty Roll over bar and an Airbag compatible with a mounting for an electrical winch. The bulbar must have a safe anchor point for doubling up of the winch cable. The roll over bar can form part of the skid unit frame. 8.7 Winch A winch of 4000 kg capacity must be fitted with a remote control, and be supplied together with a snatch block, 4 ton bow shackle and winch blanket. 8.8 Load box The vehicle must have a drop side load box and the load box must be rubberized. 8.9 Warning Lights and Siren A rotating light bar with red lenses, a Public address system and three way siren must be fitted to the vehicle. The speaker must be 100watt. At least 2 x four cluster Red Light Emitting Diode emergency warning lights with a flashing unit must be fitted at the rear flap of the vehicle in a position where it must not be damaged. Three (3) x four cluster Red flashing LED Emergency warning lights must be fitted on each side of the vehicle. The load box must be fitted with a removable firefighting unit of the following specification: 8.10 FIRE FIGHTING UNIT  1800 liter water tank manufactured of polypropylene or Glass Reinforced Fibre.

176

 Sufficient baffling  A vent with the combined same square cross area as the filler pipe to prevent tank collapse during filling and pumping.  A 64 mm British Instantaneous (BI) male filling point with a ball valve, designed for firefighting purposes. The filling point must be designed to lower the filling rate of the tank to a velocity that must not damage the tank during filling.  A frame to fit into the load box of the vehicle, with suitable fastening points, and a lifting point.  The tank must be strapped down onto the frame with synthetic tie downs that can absorb upward forces at speed.  A fixture to place 25 liter foam can. The vehicle must be delivered with sufficient class A to fill the tank, as well as an extra 25 liter can of each type to test the foam system with.  A watertight ventilated locker to store small equipment in, on top of the water tank. The locker must be of a thickness and strong enough to carry two standpipes, a key and bar, as well as a spade, and a safety fuel container on the outside wall of the locker.  The locker must be fitted with a tiltable slide out tray at each side that can support 100kg, when extended.  The locker must have two gull wing doors with heavy duty gas struts and auto latches that must remain secure during off road conditions.  A hose chute to carry 30 meters of cross lay 38mm Type 3 hose must also be fitted to the rear of the locker.  Suitable illumination over the pump area.  An adjustable set of spot lights to provide illumination on both sides of the vehicle, whilst working at night.  The weight distribution must ensure maximum stability of the vehicle.  A diagram of the layout and weight distribution must be supplied.  8.10.1 The vehicle must be supplied and fitted with:  8.10.1.1 1x first floor ladder on a suitable gantry,  8.10.1.1.2 1 x Medium Bolt cutter with solid handles and replaceable tips,  8.10.1.1.3 Suction hoses (3 meters in combined length),  8.10.1.1.4 Two standpipes( 1 x Bayonette and 1 x LVT),  8.10.1.1.5 1 x four way hydrant key,  8.10.1.1.6 1x hydrant wheel,  8.10.1.1.7 1 x key and bar,  8.10.1.1.8 1x spade,  8.10.1.1.9 1 x safety fuel container,  8.10.1.1.10 30m x 38 mm Type 3 hose, with a suitable selectable nozzle of 95 liter per minute to 400 liter per minute at 7 bar, with a low pressure foam attachment.

177

 8.10.1.1.11 Other equipment to be supplied by the Emergency Services must also be mounted. 8.11 Pump Specification The vehicle must have 2 self-driven pump units, of which one must be a Compressed Air Foam System CAFS unit, and the other a positive displacement pump. a) CAFS Unit pump This specification provides a “self-contained” gasoline powered “slide-in” type Compressed Air Foam System (CAFS). The CAFS shall be designed to fit into the back of a standard length and width truck as above, or in a fire service body. The CAFS must be able to discharge water only, air only, foam solution only or compressed air foam from the same discharge outlet. The consistency of the compressed air foam (expansion ratio), wet/dry must be fully adjustable.

178

Engine

 4 cycle air cooled single cylinder OHV engine of 17.2 kw

 Electric starter with backup recoil starter.

 Fuel tank of at least 5.7 liter Pump 313 L/M & 1132L/M (air) @ 6.9 bar - CAFS 946 L/M @ 2.8 bar - Water only 1133 L/M @ 8.6 bar - Air only

 Single stage centrifugal pump with a vertically split aluminum case. The pump must have a replaceable bronze impeller and seal rings on a stainless steel shaft. The pump seal must be of a mechanical design.

 The water pump must be directly driven off the engine crankshaft. The air compressor must be belt driven off the engine crankshaft to the side of the engine. The complete drive system must have a 2,000 hour rated service life and must be designed and rated for the imposed speed and load.

 Governor system for protection of over speeding

 51 mm suction threads NH38 mm discharge with a controllable manifold to provide water to two hose reels.

 Electrical oilless priming system. Priming water should be dumped outside of the vehicle and behind the rear wheels.

 Pressure relief/By pass valve to bypass excess water back into the Watertank. Control Panel

 The control panel must be precision cut, 16gauge stainless steel cover overlaid with integrated labels. The instruments, indicators and controls that are located on the control panel must be positioned in a logical manner and clearly marked to provide for simple and easy operation. The following items shall be mounted on the control panel:

 1. Pump Panel LED light strip

 2. Foam Solution Control Valve (Wet/Dry Foam)

 3. Water Only Discharge Valve; 2½” NH Male Outlet

 4. Tank to Pump Valve

 5. 2½” NH Male Suction Inlet with Cap

 6. Prime Valve Controls

 7. Fast Foam 50 control

 8. Air Valve control

 9. Operating instructions

179

 10. CAF discharge

 11. Water Level gauge

 12. Foam Level gauge

 13. Compressor Alarm

 14. Compressor Overheat light

 15. 2½” Master Water Pressure Gauge

 16. 2½” Master Air Pressure Gauge

 17. Engine Throttle

 18. Engine Control

 a. Hour Meter / Tachometer

 b. Ignition Switch

 c. Low Engine Oil PSI Light

 d. Choke

 e. Electric hose reel control

 f. Spotlight Labels

 All controls, inlets and discharges must be clearly labeled. The labels must comply with applicable NFPA standards.

 The pump must be plumbed and able to operate from an external pressurized water supply, as well as from an open water source.

 Plumbing and valves must be of a quality to ensure that the pump does not loose prime during operations, conform to National Fire Protection Agency( NFPA) or ( European Commission) EN standards for fire fighting vehicles, and must be UV(Ultra Violet ) and foam resistant.

 The pump must be mounted to the rear of the water tank, and in a position that must allow a positive feed into the pump. The pump must be protected from water spillages from the tank. The plumbing and valves must be designed in an ergonomically way that does not require opening the rear flap, except when working from an external source. Plumbing, Hoses and Lines

 All piping must be stainless steel.

 Grooved end pipe couplings are required for flexibility and movement of system components on mobile equipment. Hydraulic hoses may only be used for air injection lines and not control air lines.

 Flexible piping may be used where applicable.

 Check valves are required throughout the system to maintain integrity and must be placed so that the air, water foam and foam solution do not inadvertently mix.

180

 Drain cocks must be provided on the water pump to prevent freeze damage.

 Tank to Pump

 There shall be a brass two piece 2½” tank to pump valve fitted in the module and controlled from the operator’s panel. Inlets

 A 2½” NH male suction inlet with cap and lanyard shall be provided on the operator’s panel. Water Only Outlet

 There must be one 64 mm BIC water only discharge with a50 mm valve provided on the control panel. The valve must terminate in a BIC female coupling cap and lanyard. CAF Outlet

 There must be one (1) CAF mix point. There must be a 38 mm NH Male CAF outlet on the panel, controlled by the single mix point.

 The CAF outlet must be fitted with a quarter turn ball brass valve cross- extension to allow the hose reels to be CAF capable as well, and not compromising the CAF outlet.

 A master discharge butterfly check valve must be installed on the mix point to prevent foam from back flowing into the pump.

 The CAF mix point controls must be grouped together on the panel with easy to read calibration marks indicated on the panel. The mix point foam solution valve must be a 38 mm ball valve. Foam Concentrate Proportioner

 Adjustable Foam system to be included for class A foam ranging from 0.1% to 6%. The automatic foam proportioner must be provided and installed to inject foam concentrate into all foam discharges. The proportioner shall automatically meter the correct percentage of foam concentrate, based on current flow, into the water stream. A check valve must be provided ahead of the foam injection point to prevent foam solution back-flow. The concentrate pump must be a 12VDC, electrically driven, positive displacement pump. The concentrate pump must be rated to flow 1.89L/min @ 10.3b.

 The proportioner on/off switch, ratio controls, operating instructions and low concentrate warning light must be mounted on the pump panel. Air Compressor

 The air compressor must be of the encapsulated screw type, designed and installed to supply a minimum of 1416 L/min @ 8.6 bar of free air at maximum engine rpm. The compressor air/oil receiver must be built and designed by the compressor manufacturer.

 All air-lines must be rated to a minimum of 17.24 bar.

 All control air fittings must be of brass of chrome construction. Stainless steel or brass check valves must be utilized at air injection points to prevent water/solution back-flow into air-lines.

 All movable parts must be properly enclosed from a safety perspective.  Two hose reels with Ultra Violet reinforced rubber hose of a 32 mm inside diameter and 50 meter length, able to withstand all pressures that the pump can imply on the hose, with an

181

adjustable CAFS/spray/ jet foam nozzles. The hose reels must be plumbed to the CAFS outlet with shut off valves.  The reels must be clear anodized alluminium, with solid sides with electrical rewind. The battery must be of a sufficient capacity to power the rewind motors, as well as to start the pump engine.  The reel must be fitted with a caliper brake.  The reel must be fitted with a roller and spool. Electrical System

 All electrical equipment installed by the manufacturer must conform to current automotive electrical system standards and the requirements of the applicable NFPA apparatus standards. The wiring must be individually and permanently color and function coded. All exposed wiring must run in a loom with a minimum of 137.8°C rating.

 All wiring looms must be properly supported and attached to frame members along the entire run.

 At any point where wire or looms must pass through metal, rubber grommets must be installed to protect the wire from abrasion.

 The main low voltage electrical terminal block and circuit breaker panel must be provided behind the pump operator’s panel in a location providing easy service access. The electrical connections must be made using heat shrink and/or weatherproof connectors. All electrical circuits must be protected with automatic reset circuit breakers or fuses. • The pump must be connected to the main electrical unit through 12 volt DC to DC charger and battery conditioner, with an amp rate of not less than 10 amps, as well as an Anderson type plug, to ensure constant battery charging of the pump battery. Corrosion Resistance Treatments Die electric tape must be used throughout the construction of the module for dissimilar metal contact surfaces. This must include, but not be limited to control panel to frame, engine mounts to frame, and solution injection unit to frame. All Stainless Steel screws, which secure the Stainless Steel panel to the aluminum frame, must be treated with dielectric liquid. All electrical ground connections to the frame must be treated with dielectric silicone compound. Wire ends must have waterproof and corrosion resistant shrink tube, adhesive lined type terminals and connectors. The entire surface of the electric fuse / connection box must be treated with a urethane seal coat, to seal out moisture. b) Positive pressure pump

Engine

• 4 cycle air cooled single cylinder OHV engine of 17.2 kW

• Electric starter with backup recoil starter.

• Fuel tank of at least 5.7 liter

182

 A pump, with an adjustable flow of 18 to 120 l/min and an adjustable pressure of 1000 kpa to 4000 kpa, with an adjustable pressure relief and bypass valve, as well as pressure gauge and a compensating vessel in case of a positive displacement pump to ensure smooth flow..

 The motor must have an electric starter, with a battery being charged from the vehicles power supply, as well as a manual start.

 All movable parts must be properly enclosed from a safety perspective.

 One electric rewind hose reel with caliper brakes and guides with reinforced rubber hose of a 15 mm inside diameter and 50 meter length, able to withstand all pressures that the pump can imply on the hose, with a high pressure adjustable fog/jet nozzle.

 One electric rewind hose reel with caliper brakes and guides with reinforced rubber hose of a 20 mm inside diameter and 50 meter length, able to withstand all pressures that the pump can imply on the hose, with an adjustable spray/ jet foam nozzle

 Suitable illumination over the pump area.

183

SECTION 9: WATERTANKER/PUMPER 9.1 CHASSIS 9.1.2 MAKE & MODEL: Suitable 6 x 4 wheel drive forward control chassis/ tilt cab, with spares easily available in South Africa from the manufacturing company. Cab must comply with Economic Committee of Europe (ECE) Safety Standards 9.2 WHEEL BASE: Wheel base not more than 5400mm (from centre front wheel to centre of rear axles) The overhang from the centre of the rear axles to the back of the vehicle must not exceed 2350mm. 9.3 GVW: 34 500 kg 9.4 ENGINE:

 Required minimum output 302 kW x 1900 RPM, 2000 Nm torque at 1100rpm to 1300rpm.

 Air cleaner restriction gauge (Filter Minder) mounted in instrument panel

 Auxiliary engine water cooler

 Fan drive

 Must comply to Euro 3 9.5 TRANSMISSION: Fully Automatic six Shift with built in retarder. 9.6 FRAME:

 Heat-treated alloy steel.

 Two towing eyes must be bolted to the rear chassis.

9.7 FRONT AXLE: I-Beam type 8 500 kg capacity includes: Shock Absorbers (2) Right Hand Steer 8 500 kg leaf springs

9.8 REAR TANDEM AXLE: Single reduction, 26 000 kg capacity

184

Diff lock Rear axle magnetic drain plug 9.9 SUSPENSION:

 Front- parabolic springs

 Rear- parabolic springs

 Twin tube shock absorbers in the front and rear.

 Front and rear stabilizers. 9.10 BRAKES:

 Air, dual system with ABS 4 channel.

 Automatic slack adjusters – front and rear

 Air processing system

 Dual air pressure gauge,

 Dust shields, front and rear

 Spring actuated parking brake cylinder acting on rear wheels

 Automatic drain valve with heater located at air tank

 Air dryer with heater

 13.2 air compressor

 Air actuated engine brake 9.11 EXHAUST SYSTEM:

 Single exhaust system, horizontal muffler and tailpipe, aluminized steel, mounted on right side 9.12 ELECTRICAL SYSTEM:

 24-volt electrical system, standard equipment 9.13 FUEL TANK:

 Rectangular steel, 300 liter capacity 9.14 FORWARD CONTROL TILT CAB MUST INCLUDE:

 Heater/defroster

 One (1) dome light, door activated

 3-point seat belts on from outboard seats positions

 Black rubber floor covering

 Tinted glass, all windows

 Intermittent windshield wipers

185

 Keys – all alike, ignition and cab doors

 Gauge cluster with English electronic speedometer and tachometer, engine oil pressure gauge, water temperature gauge and voltmeter

 Oil temperature gauge

 Electronic hour meter mounted in cluster

 A front mounted chromed bulbar complete with winch mounting plate must be provided on the front of the cab.

 The design of the bulbar must be to the satisfaction of the Chief Fire Officer.

 The bull bar must be fitted with four galvanized towing eyes. 9.15 TYRES: Front - Two (2) 315/80R22.5 Rear - Eight (8) 315/80R22.5 The vehicle must be able to maintain a speed of 100 km/h, and must have sufficient acceleration to maintain a speed of 60 km/h in urban conditions 9.16 MASTER BATTERY SWITCH A master battery switch must be provided. If a solenoid type master switch, it must be of the continuous use type and the control must be located on the dash board. 9.17 CONTROLS AND INDICATORS IN DRIVERS CAB In addition to chassis standard controls and indicators the following items must be installed in the drivers cab:

 visual warning for the main current being switched on

 visual warning for any of the equipment lockers being open

 visual warning for the rear axle being locked (if the feature is installed)

 switch with visual indication for all emergency lighting.

 switch with visual indication for siren unit

 microphone for the public address system

 Visual warning that pump is engaged

 Visual and audio warning for low water level in radiator.

 Visual warning that floodlight is extended.

 Visual warning that safety rails are extended. 9.18 WATER MONITOR A remote controlled water monitor on an automatically extended piping must be connected onto the piping system and placed at the left hand corner of the pump compartment in a position that the pump operator can

186 operate the monitor. The monitor must be made of light alloy and be fitted with a jet/fog nozzle with a maximum nominal capacity of 3800 l/min and be suitable for foam application as well. A foam nozzle attachment must be supplied for the monitor. 9.19 FIRE PUMP

 A 4700 l/min @ 10 bar mid-ship, side control purpose built fire pump with four (4) side discharges with British Instantaneous (B.I) couplings must be fitted.

 Two 100mm diameter high volume side discharges with a 115mm lug distance Storz coupling must be supplied, on at each side. The discharges must have a non-return valve and oblique downwards extension.

 The pump must fully comply with National Fire Protection Association (NFPA) 1901, including the relief valve.

 Two alluminium hose reel drums (electrically operated) with 50 meter of 25 mm inner diameter high pressure hose and adjustable nozzles (NFPA compliant) must be fitted on top of the pump compartment.

 The pump must be driven by a high performance continuous operation Power take off (PTO).

 Two x 127mm diameter suction port with 127mm male threads and removable screens must be provided on the pump panel on opposite sides of the vehicle. The suction port must be provided with a 115mm lug distance adaptor with a gate valve and pressure relieve valve on the left side, and a three way collecting head with non-return valves on the right hand side. The adaptors must be manufactured from anodized alluminium alloy and comply with NFPA or European Norm (EN) standards.

 The pump must be mounted on the chassis rails.

 Plumbing must be made of stainless steel (class 10). The plumbing must provide for filling the tank either through the pump, as well as from a separate tank fill inlet with a valve.

 The priming pump must be electrically driven, oil-less, and must have a priming control at the pump operator’s position

 The pump engagement shift must be dash mounted with a pump in gear indicator light on the cab dashboard and the pump panel

 A vernier throttle to control engine RPM’s must be mounted at the pump operators position

 Two dual faced compound vacuum / pressure gauges, filled with a liquid solution must be installed on the pump panel. One gauge must measure vacuum during deep lifting and the other positive pump pressure.

 A pressure gauge, filled with a liquid solution must be installed on the panel for each delivery. 9.20 ADDITIONAL GAUGES The following additional gauges must be installed on the pump panel to monitor the vehicles engine:

 Tachometer / rev counter

 Oil pressure gauge

 Water temperature gauge

187

 Volt meter

 Engine hour meter

 An electronic water level gauge must be supplied on the pump panel.

 An electronic foam level gauge must be supplied on the pump panel for each foam tank respectively.

 A heat exchanger type engine cooler, preventing the mixing of engine coolant and pumps water must be installed as an auxiliary engine cooler

 The pump panel must be suitably illuminated

 A 65-mm pump to tank fill line (schedule 10 Stainless Steel) must be installed on the pump panel

 A tank to pump supply line with a 100mm inline valve must be supplied between the tank and pump. The piping must be schedule 10 Stainless Steel

 A 65mm rear water inlet with a Fire Industry approved ball valve must be installed, including 65mm British Instantaneous Coupling.

 A drain valve to be operated from the pump panel must be fitted to the pump.

9.21 FOAM SYSTEM

 An electronically controlled foam system for class A and an electronic or hydraulic driven balanced pressure Class B foam must be fitted.

 Foam supply should, once set at the percentage, be automatically maintained irrespective of the flow.

 The induction ratio for the class B foam must be from 1% to 9%, and should be able to individually and simultaneously supply each outlet, and the deck monitor, or when selected the 2 x 100mm outlet/s

 The induction ratio for the class A foam must be from 0.1% to 6%, and should be able to individually and simultaneously supply at least one outlet and the two hose reels.

 The system must have an automatic foam transfer capability for refilling the foam tanks from an external source.

 The vehicle must be fitted with a Compressed Air Foam System (CAFS), which is manufactured by the original pump manufacturer for the pump in question.

 The CAFS system must allow the simultaneous and alternative operation of the hose reels, and at least one 65mm delivery. Combination CAFS/ spray nozzles must be supplied for the 2 x hose reels, as well as for 1 x 65mm outlet. The CAFS compressor must also be plumbed to allow pneumatic tools. 9.22 WATER AND FOAM TANKS

 A properly designed and baffled 316 L stainless steel elliptical tank with a lifelong guarantee must be supplied.

188

 The watertank must be fitted with a 250mm x 250mm square Zico or similar dump valve 600mm long at the rear of the tank. Must be manually controlled from left side of “flip back plate” valve.

 Valve to be stainless steel

 Extension for dumps valve to be provided to extend the dump to 900mm beyond the valve if needed.

 Extension to be manually controlled and of stainless steel

 The capacity of the water tank must be not less than 9000 liters.

 A Class A and Class B foam tank of 150 liters respectively must be installed.

 The watertank must have a slip proof, self-draining walkway, with fold down safety railings along the walkway. The safety rails must be opened from a safe position, before the walkway is accessed. A warning indicator must be showing in the cab if the safety rails are extended.

 The water tank must be suitably ventilated and the overflow must spill behind the rear wheels.

 The vehicle must be delivered with sufficient class A and 1x3% AR-AFFF class B foam to fill the tanks, as well as an extra 25 liter can of each type to test the foam system with 9.23 BODYWORK AND EQUIPMENT LOCKERS

 The framework of the apparatus body must have an elliptical tank with lockers around the tank, up to 50 % of the tank height, full length downwards, to form a seemingly integral unit.

 Be manufactured of aluminum with extrusions that are purposely designed to be interlocking and be electrically seam welded both internally and externally to ensure maximum strength.

 Structural integrity of the body must be guaranteed for a minimum of 10 years. Bidders must provide the details of how the integrity was determined.

 Structural integrity of the body must be guaranteed for a minimum of 10 years. Bidders must provide the details of how the integrity was determined.

 No other fastening method, i.e. bolted, bonded, etc., must be deemed acceptable.

 Body handrails must be provided and must consist of two (2) lengths of anodized aluminum.

 All side compartment doors must be specially designed for fire engines, roller shutter doors, properly sealed to be water and dust proof.

 All doors must be fitted with automatic switches activating the lights as soon as the door is opened and also activating the warning in drivers cab to indicate that all doors are not fully closed.

 Easy access must be provided from the ground level with steps covered by non-slip aluminum at each side of the vehicle. At the end of the steps there must be railings made of stainless steel to assist when climbing.

 The body configuration must provide sufficient and ergonomic stowage for all ladders and equipment, including fire hose.

 A hydraulically operated ladder rack must be provided on the passenger side, with a self-locking device.

189

 An electric/hydraulically operated dam storage rack must be provided on the passenger side, with a self-locking device. The body must have a body side protection rub rail along the length of the body on each side and at the rear.

 Yellow reflective tape complying with the requirements of the National Road Traffic Act must be fitted inside the rub rail.

 Removable panels must be fitted inside the lockers for the mounting of equipment. The panel must be secured to the locker interior support in a manner to keep the panel secure.

 The lockers must be fitted with adjustable shelves and slide trays for heavy equipment.

 A non-scratch shield must be fitted at the opening of the hose deck. 9.24 ELECTRICAL SYSTEM

 Wiring must be individually and permanently function and colour-coded.

 All wiring looms must be properly supported and attached to body members along the entire run. At any point where wire or looms must pass through metal, rubber grommets must be installed to protect the wire from abrasion.

 Electrical connections in exposed areas must be made using heat shrink or weather proof connections. All circuits must be protected with automatic reset circuit breakers.

 All electrical equipment switches must be mounted on a switch panel mounted on a switch panel mounted in the cab convenient to the operator.

 Light switches must be of the rocker type with integral indicator light to show when the circuit is energized.

 All switches must be clearly identified as to function. 9.25 CAB AND BODY LIGHTING

 The original vehicle standard light cluster must be fitted at the rear of the vehicle.

 Light functions must include running lights, brake lights, turn signal lights and back-up lights.

 One (1) 100 mm circular single bulb light or LED strip lights must be mounted in each body compartment and must be wired to a master on/off rocker switch on the cab dash. The light must be in a resilient shock absorbent mount for improved bulb life. The wiring connection must be made with a weather resistant plug in style connector. A compartment light with a switch must be installed to illuminate the pump area for service.

 A license plate light must be installed on the rear of the vehicle.

 Two (2) lights or LED strip lights must be mounted under a light shield directly above each pump panel. The work light switch in the cab must activate the lights when the park brake is set.

 The apparatus must have sufficient lights to properly illuminate the work areas, steps, walkways and ground areas around the apparatus.

 Areas under the driver and crew area exits must be activated automatically when the exit doors are opened.

190

 Two (2) dual scene lights must be provided at the rear.

 Ground area lights must be switched from the cab dash with the work light switch. 9.26 BACK-UP ALARM An electronic back-up alarm must be supplied. The 97 dB (A) alarm must be wired into the chassis back-up lights to signal when the vehicle is in reverse. 9.27 FLOODLIGHT

 A pneumatic or electric driven light mast with 2000 watt or equal LED capacity, as well as a suitably powered generator must be supplied and fitted

 The mast must house automatically as soon as the parking brake is disengaged. 9.28 WARNING LIGHTS

 A suitable light bar to comply with NFPA 1901 must be mounted on the cab roof of the vehicle.

 Two (2) red rotating LED lights with a polycarbonate base, a single 55-watt halogen lamp, and a twist-on dome must be mounted on each side of the vehicle’s bull bar.

 Two (2) red rotating LED lights with a polycarbonate base, a single 55-watt halogen lamp, and a twist-on dome must be mounted at the rear of the vehicle. 9.29 ELECTRONIC SIREN A solid state electronic siren to the satisfaction of the Chief Fire Officer with attached noise-canceling microphone must be installed. Operating modes must include Hi-Lo, yelp, wail; P.A., air horn and radio re-broadcast, and must include a Tap feature. One (1) 100 watt speaker must be supplied with the electronic siren. The speaker of the siren must be fitted between the bumper and the bottom of the windscreen 9.30 LOWER LEVEL WARNING LIGHTS Four (4) Light Emitting Diode (LED) flashing safety warning lights and eight (8) halogen lights, all with red lenses, must be provided. Lower level warning lights must be mounted as follows to comply with NFPA 1901: . Zone A – Four (4) LED flashing safety warning lights on the front of the apparatus facing forward, one (1) on each side above the headlights and inboard of the front turn signals, forming a downward V pattern. . Zone B – Seven (7) LED flashing safety warning lights on each side of the apparatus One (1) 6 cluster LED flashing safety warning light at the forward-most point (as is practical) mounted on the front bumper, one (1) 6 cluster LED flashing safety warning light midships, (1) 6 cluster LED flashing safety warning light at the rearward-most point (as is practical), and four (4) x 4 cluster LED flashing lights located across the rub rail. . Zone C – Four x 6 cluster LED flashing safety warning light at the rear of the apparatus, mounted in the rub rail, two ‘(2) on each side, facing rearward.

 A lighted rocker switch on the cab instrument panel, labeled “Lower Level Warning” must control the lights.

191

9.31 AUXILLIARY EQUIPMENT

All equipment for which a NFPA and/or EN standard exists must comply with the standards.

9.31.1( 1 x NFPA approved aluminum ladder of 7.3m –3 sections, a)

9.31.1( 1x Roof ladder b)

9.31.2 2 x Three meter hard suction hoses

9.31.3( 1 x chrome barrel strainer fitting the suction hoses a)

9.31.4 1 x low level strainer fitting the suction hoses (b)

9.31.4( 1 x Three way British Instantaneous Adaptor a)

9.31.4( 1 x 115mm lug distances Storz adaptors with a pressure relieve valve and a shut-off valve for the b) suction intakes.

9.31.5 1 x Pry Axe

9.31.6 1 x 2.8 m ceiling hook

9.31.7 1 x LVT Standpipe, key & bar

9.31.8 1 x Bayonette Standpipe, Key & bar

9.31.9 2 x Hydrant Four way key

9.31.10 2 x Hydrant Wheel

9.31.11 1 x 100mm Woodlands Hydrant Adaptor

9.31.12 1 x 65mm Woodlands Hydrant adaptor

9.31.13 1 x Medium Bolt cutter with solid handles and replaceable tips.

9.31.14 1 x Flat headed axe

9.31.15 1 x Pick headed axe

9.31.16 1 x Halligan Tool

9.31.17 1 set Suction Spanners

9.31.18 2 x Storz Spanners

9.31.19 1 x Rubber Mallet

9.31.20 1 x 18 m x 18mm Static Suction Hose Rope

9.31.21 1 x Electrical reel with 30m cable

192

9.31.22 6 x100mm Type 3 fire hose with Storz Couplings

9.31.23 10 x 65mm type 3 fire hose with BIC couplings

9.31.24 8 x45mm Type 3 fire hose with BIC couplings.

9.31.25 8 x 225l/min to 900l/min adjustable nozzles.( suitable to operate at low pressure)

9.31.26 1 x 450l/min low expansion foam branch with inductor.

9.31.27 1 x 450l/min medium expansion foam branch with inductor.

9.31.28 3 x 65mm to115mm lug distance Storz adaptors.

9.31.29 2 x Safety Fuel Cans (10 litre capacity each)

9.31.30 1 x Folding Tank of 10 000 l capacity in a hydraulically operated rack.

9.31.31 1 x 550lpm floating pump.

9.31.32 1 set Heavy duty wheel chocks, suitable for the vehicle as offered

9.31.33 1 x Spade

9.31.34 1 x Fork

9.31.35 1 x Shovel

9.31.36 1 x Jumbo Y

9.31.37 1 x Oscillating monitor(1200lpm)

9.31.38 1 x Phantom Pumper

193

SECTION 10: HAZARDOUS MATERIALS RESPONSE VEHICLE

10.1 CHASSIS MAKE & MODEL: Suitable 6 x 4 two door forward control chassis/ tilt cab, with spares easily available in South Africa from the manufacturing company. Cab must comply with Economic Commission of Europe (ECE) Safety Standards, and must be fully manufactured by the Original Equipment manufacturer (OEM). 10.2 Crew Compartment There must be a Washington box style crew compartment, with seating for at least four staff members in their full turnout kit. In addition the crew compartment must be able to house two swivel command chairs, with a working table and the command, information and communications console, with sufficient and ergonomically lighting. The crew compartment must allow a person to stand upright in the compartment. The crew compartment must be 2.5 meters long. 10.3 WHEEL BASE: Wheel base not more than 5500mm 10.4 GVW: Not to exceed 30 000 kg 10.5 ENGINE:

 Required minimum output 279 kW x 1900 RPM, 1 850 Nm torque at 1100rpm to 1300rpm.

 Air cleaner restriction gauge (Filter Minder) mounted in instrument panel

 Auxiliary engine water cooler

 Fan drive

 Must comply to Euro 3 10.6 TRANSMISSION: Fully Automatic six Shift with built in retarder, factory fitted by the OEM. 10.7 FRAME:

 Heat-treated alloy steel.

 Two towing eyes must be bolted to the rear chassis.

10.8 FRONT AXLE: Non Driven, rigid knuckle of 8 500kg load capacity

10.9 REAR TANDEM AXLE: Live Axle with hypoid gearing, 10 500 kg capacity per axle. 10.10 SUSPENSION:

 Front- twin leaf parabolic

 Rear- Multi leaf parabolic spring

 Twin tube shock absorbers in the front and rear.

194

 Front and rear stabilizers.

 Anti roll bar on rear and front axles. 10.11 BRAKES:

 Air, dual system with ABS.

 Automatic slack adjusters – front and rear

 Air processing system

 Dual air pressure gauge,

 Dust shields, front and rear

 Spring actuated parking brake cylinder acting on rear wheels

 Automatic drain valve with heater located at air tank

 Air dryer with heater

 13.2 air compressor 10.12 EXHAUST SYSTEM:

 Single exhaust system, horizontal muffler and tailpipe, aluminized steel, mounted on right side 10.13 ELECTRICAL SYSTEM:

 24-volt electrical system, standard equipment 10.14 FUEL TANK:

 Rectangular steel, 300 liter capacity 10.15 FORWARD CONTROL TILT CAB MUST INCLUDE:

 Heater/defroster

 One (1) dome light, door activated

 3-point seat belts on from outboard seats positions

 Crew compartment must be able to accommodate 4 x SCBA brackets in rear crew cab complying with safety regulations with respect to G-Force, and must be ergonomically placed and operated.  Black rubber floor covering

 Tinted glass, all windows

 Intermittent windshield wipers

 Keys – all alike, ignition and cab doors

 Gauge cluster with English electronic speedometer and tachometer, engine oil pressure gauge, water temperature gauge and voltmeter

 Oil temperature gauge

 Electronic hour meter mounted in cluster

195

 A front mounted chromed bulbar complete with winch mounting plate must be provided on the front of the cab.

 The design of the bulbar must be to the satisfaction of the Chief Fire Officer.

 The bull bar must be fitted with four galvanized towing eyes. 10.16 TYRES:

 Front - Two (2) 315/80R22.5 x 118ply

 Rear - Four (4) 315/80R22.5 x 118ply The vehicle must be able to maintain a speed of 120 km/h, and must have sufficient acceleration to maintain a speed of 60 km/h in urban conditions 10.17 CONTROLS AND INDICATORS IN DRIVERS CAB In addition to chassis standard controls and indicators the following items must be installed in the drivers cab:

 visual warning for the main current being switched on

 visual warning for any of the equipment lockers being open

 visual warning for the rear axle being locked (if the feature is installed)

 switch with visual indication for all emergency lighting.

 switch with visual indication for siren unit

 microphone for the public address system

 Visual warning that pump is engaged

 Visual and audio warning for low water level in radiator.

 Visual warning that floodlight is extended. The vehicle must be able to maintain a speed of 100 km/h, and must have sufficient acceleration to maintain a speed of 60 km/h in urban conditions 10.18 REAR TOW EYES

Two (2) galvanised heavy-duty tow eyes made of 19mm thick steel having 65mm diameter holes must be mounted below the body at the rear of the vehicle to allow towing (not lifting) of the apparatus without damage.

The tow eyes must be bolted directly to the chassis frame.

10.19 TOW HOOKS

Two (2) stainless steel chromed tow hooks must be mounted to the front extended bumper

196

10.20 WINCH

A 24 volt 5400 kg electric reversible winch with 38m of 12.7mm galvanized aircraft type cable and a replaceable clevis hook must be mounted to the chassis frame extension centred at front bumper area, and be controlled with a 2.9m remote control switch. The winch must be supplied with a snatch block and winch blanket. 10.21 AUXILIARY AIR COMPRESSOR A PTO operated compressor of the screw or worm drive type must be fitted. The compressor must have a continuous flow of at least 5688 lpm, at a pressure of 700 kpa. The compressor must be plumbed for the simultaneous operation of 2 tools. The system must be fitted with 1 set of 150 m hose on a reel with a diameter to flow the required flow rate over a distance of 150 meters. 10.22 COMMAND, INFORMATION AND COMMUNICATIONS MODULE A command, information and communications module must be constructed in the crew cab. Provision must be made for the fitment of the following in this area.

 A Wide screen GPS (Global Positioning System)

 Weather station screen

 Ruggedized Notebook with a 4 G-modem and Wi-Fi modem

10.23 AIR CONDITIONING

An air conditioning unit must be installed to service the crew cab and command area. The air conditioner must feature temperature control and a three (3) speed blower. An individual circuit breaker must be provided on the distribution board for the air conditioner. Power supply must be from the generator. 10.24 FRIDGE A 74liter fridge / freezer capable of operating on 12V/24V and 230V must be supplied and fitted inside the front left compartment. The fridge / freezer must be a recognized brand name within the 4x4 recreation industry in South Africa and be able to be serviced repaired with parts locally available. The fridge must have a Danfoss compressor, and the compressor must be accessible for repairs. 10.25 WEATHER STATION A Roof mounted weather station must be provided with a pivoting mount that allows station to be stored horizontally on roof in a protective enclosure. Retention must secure station in stored position and also provide protection from damage to station components. Full enclosure with hinged lid must be provided around station and roof top plug. The weather station must indicate wind speed, wind direction, interior and exterior temperature and barometric pressure. The following must be furnished with the weather station:

197

 One (1) External, removable, 2-piece tubular mast with truck mount brackets.

 One (1) Interface/data formatter to link weather station to a computer.

 One (1) Weather software package for Windows.

 Modelling Software for Hazardous Material Dispersion. The mounting brackets for the weather vane must be mounted on the top of body adjacent to the cab roof. 10.26 BODYWORK AND EQUIPMENT LOCKERS The framework of the apparatus body must have “walk around body” configuration with a body height of approximately 2 800 mm from the bottom of the body. There must be a crew compartment, with seating for at least four staff members in their full turnout kit. In addition the crew compartment must be able to house two swivel command chairs, with a working table and the command, information and communications console, with sufficient and ergonomically lighting. The crew compartment must allow a person to stand upright in the compartment. The crew compartment must be 2.5 meters long. The command console must have cupboards, with safe storage of the following equipment, including sufficient charging points: • 1 x Hazcat ID kit or similar substance identification kit. • 2 x Multi Gas Test Tube detector • 2 x 1-5 Multigas VOC/LEL Detector • 2 x 4 Gas VOC/OX detectors • 2 x Gamma Radiation Detector • 2 x Portable long range Infrared Heat detector • 1 x Windows based Ruggedized Laptop with Google Earth, Cameo, Wizer and CHRIS manual, as well as software for the above gas detectors. • 1 x Weather station linked to Cameo software. • 2 x Hazmat Guidebook (SABS- latest edition) • 2 x Binoculars • 6 x 50 meter rolls of barrier tape. 1 x Chemical burns first aid kit The body work must be manufactured of aluminum with extrusions that are purposely designed to be interlocking and be electrically seam welded both internally and externally to ensure maximum strength. The compartment floors must be supported by a minimum 4mm walled aluminium extrusions. Structural integrity of the body must be guaranteed for a minimum of 10 years. Body handrails must be provided and must consist of two (2) lengths of anodized aluminum. All side compartment doors must be specially designed for fire engines, roller shutter doors, properly sealed to be water and dust proof.

198

All doors must be fitted with automatic switches activating the lights as soon as the door is opened and also activating the warning in drivers cab to indicate that all doors are not fully closed. Easy access must be provided from the ground level with steps covered by non-slip aluminum at each side of the vehicle. At the end of the steps there must be railings made of stainless steel to assist when climbing. The body configuration must provide sufficient and ergonomic stowage for all equipment. The body must have a body side protection rub rail along the length of the body on each side and at the rear. Yellow reflective tape complying with the requirements of the National Road Traffic Act must be fitted inside the rub rail. All lockers must be fitted with slide shelves and slide trays for equipment. 10.26.1 Under-body Cross Members Under-body cross members must be constructed entirely from alluminium ''I'' beam and heavy walled extrusions and must be full width of the body. The cross members must support the full weight of the compartments with equipment. 10.26.2 Lockers/Compartments There must be 4 lockers aside, with a rear end locker the maximum width allowable by the upright extrusions of the body. All lockers must be through lockers. The chassis must extend the full length of the rear locker with a solid floor to carry heavy equipment. All lockers must have a bottom section which folds open as a step to access the lockers. The fold out step must be from the bottom of the body up to chassis height.

10.26.3 Handrails

Access handrails must be provided at all step positions. All body handrails must be constructed of maintenance free, corrosion resistant, extruded aluminium.

10.26.4 .One (1) midship through locker must be provided directly behind the crew cab. The front lockers must be full length downward from the top of the body, and at least 2000 mm wide. The front lockers must be ergonomically designed to facilitate the storage of Personal Protective Equipment (PPE) in sliding racks, sliding shelves, sliding trays, slide out boards, rails, plastic containers and mounting brackets. Provision must be made for the storage of the following PPE;

 6 x SCBA sets

 6 x Spare cylinders

 6 x Level A chemical suits

 12 x Level B chemical Suits

 12 x Splash suits

 8 x Pairs Over Boots

199

 8 x Chemical Rubber Boots

 12 x Chemical Cloves

 6 x Hard Hats

 6 x Reflective Vests (IC)

 Chemical Masks & Canisters

A rack to facilitate the storage of 5 plastic bins of approximate dimensions of 550mm x 400mm x 300mm must be provided. A method to secure the bins in position when travelling must be provided.

The entire floor area of the compartment must be rubberised

The left-hand side of the compartment must be fitted with a full compartment sized (from the centre point) slide out cupboard. The cupboard must have a forward facing area with 4 adjustable shelves, including a slide out mechanism for the fridge/freezer., and tiltable slide out trays.

At the rear of the forward facing area of the slide out cupboard, there must be another cupboard, which is fixed to the forward slide out cupboard to extend beyond the compartment opening when slided out, with shelves which are longitudinal to the chassis rails. This cupboard must house a small laboratory area with a 25 liter clean water container, sink with a levered tap, ventilation hood and eyewash station, cabinet for the storage of sampling equipment and waste fluid container. The interior must be of stainless steel. A fold down work area must be provided. The clean water container must be able to be filled from an external source. All fluid containers must be removable for decontamination.

The rollout trays must be constructed of 4.7mm smooth aluminium with 76mm sides. The cupboard must be mounted in the compartment on drawer slides that must permit the tray to roll out of the compartment approximately 980mm. The cupboard must have a positive lock-in and positive lockout mini-rotary latch mounted to the underside of the tray. The cupboard must have a total capacity of 500 kg at full extension.

The interior tray dimensions must be 76mm deep x locker width x cupboard deep.

Approximately 90% of the tray must roll-out from its stored position and must tip 30 degrees from horizontal. The tray corners must be welded for strength and rigidity. A positive twist lock must be provided to lock the tray in the stored position.

One (1) toolboard panel must be installed on the bottom of each tray. The removable panel must be constructed of 3mm aluminium pegboard and must be bolted in place.

The right hand side of the lockers must be fitted with two (2) vertical slide out boards from centre point. Approximately 90% of the shelve must slide-out from its stored position. The shelve corners must be welded for strength and rigidity. A positive twist lock must be provided to lock the shelve in the stored position. One (1) toolboard panel must be installed on each side of the shelve. The removable panel must be constructed of 3mm aluminium pegboard and must be bolted in place. The two inner panels must provide for the hanging of the suits and the outer side of the racks for breathing apparatus.

The shelves must be the full allowable height of the locker opening.

10.26.5. One (1) through compartment must be provided immediately ahead of the rear wheels.

200

The second row lockers and the rearmost lockers must be full length downward from a height of 1 500mm from the body floor. The second row width must be at least 2000 mm wide

This locker must be fitted with roll-out/tilt-down trays.

Two (2) each side of the midpoint of the vehicle, four (4) in total. The rollout trays must be constructed of 4.7mm smooth aluminium with 76mm sides. The trays must be mounted in the compartment on drawer slides that must permit the tray to roll out of the compartment approximately 980mm. The trays must have a positive lock-in and positive lockout mini-rotary latch mounted to the underside of the tray. The trays must have a total capacity of 250kg at full extension.

The capacity rating of the tray, in the extended position, must be 250kg distributed. The interior tray dimensions must be 76mm deep x locker width x centre point deep.

Approximately 90% of the tray must roll-out from its stored position and must tip 30 degrees from horizontal. Construction of the tray must consist of 4.7mm thick aluminium. The tray corners must be welded for strength and rigidity. A positive twist lock must be provided to lock the tray in the stored position.

One (1) toolboard panel must be installed on the bottom of each tray. The removable panel must be constructed of 3mm aluminium pegboard and must be bolted in place.

10.26.6. One (1) through compartment must be provided directly above the rear wheels on each side. The lockers above the wheel wells must be the full width of the wheel arches, The height of the lockers above the wheel wells must be in line with the second row and rear most lockers and be approximately 810mm high

The locker must be fitted with roll-out/tilt-down trays.

Two (2) each side of the midpoint of the vehicle, four (4) in total. The rollout trays must be constructed of 4.7mm smooth aluminium with 76mm sides. The trays must be mounted in the compartment on drawer slides that must permit the tray to roll out of the compartment approximately 980mm. The trays must have a positive lock-in and positive lockout mini-rotary latch mounted to the underside of the tray. The trays must have a total capacity of 250kg at full extension.

The capacity rating of the tray, in the extended position, must be 250kg distributed. The interior tray dimensions must be 76mm deep x locker width x centre point deep.

Approximately 90% of the tray must roll-out from its stored position and must tip 30 degrees from horizontal. Construction of the tray must consist of 4.7mm thick aluminium. The tray corners must be welded for strength and rigidity. A positive twist lock must be provided to lock the tray in the stored position.

One (1) toolboard panel must be installed on the bottom of each tray. The removable panel must be constructed of 3mm aluminium pegboard and must be bolted in place.

10.26.7) One (1) through compartment must be provided immediately behind the rear wheels on each side. The rearmost lockers must be full length downward from a height of 1 500mm. The lockers must be at least 1000 mm wide.

201

The body work/construction of the rear locker must be strong enough, including support beams and with a solid floor to carry heavy equipment. The rear locker must have roller shutter door from floor level to deck level

This locker must be fitted with two (2) in total, rollout out trays one (1) each side of the chassis width of the vehicle. The rollout trays must be constructed of 4.7mm smooth aluminium with 76mm sides. The trays must be mounted in the compartment on drawer slides that must permit the tray to roll out of the compartment approximately 980mm. The trays must have a positive lock-in and positive lockout mini-rotary latch mounted to the underside of the tray. Each trays must have a total capacity of 250kg at full extension. The rear locker must have an adjustable shelf on each side of the body, above the slide out tray.

The interior tray dimensions must be 76mm deep x locker width x centre point deep. Approximately 90% of the tray must roll-out from its stored position and must tip 30 degrees from horizontal. Construction of the tray must consist of 4.7mm thick aluminium. The tray corners must be welded for strength and rigidity. A positive twist lock must be provided to lock the tray in the stored position.

One (1) toolboard panel must be installed on the bottom of each tray. The removable panel must be constructed of 3mm aluminium pegboard and must be bolted in place.

A roller shutter door must be provided at the rear end of the vehicle.

A rollout tray must be provided at the rear end opening of the rear most lockers. The tray must be constructed of 4.7mm smooth aluminium with 76mm sides. The tray must be mounted in the compartment on drawer slides that must permit the tray to roll out of the compartment approximately 980mm. The trays must have a positive lock-in and positive lockout mini-rotary latch mounted to the underside of the tray. The tray must have a total capacity of 500kg at full extension. All roll-up doors must be provided with a locking mechanism and (2) keys for the side compartment doors.

10.28 Body Deck The body must have a heavy duty deck, integral to the body, from behind the front lockers to the rear of the vehicle, which must be used to store and carry big items such as over drums and similar equipment. Equipment must be off loadable with the tail lift system. The roof deck must be constructed from aluminium diamond plate, with Alluminium channels on the deck. Adjustable tie downs must be provided on the deck at an interval of 500 mm for fastening equipment. A non-scratch shield must be fitted at the opening of the deck. An electrically or hydraulically operated, foldable crane arm must be fitted on the left-hand side of the body, and must be able to lift items up to 750kg weight onto the tail lift or onto the rear locker slide out trays at the sides. The lifting mechanism must be operated with a remote cable control. 10.28.1 Deck Compartments Four (4) waterproof compartments with horizontally hinged doors and gas-stays must be constructed onto the roof of the compartments behind the front compartment. These compartments must be placed in a parallel form onto the roof with a walkway in the centre, and be the full height of the deck floor to the upper side of the body.

10.28.2 ROOF CONSTRUCTION The roof must be integral with the body construction. The roof must be constructed of 3mm bright alluminium tread plate. The roof extrusion must also have an inset allowing the roof panel to be recessed into the extrusion giving further support and

202 sealing effect at the outside edge. The roof panel must be welded to the roof extrusions and supports. All roof seams must be continuously welded

A foldable safety rail must be constructed along the sides of the roof deck. The railing posts must be hinged to allow for horizontal stowing of the rails when travelling. 10.28.3 Access to Deck

An auxiliary stainless steel access ladder must be provided at the left hand front of the body for access to the body deck. The ladder must have a lower hinged section that must be stored when not in use.

10.28.4 Multi Deck Column Tail lift The vehicle must be fitted with an 1800kg capacity multi deck column tail lift at the rear, with folding arms to enable staff and equipment access to and from the deck. 10.29 Reflective Striping

All slide out trays must be fitted with reflective striping, red on the sides and white on the front.

10.30 Pinch Point Label

All shelves, trays, racks and tool boards must be labelled indicating the pinch point.

10.31 Weight Label

All shelves, trays, racks and tool boards must be labelled indicating the maximum weight that each can carry.

10.32 Drip rail

An anodized aluminium drip rail must be mounted over each compartment opening to assist with water runoff.

10.33 Awning, Side Body

Four (4) side body awnings, one (2) either side, length to match the crew cab and body respectively x 3m wide, must be installed. The arms must be attached to the vertical body extrusions allowing an unobstructed walking area underneath the awning.

The canopy must be woven of a tough acrylic fabric to resist rotting, cracking and mildew.

A wrap around slatted metal enclosure must secure the awning to the vehicle while travelling and must minimize dirt and grime on the canopy.

The awning must be electrically operated. ELECTRICAL SYSTEM 10.34 MASTER BATTERY SWITCH A master battery switch must be provided. If a solenoid type master switch, it must be of the continuous use type and the control must be located on the dash board.

203

10.35 SECOND BATTERY SET A second set of batteries must be provided and must duplicate the vehicle’s primary set of batteries. All auxiliary equipment must be powered from the secondary battery set. The system must be so connected that, with the engine stationery, the battery sets must be disconnected from each other. When the alternator is charging (engine running), the battery sets must be connected in parallel by means of a DC to DC battery management system. The alternator must be connected to the primary set of batteries. The secondary batteries must be lead crystal batteries. 10.35.1 Battery Charger

A battery trickle charging system must be installed and connected directly to the shoreline to ensure the batteries remain fully charged while the vehicle is in the fire station. The shoreline connection must be located adjacent to the crew seat. A pilot light must be provided on the dash to indicate when the electrical supply is connected to the charging system. The system must auto eject when the vehicle has started.

10.35.2 Electrical Lead A 25m electrical lead must be supplied to connect the charger to the electrical supply. 7.35.3 Equipment chargers All electric/electronic battery operated equipment must have vehicle mounted chargers which operates either through a 24 volt system or through a 7000 watt Sine wave Inverter. The chargers must be clearly marked and ergonomically mounted in the crew cab/command area. 10.36 COMPARTMENT LIGHTING

All compartments must be fitted with LED string lights that must ensure complete illumination of the compartment. Wiring must be individually and permanently function and colour-coded. All wiring looms must be properly supported and attached to body members along the entire run. At any point where wire or looms must pass through metal, rubber grommets must be installed to protect the wire from abrasion. Electrical connections in exposed areas must be made using heat shrink or weather proof connections. All circuits must be protected with automatic reset circuit breakers. All electrical equipment switches must be mounted on a switch panel mounted on a switch panel mounted in the cab convenient to the operator. Light switches must be of the rocker type with integral indicator light to show when the circuit is energized. All switches must be clearly identified as to function.

10.36.1 Cab and body Lighting

 The original vehicle standard light cluster must be fitted at the rear of the vehicle.

 Light functions must include running lights, brake lights, turn signal lights and back-up lights.

 One (1) 100 mm circular single bulb light or LED strip lights must be mounted in each body compartment and must be wired to a master on/off rocker switch on the cab dash. The light must

204

be in a resilient shock absorbent mount for improved bulb life. The wiring connection must be made with a weather resistant plug in style connector. A compartment light with a switch must be installed to illuminate the pump area for service.

 A license plate light must be installed on the rear of the vehicle.

 Two (2) lights or LED strip lights must be mounted under a light shield directly above control panel. The work light switch in the cab must activate the lights when the park brake is set. The apparatus must have sufficient lights to properly illuminate the work areas, steps, walkways and ground areas around the apparatus. Areas under the driver and crew area exits must be activated automatically when the exit doors are opened. Two (2) dual, remotely adjustable LED scene lights must be provided at the rear. 4 x rectangular, remotely adjustable LED scene lights must be recessed into the apparatus body on each side must be switched from the cab dash with a scene light switch Ground area lights must be switched from the cab dash with the work light switch. 10.37 BACK-UP ALARM An electronic back-up alarm must be supplied. The 97 dB (A) alarm must be wired into the chassis back-up lights to signal when the vehicle is in reverse. 10.38 FLOODLIGHT

 A pneumatic light mast with 2000 watt or equal LED capacity, as well as a suitably powered generator must be supplied and fitted in the right hand front corner of the body.

 The mast must house automatically as soon as the parking brake is disengaged. 10.39 WARNING LIGHTS A suitable light bar to comply with NFPA 1901 must be mounted on the cab roof of the vehicle.

Two (2) red rotating LED lights with a polycarbonate base, a single 55-watt halogen lamp, and a twist-on dome must be mounted at the rear of the vehicle. 10.41 ELECTRONIC SIREN A solid state electronic siren to the satisfaction of the Chief Fire Officer with attached noise-canceling microphone must be installed. Operating modes must include Hi-Lo, yelp, wail; P.A., air horn and radio re-broadcast, and must include a Tap feature. One (1) 100 watt speaker must be supplied with the electronic siren. The speaker must be installed between the bumper and the bottom of the windscreen. 10.42 LOWER LEVEL WARNING LIGHTS Four (4) Light Emitting Diode (LED) flashing safety warning lights and eight (8) halogen lights, all with red lenses, must be provided. Lower level warning lights must be mounted as follows to comply with NFPA 1901:

205

. Zone A – Four (4) LED flashing safety warning lights on the front of the apparatus facing forward, one (1) on each side above the headlights and inboard of the front turn signals, forming a downward V pattern. . Zone B – Seven (7) LED flashing safety warning lights on each side of the apparatus One (1) 6 cluster LED flashing safety warning light at the forward-most point (as is practical) mounted on the front bumper, one (1) 6 cluster LED flashing safety warning light midships, (1) 6 cluster LED flashing safety warning light at the rearward-most point (as is practical), and four (4) x 4 cluster LED flashing lights located across the rub rail. . Zone C – Six x 6 cluster LED flashing safety warning light at the rear of the apparatus, four mounted in the rub rail, two ‘(2) on each side, facing rearward, and two on the tail lift in a position that they will not get damaged when the tail lift is on the ground.

 A lighted rocker switch on the cab instrument panel, labeled “Lower Level Warning” must control the lights. 10.43 AUXILLIARY EQUIPMENT

The following auxiliary equipment must be supplied with the vehicle: All equipment for which a NFPA and/or EN standard exists must comply with the standards.

All equipment must be designed for heavy duty use.

 10.43.1 1 x set of heavy duty wheel chocks, suitable for the vehicle as offered

 10.43.2 Non Sparking Tools

 10.43.2.1 2 x Non Sparking Halligan tool

 10.43.2.2 2 x Non Sparking Hammer

 10.43.2.3 2 x Non Sparking Crow bar

 10.43.2.4 2 x Non Sparking Plumber Wrenches

 10.43.2.5 2 x Non Sparking Bung Tool

 10.43.2.6 2 x Non Sparking Ceiling Hook

 10.43.2.7 2 x Non Sparking Yes tool.

 10.43.2.8 17 piece Spark proof toolkit

 10.43.2.9 2 x Hacksaw

 10.43.2.10 4 x Polypropylene Shovel

 10.43.2.11 4 x Polypropylene All spark proof tools must comply with ATEX (Appareils destines a etre utilises en Atmosphere Explosiibles) or FM (Factory Mutual) or similar directives for Explosive zones for Flammable gas, mists or vapours; Combustible Dusts and Mining.

 10.43.3 6 x 13 kg Absorbent powder extinguishers( Polyacrylamide)

 10.43.4 6 x 6.9 kgCO2 Extinguishers

206

 10.43.5 6 x 9 kg DCP Extinguishers

 10.43.6 2 x 20 kg Wheeled Class D –Extinguishers.

 10.43.7 2 x Portable Oscillating Monitors( at least 1200 lpm)

 10.43.8 2 x Heavy Vehicle Stabilisation Kit

 10.43.9 1 x Lock Out tag kit to lock valves, and switches

 10.43.10 4 x Heavy Duty Jacks( Rescue grade)

 10.43.11 4 x Salvage Sheets 3 x3 m

 10.43.12 4 x Salvage Sheets 6 x6 m

 10.43.13 6 x Overdrums. The drum must be resistant to most acids, lye’s and oil. The drum must be manufactured from polyethylene. The drum must have a capacity of not less than 500 liters. The color of the drum must be yellow / orange. The drum must be equipped with a twist on lid

 10.43.14 6 x 220 liter salvage drums to fit into an over drum. The container must feature a removable cover with gasket and bolt down ring closure

 10.43.15 3 x Chemical resistant Anti-Static Brooms

 10.43.16 3 x Chemical resistant squeegees

 10.43.17 2 x Foldable Drum Trolleys

 10.43.18 18 x Large Orange Traffic Cones

 10.43.19 2 x Set of vehicle Stabilising blocks

 10.43.20 3 x Portable battery operated LED Lighting system. ( ATEX rated)

 10.43.21 100kg Peat Absorbents for Flammable liquids

 10.43.22 2 x Spill kit with pads, cushions and booms.

 10.43.23 8 x 25 litre Degreaser/Emulsifying Liquid for oil/diesel spills

 10.43.24 100 kg Neutralising Agent for Acids and Bases.

 10.43.25 2 x Plug & Patch kit, including 1 x Wooden Cone and Wedge Kit. 1 x Drum and Pinhole Kit. 2 x External Pipe Sealing Kit. 1 x Internal Pipe Plugging Kit. 2 x External Tank Sealing Plate Kit. 2 x Offset "T" patch kit A-1.

 10.43.26 2 x Earthing Cables with clamps and Spike suitable for gas/flammable liquid trucks and containers.

207

 10.43.27 1 x Pneumatic Pipe Sealing kit

 10.43.28 1 x Pneumatic Tank sealing Kit with all connections.

 10.43.29 2 x Pneumatic Flange Drain Bag with all connections.

 10.43.30 2 x Pneumatic Vacuum Leak Drainage bag

 10.43.31 2 x Pneumatic Leak sealing lance with all connections.

 10.43.32 2 x Pneumatic High Pressure leak sealing hose, with all connections.

 10.43.33 2 x Pneumatic Manhole sealing bags with all connections.

 10.43.34 4 x Drain covers.

 10.43.35 4 x Stormwater gully covers

 10.43.36 1 x Inflatable tank, pipe and drum sealing kit.

 10.43.37 6 x Floating booms, 3 meter for hydrocarbon product.

 10.43.38 2 sets Drainage Gutters Must be manufactured from Glass Reinforced Polyester. Must be suitable for collection of acids, Alkalis and oils. Must fit into each other with a ratchet lock and clamp system. A set must consist of four pieces, not exceeding a length of 1.2 meter each. Combined length when assembled: 4 meters Weight: not more than 11 kg.

 10.43.39 1 set Collection Containing Holders made from Glass Fibre Reinforced polyester and come in a series of 9 stackable containers ranging from 170 l to 2540 liters

 10.43.40 1 x Wet and Dry Drum cover HEPA Vacuum (Air Driven) liquids, solids, dusts and corrosives- must fit on a 220 litre drum. Must include suction hose and nozzles. HEPA ( High Efficiency Particle Absorption)filter must have a rating of at least 99.97 % at 0.3 microns

 10.43.41 1 x Wet and Dry HEPA Vacuum (Electrical) The vacuum must be ATEX compliant for liquids, solids, dusts and corrosives. Includes suction hose, nozzles and squeegee attachment. At least 15 litre capacity in container. The HEPA filter must have a rating of at least 99.97 % at 0.3 microns

 10.43.42 2 x Manhole Cover Lifters for heavy manholes.

 10.43.43 2 x External Dome Sealing Kit.

 10.43.44 1 x Emergency Chlorine Kit "A".

 10.43.45 1 x Emergency Chlorine Kit "B".

 10.43.46 1 x Emergency Chlorine Kit "C".

 10.43.47 3 x Chlorine Institute CHLOREP Device - Cylinder Valves

208

 10.43.48 3 x Chlorine Institute CHLOREP Device - Cylinder Valves

 10.43.49 1 x Chlorine Institute CHLOREP Device - Tank Car Valves

 10.43.50 3 x Sulphur Dioxide Emergency Kit - Cylinders.

 10.43.51 1 x Sulphur Dioxide Emergency Kit - Ton Containers.

 10.43.52 1 x Sulphur Dioxide Emergency Kit - Tank Cars/Truck

 10.43.53 1 x Anhydrous Ammonia Cylinder Kit

 10.43.54 1 x Anhydrous Hydrogen Fluoride Tank Car Kit

 10.43.55 1 x Hazcat ID kit or similar substance identification kit.

 10.43.56 2 x Multi Gas Test Tube detector

 10.43.57 2 x 1-5 Multigas VOC/LEL Detector

 10.43.58 2 x 4 Gas VOC/OX detectors

 10.43.59 2 x Gamma Radiation Detector

 10.43.60 2 x Portable long range Infrared Heat detector

 10.43.61 1 x Android based Ruggedized Laptop with Google Earth, Cameo, Wizer and CHRIS manual, as well as software for the above gas detectors.

 10.43.62 1 x Weather station linked to Cameo software.

 10.43.63 2 x Hazmat Guidebook ( SABS)

 10.43.64 2 x Binoculars10 x 50 lenses

 7.1 mm pupil size

 Eye relief: not less than 11 mm

 Must have Porro type prisms.

 Fully multicoated lenses

 Must be waterproof.

 Must have front and end lens caps

 Must have a durable body

 Must have a neck strap

 Must be adjustable

 Must come in a suitable case.

 10.43.65 6 x 50 meter rolls of barrier tape.

 10.43.66 1 x Chemical burns first aid kit

 10.43.67 6 x TETRA ATEX Radios and bone mikes and spare batteries with charger

209

 10.43.68 6 x Safety Handlamp The unit must be able to operate at least 20 hours with four batteries. IP Rating: The unit must be protected against dust and water to at least an IP66 rating as well as an IP67 T135º C. The unit must have at least the following Hazardous Area Approval certification: BAS 00 ATEX 2203 and must be classified for Zones 1&2 Gas, and Zones 21 &22 for dust. The body and lens must be electrostatic non dangerous. The unit must have a wrist straps and clip rings.

 10.43.69 2 x Collapsible decontamination showers made of thermoplastic pies and fittings. The showers must operate through a single garden hose inlet, and: Must have 2 x side wind protection screens. Must have at least 4 x shower heads and1 x 2, 5 m extension hose with hand shower. Output: approximately 42 lpm. Must be easy to set up in approximately 4-5 minutes. Dimensions: Approximately 105 cm x 85 cm x225 cm assembled, and 120cm x40 cm x40cm collapsed Weight: Not more than 24kg Must have a strong collection pool made of heavy duty PVC of approximately 1000 liters. To be carried in an ergonomic carry bag.

 10.43.70 4 x Decontamination Hoops operating from an 18 mm hosepipe with standard connections.

 10.43.71 1 x Complete 2 line Decontamination Shelter with pneumatic or external folding frame, including: Clean water bladder Decon Holding Tank Water heater Showers Decon mixer Decon Transfer pump Connection hoses Decon Solutions A/B and C Contaminated Equipment Holders

 10.43.72 1 x Complete 4 line Mass Decontamination System with pneumatic, or external folding frame for ambulatory and non-ambulatory victims, including:

210

Decon Holding Tank Water heater Showers Decon mixer Decon Transfer pump Connection hoses Decon Solutions A/B and C Contaminated Equipment Holders Soft Brushes • 10.43.73 4 x 2000 litre Bladder Tanks for corrosives and flammable liquids.

 10.43.74 1 x 6 KVA 3 phase Generator

 10.43.75 2 x 90 m Electric Extension Reel( with waterproof and spark proof safety connections)

 10.43.76 1 x SAX320 Atex Ventilator – 220 Volt – 1ph 50-60Hz - (Ex11 2 G Ex d 11B T4 IP55). 5 meter in and outlet 300mm duct PVC Antistatic - ATEX certified SAX320

 10.43.77 1 x Peristaltic pump The pump must have a flow of at least 410 lpm with 20m head and must be made of a material which can pump both acids and bases. Must be supplied with 90 m corrosive resistant hose, as well as suction hoses. All couplings must be similar to the couplings used in the Hazardous material transportation industry. The pump must be electric driven with a motor not exceeding 2.5 kW.

 10.43.78 Football shaped, polyurethane impregnated and water activated plug for leak sealing.

 10.43.79 38 mm, polyurethane impregnated and water activated plug for leak sealing.

211

SECTION 11: HEAVY RESCUE UNIT 11.1 CHASSIS 11.2 MAKE & MODEL: Suitable 6 x4 two door forward control chassis/ tilt cab, with spares easily available in South Africa from the manufacturing company. Cab must comply with Economic Commission of Europe (ECE) Safety Standards, and must be fully manufactured by the Original Equipment manufacturer (OEM). 11.3 Crew Compartment There must be a Washington box style crew compartment, with seating for at least four staff members in their full turnout kit. In addition the crew compartment must be able to house two swivel command chairs, with a working table and the command, information and communications console, with sufficient and ergonomically lighting. The crew compartment must allow a person to stand upright in the compartment. The crew compartment must be 2.5 meters long. 11.4 WHEEL BASE: Wheel base not more than 5500mm Turning circle not more than 15 m 11.5 GVW: 29 500 kg 11.6 ENGINE:

 Required minimum output 300 kW x 1900 RPM, 2000 Nm torque at 1100rpm to 1300rpm.

 Air cleaner restriction gauge (Filter Minder) mounted in instrument panel

 Auxiliary engine water cooler

 Fan drive

 Must comply to Euro 3

11.7 TRANSMISSION: Fully Automatic six Shift with built in retarder, factory fitted by the OEM. 11.8 FRAME:

 Heat-treated alloy steel.

 Two towing eyes must be bolted to the rear chassis. 11.9 FRONT AXLE: Non Driven, rigid knuckle of 8500kg load capacity 11.10 REAR TANDEM AXLE: Live Axle with hypoid gearing, 11 500 kg capacity per axle 11.11 SUSPENSION:

 Front- twin leaf parabolic

 Rear- Multi leaf parabolic spring

 Twin tube shock absorbers in the front and rear.

212

 Front and rear stabilizers.

 Anti roll bar on rear and front axles. 11.12 BRAKES:

 Air, dual system with ABS.

 Automatic slack adjusters – front and rear

 Air processing system

 Dual air pressure gauge,

 Dust shields, front and rear

 Spring actuated parking brake cylinder acting on rear wheels

 Automatic drain valve with heater located at air tank

 Air dryer with heater

 13.2 air compressor 11.13 EXHAUST SYSTEM:

 Single exhaust system, horizontal muffler and tailpipe, aluminized steel, mounted on right side 11.14 ELECTRICAL SYSTEM:

 24-volt electrical system, standard equipment 11.15 FUEL TANK:

 Rectangular steel, 200 liter capacity 11.16 FORWARD CONTROL TILT CAB MUST INCLUDE:

 Heater/defroster

 One (1) dome light, door activated

 3-point seat belts on from outboard seats positions

 Crew compartment must be able to accommodate 4 x SCBA brackets in rear crew cab complying with safety regulations with respect to G-Force, and must be ergonomically placed and operated.  Black rubber floor covering

 Tinted glass, all windows

 Intermittent windshield wipers

 Keys – all alike, ignition and cab doors

 Gauge cluster with English electronic speedometer and tachometer, engine oil pressure gauge, water temperature gauge and voltmeter

 Oil temperature gauge

 Electronic hour meter mounted in cluster

213

 A padded safety bar between the rear seats and front sears.

 A front mounted chromed bulbar complete with winch mounting plate must be provided on the front of the cab.

 The design of the bulbar must be to the satisfaction of the Chief Fire Officer.

 The bull bar must be fitted with four galvanized towing eyes. 11.17 TYRES:

 Front - Two (2) 315/80R22.5 x 118ply

 Rear - Eight (8) 315/80R22.5 x 118ply

The vehicle must be able to maintain a speed of 120 km/h, and must have sufficient acceleration to maintain a speed of 60 km/h in urban conditions 11.18 CONTROLS AND INDICATORS IN DRIVERS CAB In addition to chassis standard controls and indicators the following items must be installed in the drivers cab:

 visual warning for the main current being switched on

 visual warning for any of the equipment lockers being open

 visual warning for the rear axle being locked (if the feature is installed)

 switch with visual indication for all emergency lighting.

 switch with visual indication for siren unit

 microphone for the public address system

 Visual warning that pump is engaged

 Visual and audio warning for low water level in radiator.

 Visual warning that floodlight is extended. The vehicle must be able to maintain a speed of 100 km/h, and must have sufficient acceleration to maintain a speed of 60 km/h in urban conditions 11.19 REAR TOW EYES

Two (2) galvanised heavy-duty tow eyes made of 19mm thick steel having 65mm diameter holes must be mounted below the body at the rear of the vehicle to allow towing (not lifting) of the apparatus without damage.

The tow eyes must be bolted directly to the chassis frame.

11.20 TOW HOOKS

Two (2) stainless steel chromed tow hooks must be mounted to the front extended bumper

11.21 WINCH

214

A 24 volt 5400 kg electric reversible winch with 38m of 12.7mm galvanized aircraft type cable and a replaceable clevis hook must be mounted to the chassis frame extension centred at front bumper area, and be controlled with a 2.9m remote control switch.

The winch must be supplied with a snatch block and winch blanket. 11.22 AUXILIARY AIR COMPRESSOR

A PTO operated compressor of the screw or worm drive type must be fitted. The compressor must have a continuous flow of at least 10000 lpm, at a pressure of 700 kpa. The compressor must be plumbed for the simultaneous operation of 2 tools. The system must be fitted with 2 sets of 150 m hoses, with the diameter enabling pneumatic jack hammers to be operated at a distances of 150 meters. 11.23 AIR CONDITIONING

An air conditioning unit must be installed. The air conditioner must feature temperature control and a three (3) speed blower. An individual circuit breaker must be provided on the distribution board for the air conditioner. Power supply must be from the generator. 11.24 FRIDGE A 60 liter fridge / freezer capable of operating on 12V/24V and 230V must be supplied and fitted inside the front left locker. The fridge / freezer must be a recognized brand name within the 4x4 recreation industry in South Africa and be able to be serviced repaired with parts locally available. The fridge must have a danfoss compressor, and the compressor must be accessible for repairs. 11.25 BODYWORK AND EQUIPMENT LOCKERS The framework of the apparatus body must have “walk around body” configuration with a body height of approximately 2 800 mm from the bottom of the body. The body work must be manufactured of aluminum with extrusions that are purposely designed to be interlocking and be electrically seam welded both internally and externally to ensure maximum strength. The compartment floors must be supported by a minimum 4mm walled aluminium extrusions. Structural integrity of the body must be guaranteed for a minimum of 10 years. No other fastening method, i.e. bolted, bonded, etc., must be deemed acceptable. Body handrails must be provided and must consist of two (2) lengths of anodized aluminum. All side compartment doors must be specially designed for fire engines, roller shutter doors, properly sealed to be water and dust proof. All doors must be fitted with automatic switches activating the lights as soon as the door is opened and also activating the warning in drivers cab to indicate that all doors are not fully closed.

215

Easy access must be provided from the ground level with steps covered by non-slip aluminum at each side of the vehicle. At the end of the steps there must be railings made of stainless steel to assist when climbing. The body configuration must provide sufficient and ergonomic stowage for all equipment. The body must have a body side protection rub rail along the length of the body on each side and at the rear. Yellow reflective tape complying with the requirements of the National Road Traffic Act must be fitted inside the rub rail. Removable panels must be fitted inside the lockers for the mounting of equipment. The panel must be secured to the locker interior support in a manner to keep the panel secure.

All lockers must be fitted with slide shelves and slide trays for equipment. 11.25.1 Under-body Cross Members Under-body cross members must be constructed entirely from aluminium ''I'' beam and heavy walled extrusions and must be full width of the body. The cross members must support the full weight of the compartments with equipment. 11.25.2 Lockers/Compartments There must be 4 lockers aside, with a rear locker the maximum width allowable by the upright extrusions of the body. All lockers must have a bottom section which folds open as a step to access the lockers. The fold out step must be from the bottom of the body up to chassis height.

11.25.3 Handrails

Access handrails must be provided at all step positions. All body handrails must be constructed of maintenance free, corrosion resistant, extruded aluminium. 11.25.4 One (1) midship through locker must be provided directly behind the cab. The locker must be full length downward from the top of the body, and at least 1285 mm wide. The front lockers must be ergonomically designed to facilitate the storage of struts, tripods and tools in sliding racks, sliding shelves, sliding trays, slide out boards, rails, plastic containers and mounting brackets.

A rack to facilitate the storage of 5 plastic bins of approximate dimensions of 550mm x 400mm x 300mm must be provided. A method to secure the bins in position when travelling must be provided.

The entire floor area of the compartment must be rubberised

The left-hand side of the locker must be fitted with three (3) (from the centre point) roll-out/tilt-down trays.

The rollout trays must be constructed of 4.7mm smooth aluminium with 76mm sides. The trays must be mounted in the compartment on drawer slides that must permit the tray to roll out of the compartment approximately 980mm. The trays must have a positive lock-in and positive lockout mini-rotary latch mounted to the underside of the tray. The trays must have a total capacity of 110kg at full extension.

The interior tray dimensions must be 76mm deep x locker width x centre point deep.

216

Approximately 90% of the tray must roll-out from its stored position and must tip 30 degrees from horizontal. The tray corners must be welded for strength and rigidity. A positive twist lock must be provided to lock the tray in the stored position.

One (1) toolboard panel must be installed on the bottom of each tray. The removable panel must be constructed of 3mm aluminium pegboard and must be bolted in place.

The right hand side of the locker must be fitted with three (3) vertical slide out boards from centre point. Approximately 90% of the shelve must slide-out from its stored position. The shelve corners must be welded for strength and rigidity. A positive twist lock must be provided to lock the shelve in the stored position. One (1) toolboard panel must be installed on each side of the shelve. The removable panel must be constructed of 3mm aluminium pegboard and must be bolted in place.

The shelves must be the full allowable height of the locker opening.

11.25.5 One (1) compartment must be provided on each side of the vehicle immediately ahead of the rear wheels with the maximum depth allowed for by the chassis. The second row lockers and the rearmost lockers must be full length downward from a height of 1 500mm. The second row width must be at least 1285 mm wide

This locker must be fitted with roll-out/tilt-down trays.

Two (2) trays are required on each side of the chassis rail of the vehicle, four (4) in total. The rollout trays must be constructed of 4.7mm smooth aluminium with 76mm sides. The trays must be mounted in the compartment on drawer slides that must permit the tray to roll out of the compartment approximately 980mm. The trays must have a positive lock-in and positive lockout mini-rotary latch mounted to the underside of the tray. The trays must have a total capacity of 110kg at full extension.

The capacity rating of the tray, in the extended position, must be at least 110kg distributed. The interior tray dimensions must be 76mm deep x locker width x centre point deep.

Approximately 90% of the tray must roll-out from its stored position and must tip 30 degrees from horizontal. Construction of the tray must consist of 4.7mm thick aluminium. The tray corners must be welded for strength and rigidity. A positive twist lock must be provided to lock the tray in the stored position.

One (1) toolboard panel must be installed on the bottom of each tray. The removable panel must be constructed of 3mm aluminium pegboard and must be bolted in place. 11.25.6 One (1) compartment must be provided on each side directly above the rear wheels with the maximum depth allowed for by the chassis..The lockers above the wheel wells must be at least 1400 mm wide. The height of the lockers above the wheel wells must be in line with the second row and rear most lockers and be approximately 810mm high

Roll-out and vertical tool board assemblies must be constructed of 4.7mm smooth aluminium pegboard. The boards must be mounted on 113kg capacity zinc plated steel slide tracks, so that it may fully slide in and out of the compartment with device to hold in the "in" and "out" positions. 11.25.7 One (1) compartment must be provided on each side immediately behind the rear wheels, with the maximum depth allowed for by the chassis.The second row lockers and the rearmost lockers must be full length downward from a height of 1 500mm. The second row width must be at least 1285 mm wide

217

This lockers must be fitted with two (2) in total, rollout out trays one (1) each side of the chassis width of the vehicle. The rollout trays must be constructed of 4.7mm smooth aluminium with 76mm sides. The trays must be mounted in the compartment on drawer slides that must permit the tray to roll out of the compartment approximately 90 %. The trays must have a positive lock-in and positive lockout mini-rotary latch mounted to the underside of the tray. Each tray must have a total capacity of 250kg at full extension.

The rear locker must have two adjustable shelves on each side above the slide out tray.

The interior tray dimensions must be 76mm deep x locker width x rear wall deep. Approximately 90% of the tray must roll-out from its stored position and must tip 30 degrees from horizontal. Construction of the tray must consist of 4.7mm thick aluminium. The tray corners must be welded for strength and rigidity. A positive twist lock must be provided to lock the tray in the stored position.

One (1) toolboard panel must be installed on the bottom of each tray. The removable panel must be constructed of 3mm aluminium pegboard and must be bolted in place. 11.25.8 A compartment must be provided at the rear end of the vehicle longitudinally above the chassis rail. The width must be the full width of the chassis rails, and the depth must be up to the bulk board of the second locker. The height of the rear end lockers must be in line with the rear most side lockers down to the floor height allowed by the chassis.

This locker must be fitted with a rollout out tray aligned to the chassis width of the vehicle. The rollout trays must be constructed of 4.7mm smooth aluminium with 76mm sides, with tie down points for long objects stacked on top of each other. The tray must be mounted in the compartment on drawer slides that must permit the tray to roll out of the compartment approximately 70 %. The trays must have a positive lock-in and positive lockout mini-rotary latch mounted to the underside of the tray. The tray must have a total capacity of 1000kg at full extension.

11.25.9 Multi Deck Column Tail lift The vehicle must be fitted with an 1800kg capacity multi deck column tail lift at the rear, with folding arms to enable staff and equipment access to and from the deck. The tail lift must have heavy duty rubber strips to prevent it from becoming scratched when on ground level. The tail lift must have a place to fit a bench vice for cutting timber (200mm opening). The chassis must extend the full length of the rear locker with a solid floor to carry heavy equipment. All roll-up doors must be provided with a locking mechanism and (2) keys for the side compartment doors.

11.26 Body Deck The body must have a heavy duty deck, integral to the body, from behind the front lockers to the rear of the vehicle, which must be used to store and carry big items such as shoring struts, hydraulic/pneumatic jack hammers and similar equipment. Equipment must be off loadable with the tail lift system. The roof deck must be constructed from aluminium diamond plate, with Alluminium channels on the deck. Adjustable tie downs must be provided on the deck at an interval of 500 mm for fastening equipment. A non-scratch shield must be fitted at the opening of the deck. An electrically operated, foldable crane arm must be fitted, and must be able to lift items at maximum reach of up to 750kg weight

218 onto the tail lift or onto the rear locker slide out trays. The lifting mechanism must be operated with a remote cable control. 11.26.1 Deck Compartments Four (4) waterproof compartments with horizontally hinged doors and gas-stays must be constructed onto the roof of the compartments behind the front through compartment. These compartments must be placed in a parallel form onto the roof with a walkway in the centre, and be the full height of the deck floor to the upper side of the body.

11.26.2 ROOF CONSTRUCTION The roof must be integral with the body construction. The roof must be constructed of 3mm bright aluminium tread plate. The roof extrusion must also have an inset allowing the roof panel to be recessed into the extrusion giving further support and sealing effect at the outside edge. The roof panel must be welded to the roof extrusions and supports. All roof seams must be continuously welded

A foldable safety rail must be constructed along the sides of the roof deck. The railing posts must be hinged to allow for horizontal stowing of the rails when travelling. 11.26.3 Access to Deck

An auxiliary stainless steel access ladder must be provided at the left hand front of the body for access to the body deck. The ladder must have a lower hinged section that must be stored when not in use.

11.27 Reflective Striping

All slide out trays must be fitted with reflective striping, red on the sides and white on the front.

11.28 Pinch Point Label

All shelves, trays, racks and tool boards must be labelled indicating the pinch point.

11.29 Weight Label

All shelves, trays, racks and tool boards must be labelled indicating the maximum weight that each can carry.

11.30 Drip rail

An anodized aluminium drip rail must be mounted over each compartment opening to assist with water runoff.

11.31 Awning, Side Body

Two (2) side body awnings, one (1) either side, approximately 4,8m long x 3m wide, must be installed. The arms must be attached to the vertical body extrusions allowing an unobstructed walking area underneath the awning.

The canopy must be woven of a tough acrylic fabric to resist rotting, cracking and mildew.

A wrap around slatted metal enclosure must secure the awning to the vehicle while travelling and must minimize dirt and grime on the canopy.

219

The awning must be electrically operated. 11.32 MASTER BATTERY SWITCH A master battery switch must be provided. If a solenoid type master switch, it must be of the continuous use type and the control must be located on the dash board. 11.32.1 Battery Charger

A battery trickle charging system must be installed and connected directly to the shoreline to ensure the batteries remain fully charged while the vehicle is in the fire station. The shoreline connection must be located adjacent to the crew seat. A pilot light must be provided on the dash to indicate when the electrical supply is connected to the charging system. 11.32.2 Electrical Lead A 25m electrical lead must be supplied to connect the charger to the electrical supply. 11.32.3 Equipment battery chargers All electric/electronic battery operated equipment must have vehicle mounted chargers which operates through a 7000 watt sine wave Inverter. The chargers must be clearly marked and ergonomically mounted. 11.33 COMPARTMENT LIGHTING

All compartments must be fitted with LED string lights that must ensure complete illumination of the compartment. Wiring must be individually and permanently function and colour-coded. All wiring looms must be properly supported and attached to body members along the entire run. At any point where wire or looms must pass through metal, rubber grommets must be installed to protect the wire from abrasion. Electrical connections in exposed areas must be made using heat shrink or weather proof connections. All circuits must be protected with automatic reset circuit breakers. All electrical equipment switches must be mounted on a switch panel mounted on a switch panel mounted in the cab convenient to the operator. Light switches must be of the rocker type with integral indicator light to show when the circuit is energized. All switches must be clearly identified as to function. 11.34 CAB AND BODY LIGHTING The original vehicle standard light cluster must be fitted at the rear of the vehicle. Light functions must include running lights, brake lights, turn signal lights and back-up lights. One (1) 100 mm circular single bulb light or LED strip lights must be mounted in each body compartment and must be wired to a master on/off rocker switch on the cab dash. The light must be in a resilient shock absorbent mount for improved bulb life. The wiring connection must be made with a weather resistant plug in style connector. A compartment light with a switch must be installed to illuminate the pump area for service. A license plate light must be installed on the rear of the vehicle.

220

Two (2) lights or LED strip lights must be mounted under a light shield directly above each pump panel. The work light switch in the cab must activate the lights when the park brake is set. The apparatus must have sufficient lights to properly illuminate the work areas, steps, walkways and ground areas around the apparatus. Areas under the driver and crew area exits must be activated automatically when the exit doors are opened. Two (2) dual, remotely adjustable LED scene lights must be provided at the rear.

4 x rectangular, remotely adjustable LED scene lights must be recessed into the apparatus body on each side must be switched from the cab dash with a scene light switch Ground area lights must be switched from the cab dash with the work light switch. 11.35 BACK-UP ALARM An electronic back-up alarm must be supplied. The 97 dB (A) alarm must be wired into the chassis back-up lights to signal when the vehicle is in reverse. 11.36 FLOODLIGHT A pneumatic light mast with 2000 watt or equal LED capacity, as well as a suitably powered generator must be supplied and fitted in the right hand front corner of the body. The mast must house automatically as soon as the parking brake is disengaged. 11.37 WARNING LIGHTS A suitable light bar to comply with NFPA 1901 must be mounted on the cab roof of the vehicle. Two (2) red rotating LED lights with a polycarbonate base, a single 55-watt halogen lamp, and a twist-on dome must be mounted at the rear of the vehicle. 11.38 ELECTRONIC SIREN A solid state electronic siren to the satisfaction of the Chief Fire Officer with attached noise-canceling microphone must be installed. Operating modes must include Hi-Lo, yelp, wail; P.A., air horn and radio re-broadcast, and must include a Tap feature. One (1) 100 watt speaker must be supplied with the electronic siren. The speaker must be installed between the bumper and the bottom of the windscreen. 11.39 LOWER LEVEL WARNING LIGHTS Four (4) Light Emitting Diode (LED) flashing safety warning lights and eight (8) halogen lights, all with red lenses, must be provided. Lower level warning lights must be mounted as follows to comply with NFPA 1901: . Zone A – Four (4) LED flashing safety warning lights on the front of the apparatus facing forward, one (1) on each side above the headlights and inboard of the front turn signals, forming a downward V pattern. . Zone B – Seven (7) LED flashing safety warning lights on each side of the apparatus One (1) 6 cluster LED flashing safety warning light at the forward-most point (as is practical) mounted on the front

221

bumper, one (1) 6 cluster LED flashing safety warning light midships, (1) 6 cluster LED flashing safety warning light at the rearward-most point (as is practical), and four (4) x 4 cluster LED flashing lights located across the rub rail. . Zone C – Six x 6 cluster LED flashing safety warning light at the rear of the apparatus, four mounted in the rub rail, two ‘(2) on each side, facing rearward, and two on the taillift in a position that they will not get damaged when the taillift is on the ground.

 A lighted rocker switch on the cab instrument panel, labeled “Lower Level Warning” must control the lights. 11.40 AUXILLIARY EQUIPMENT The following auxiliary equipment must be supplied with the vehicle:

All equipment for which a NFPA and/or EN standard exists must comply with the standards. All power tools must be industrial grade.

11.40.1 24 lengths of 150 mm x150 mm x 3 m wooden shores

11.40.2 12 lengths of 150mm x 100mm wooden beams

11.40.3 24 lengths of 120mm x 20mm x 3000mm planks

11.40.4 8 x Cutheads

11.40.5 36 pieces cribbing and stacking wood

11.40.6 18 wooden wedges. (100mm x 100mm x 400mm)

11.40.7 12 x 12mm x 3m x 1.5m Marine ply boards

11.40.8 4 x Carpenter Tool sets with tool belts.

11.40.9 2 x Full Set of Spanners (up to 32) 11.40.10 2 x Full set of sockets and wrenches (Up to 32) 11.40.11 4 x LED work lights 11.40.12 4 x Hammers

11.40.13 1 x Nailing Guns

11.40.14 2 x Cordless Drills

11.40.15(a) 2 x Pneumatic Demolition/Jackhammers for Concrete breaking

11.40.15(b) 2 x Electric driven Demolition/Jackhammers for Concrete breaking

11.40.16 2 x Hammer drills

11.40.17 2 sets (Up to 100mm) Core Drills & Adaptors (Heavy Duty)

11.40.18 2 sets Bi Metal hole saws (Up to 100mm)

222

11.40.19 1 x Workbench on trestles with removable bench vice (200 mm opening).

11.40.20 2 x Quicksaws

11.40.21 2 x Carborandum Cutters

11.40.22 2 x Cordless Circular saws

11.40.23 1 x Portable Circular Saw with Work bench

11.40.24 2 x Double bladed Rotary rescue saws

11.40.25 2 x Battery Operated Rebar cutters

11.40.26 2 x Power wrenches with adjustable sockets.

11.40.27 2 x Torque converter wheel spanners for truck wheels.

11.40.28 4 x Tirfor tools (2 ton capacity with cable.)

11.40.29 1 x Petrol driven Portable winch

11.40.30 6 x Remote Auto locking Pneumatic strut with all extensions to make a strut of up to 4500mm and attachments, including:

11.40.31.1 12 x Tilting Heads

11.40.31.2 12 x Swivel heads

11.40.31.3 6 x Cross Heads

11.40.31.4 12 x Beam Support heads

11.40.31.5 4 x V block heads

11.40.31.6 4 x Extensions for Raker bars

11.40.31 6 x Pneumatic locknut locking struts with all extensions to make a strut of up to 4500mm for follow up shoring, including:

11.40.32.1 12 x Tilting Heads

11.40.32.2 12 x Swivel heads

11.40.32.3 6 x Cross Heads

11.40.32.4 12 x Beam Support heads

11.40.32.5 4 x V block heads

11.40.32.6 4 x Extensions for Raker bars

223

11.40.33 4 x Sets Hydraulic Auto lock struts with all extensions to make a strut of up to 4500mm with hand pump

11.40.34 12 x Manual pin lock struts for follow up shoring.

11.40.35 2 x Concrete Chainsaws.

11.40.36 1 x Hydraulic Concrete saw.

11.40.37 2 x Concrete drills

11.40.38 2 x Portable Oxy Acetylene set

11.40.39 1 x Thermal Cutters/ Plasma Cutter, with regulators and South African compatible cylinder

11.40.40(a) 1 x Complete Heavy Duty Jaws of Life with Push/Pull rams, telescopic rams, pedal cutter, Spreader, Cutter, Wedge jack and Concrete breaker/chipper and chain set, and 4 x Heavy duty 20 ton Hydraulic Lifting jacks.

11.40.40(b) 1 x Combi Tools

11.40.41 1 x complete set of Self Powered Hydraulic Rescue tools with telescopic rams, pedal cutter, Spreader, Cutter and Concrete breaker/chipper and chain set.

11.40.42 2 x Hydraulic Toe jacks with hand pump.

11.40.43 1 x Heavy Motor Vehicle Rescue Platform.

11.40.44 1 x Heavy Motor Vehicle Cab Restraining Kit

11.40.45 2 x Airbag Restraining Kits

11.40.46 6 x Extra thick Rubble removing buckets

11.40.47 4 x Extra thick rubble removing tarpaulins (6m x 3 m with tie down eyes.)

11.40.48 12 x Extra thick Rubble removing chutes. (6m x 1 m with tie down eyes.)

11.40.49 6 x Heavy Duty Foldable spades

11.40.50 6 x Heavy Duty spades

11.40.51 6 x Heavy Duty Shovels

11.40.52 4 x Picks with plastic/rubber handles

11.40.53 4 x sledge hammers with plastic handles

11.40.54 4 x 4lb hammers with rubber/plastic handles

224

11.40.55 2 x Carbon Dioxide monitors with sampling tubes.

11.40.56 2 x 4 gas multi-gas detectors for confined space rescue

11.40.57 1 x Confined Space Communication Kit

11.40.58 2 x Infra-red Levels with tripod.

11.40.59 2 x Infrared range finder/measuring tape.

11.40.60 2 x Rescue tripods with winch.

11.40.61 2 x Auger Tool

11.40.62 1 x Slush pump

11.40.63 2 x Confined Space Ventilator, Incl chute and bill nose and duct.

11.40.64 2 x 22 ton Low Pressure Pneumatic lift bags with floating harness, and all regulators and fittings, including hose.

11.40.65 2 x sets of High Pressure Pneumatic lift bags (7 ton /24 ton and 70 ton) with all regulators and fittings, including hose.

11.40.66 2 x sets of Round interlocking High Pressure lifting bags (50 ton) and all regulators and fittings, including hose.

11.40.67 15 x 6 mx6 m Salvage Sheets

11.40.68 15 x 3 mx3 m Salvage Sheets

11.40.69 2 x Portable Ventilators, with hanging bars

11.40.70 60m x 18mm Reinforced rubber hose pipe and sprinkler on reel.

11.40.71 2 x Large Diameter wheeled off road Wheelbarrows with polyethylene/propylene bins.

11.40.72 1 x Airline trolleys (Drager Compatible)

11.40.73 4 x 4 hour rebreather sets

11.40.74 6 x SCBA Escape sets

11.40.75 4 x Thermal Imaging cameras for fire search and rescue, Incl charger and spare battery.

11.40.76 5 x 100m utility rope

11.40.77 2 x Road closing concertina barriers

11.40.78 12 x Battery operated portable LED flood lights.

225

11.40.79 2 x Trolley waste bins

11.40.80 1 x Foldable Drum Trolley.

226

SECTION 12: ALL TERRAIN WATER AND HIGH ANGLE RESCUE VEHICLE 12.1 MAKE & MODEL Suitable 4 x4 wheel drive van type chassis, with a full width partition behind the driver and passenger, seating for 3 crew members, with spares easily available in South Africa from the manufacturing company. The Cab must comply with Economic Commission of Europe (ECE) Safety Standards. 12.1.1 The vehicle must have 4 wheels at the rear. 12.1.2 The vehicle must comply with the following minimum dynamics: Ground Clearance: minimum of 192 mm Angle of approach: 21 degrees Ramp angle: 22 degrees Departure angle: 27 degrees Wading depth: 700mm 12.2 STEERING Right hand power steering. 12.3 FORWARD CONTROL CAB Must include

 Heater/defroster

 One (1) dome light, door activated

 3-point seat belts on from outboard seats positions

 Black rubber floor covering

 Tinted glass, all windows

 Intermittent windshield wipers

 Keys – all alike, ignition and cab doors

 Gauge cluster with English electronic speedometer and tachometer, engine oil pressure gauge, water temperature gauge and voltmeter

 Oil temperature gauge

 Electronic hour meter mounted in cluster

 A front mounted chromed bulbar complete with winch mounting plate must be provided on the front of the cab.

 The design of the bulbar must be to the satisfaction of the Chief Fire Officer.

 The bull bar must be fitted with four galvanized towing eyes.

 The bulbar must be airbag compatible.

227

 The vehicle must be fitted with a reverse camera and screen. 12.4 CONTROLS AND INDICATORS IN DRIVERS CAB In addition to chassis standard controls and indicators the following items must be installed in the drivers cab:

 visual warning for the main current being switched on

 visual warning for any of the equipment lockers being open

 visual warning for the rear axle being locked (if the feature is installed)

 switch with visual indication for all emergency lighting.

 switch with visual indication for siren unit

 microphone for the public address system

 Visual warning that pump is engaged

 Visual and audio warning for low water level in radiator.

 Visual warning that floodlight is extended.

 Visual warning that safety rails are extended. 12.5 WHEEL BASE Approximately 4325 mm. 12.6 Gross Vehicle Weight (GVW) Approximately 7 000kg with a payload included of not less than 2400kg. 12.7 ENGINE 2900 cc to 3000 cc Diesel engine with a minimum output of 140kw and 440nM torque at 1600rpm Must comply with Euro 3. 12.8 TRANSMISSION 6 speed manual transmission Selectable 4 wheel drive with High Range and Transfer case for Low Range (1.42 ratio) and electronic traction control and Adaptive Electronic Stability Program. 12.9 FRAME

 Heat treated alloy steel.

 Two towing/recovery eyes must be fitted to the rear chassis. 12.10 FRONT AXLE: Independent shock absorber- strut suspension with transverse leaf parabolic spring and stabilizer. 12.11 REAR AXLE: Rigid axle with parabolic spring and shock absorbers

228

12.12 Tyre size: All Terrain tyres Front: 195/75 R16C Rear: 195/75 R16C The rims must be fitted with a run flat device preventing the tyre from coming of the rim during run flat conditions. 12.13 BRAKES - Hydraulic with ABS and Electronic Brake force Distribution. - Downhill Assistance 12.15 EXHAUST SYSTEM Single exhaust system, horizontal muffler and tailpipe, aluminized steel, mounted on right side. The vehicle must be fitted with an OEM approved snorkel 12.16 ELECTRICAL SYSTEM 12-volt electrical system, standard equipment 12.17 MASTER BATTERY SWITCH A master battery switch must be provided. If a solenoid type master switch, it must be of the continuous use type and the control must be located on the dash board. 12.18 FUEL TANK Minimum 90 liters. 12.19 CREW COMPARTMENT A crew compartment capable of seating three (3) crew members in a full enclosed, seated and belted position, with a full width partition behind the driver and passenger compartment must be provided. Communications must be provided between the driver compartment and the crew compartment. 12.20 SEAT BELTS All seats must be fitted with SABS approved seat belts. 12.21 SEAT COVERS All seats must be covered with airbag compatible seat covers made of durable and washable water proof, grey ripstop material. 12.22 FRONT MUD FLAPS Fixed aluminum / metal mud flaps to be mounted behind the front chassis wheels. 12.23 REAR BUMPER The rear bumper must have a Spare wheel carrier, body corner protection, recovery and anchor points.

229

12.24 UNDERCARRIAGE PROTECTION The vehicle must be fitted with full undercarriage protection, including rock sliders. 12.25 REAR AXLE MUD FLAPS The rear tyres must have a set of mud flaps to be mounted behind the rear chassis wheels. The mud flaps must be fitted in such a manner that it must not be entrapped under the wheels when reversing, or in off road conditions. 12.26 WINCH A 5400 kg electric reversible winch with 38m of 9mm galvanized aircraft type cable and a replaceable clevis hook must be mounted to the chassis frame extension centred at front bumper area, and be controlled with a 2.9m remote control switch. The winch must be supplied with a snatch block and winch blanket. 12.27 BODY AND COMPARTMENT FITMENT. The compartments must be fitted with a slide out loading system from aluminum material, on heavy duty roller bearings. The load bay must be ergonomically designed to facilitate the storage and retrieval of equipment and tools in sliding racks, sliding shelves, sliding trays, and slide out boards, rails, plastic containers and mounting brackets.

The entire floor area of the compartment must be rubberised

A slide out shelve system must be fitted in the load bay of the vehicle. The shelve system must consist of two side shelves of approximately 0.31m wide and 0.6m high to the wheel arches. In addition there must be a middle shelve of approximately 1.2m wide x 0.6m high and 3.4m long, to fit an inflatable boat and oars.

The side shelves must fitted with high wall, high lid ammo box type bins.

The rollout trays must be constructed of 4.7mm smooth aluminium with 76mm sides. The trays must be mounted in the compartment on drawer slides that must permit the centre tray to roll out of the compartment to a length of approximately 90% of the shelve. The trays must have a positive lock-in and positive lockout mini-rotary latch mounted to the underside of the tray. The trays must have a total capacity of 110kg at full extension.

The shelve system must have a 20 mm marine ply floor fixed to the shelving frame on which a system of 3 full length vertical sliding racks, sliding out through the rear doors, must be fitted, at a distance of 0.445m apart. A full size toolboard panel must be installed on each side of each tray. The removable panel must be constructed of 3mm aluminium pegboard and must be bolted in place.

Approximately 90% of the rack must slide-out from its stored position. The corners must be welded for strength and rigidity. A positive twist lock must be provided to lock the shelve in the stored position.

The racks must be the full allowable height of the load bay opening The racks and shelves must be strong enough to be fitted with the following types of equipment in an ergonomically manner, with minimum impact on the centre of gravity of the vehicle.

230

Confined Space Harnesses, Tripods, Confined Space Ventilator , SKED Stretcher, Basket Stretcher, Rope Thrower, Catch Net, Confined Space Helmets, Gas Detector, AC/DC Detector, Traffic Cones., Expandable Barriers, Salvage Sheets, Search Cam, Thermal Imaging Camera.

Inflatable Boat, Personal Flotation Devices, Rope, Inflatable Hoses, Catch Ropes, Swift Water Helmets, Short Fins, Diving Masks, Water Rescue Suits, Rescue Buoys, Throw Ropes And Bags, Defibrillator, Oxygen, First Aid Kit, Markers, Helicopter Collars, Inflatable Walk Ways, Breathing Apparatus Sets. Battery Operated Combi Tool, Koevoet, Bow Saw, Chainsaw, Halligan Tool, Hacksaw, Reciprocating Saw (Battery Operated), Plumber Wrenches, Spanner Set. High Angle Rescue Ropes, Harnesses, Small Gear, Rescue Helmets, Spades, Rope Protectors, Pulleys, Bar Racks, Rescue Bags and Similar Items Air Radio, ORRU Radio ,Portable Radios, White Board, , Floodlights, Food Stocks, Water Bottles, Blankets, Towels, Space Blankets, Overhauls, Gas Stove, Kettle, Cups, , Spare Batteries. Mud Planks, Recovery Slings, Snatch Ropes, Winch Blanket, Mud Anchor, Snatch Block, High Lift Jack. Helium Balloon And Canister On Roof Winch, Night Binoculars,. Reflective Vests. Folding Table, Folding Chairs. Smoke Grenades, Helicopter Docking Signal, Helicopter Landing Lights. Rapid Deployment 4 Man Canvas Tents, Portable Chemical Toilets, Toilet Tents

Inverter, Mobile Data Terminal With GPS and TRACKS For Africa, Portable GPS’s For Search And Recovery, And Map Sets. 12.28 TOW HOOK The vehicle must be fitted with a tow hook fitted to the chassis to enabling towing of heavy duty trailers. The tow hook must be fitted with a ball connector. The position of the tow hook must be in such a position that the vehicle must not be damaged while turning a 90 degree corner with a trailer in tow. 12.29 RECOVERY POINTS The vehicle must be fitted with front and rear recovery points that will withstand off road recovery and snatching. 12.30 ON BOARD COMPRESSOR- The vehicle must be fitted with a 160 lpm on board compressor to inflate the tyres and inflatable boats, the compressor must be fitted with an extension air hose which can reach all tyres from the mounted position. Connectors must be provided to fill the boats, inflate hose and tyres. 12.31 AIR CONDITIONING

An air conditioning unit must be installed. The air conditioner must feature temperature control and a three (3) speed blower. An individual circuit breaker must be provided on the distribution board for the air conditioner. Power supply must be from the generator. 12.32 FRIDGE A 52 liter fridge / freezer capable of operating on 12V/24V and 230V must be supplied and fitted inside the crew compartment. The fridge / freezer must be a recognized brand name within the 4x4 recreation industry in South Africa and be able to be serviced repaired with parts locally available. The fridge must have a Danfoss compressor, and the compressor must be accessible for repairs. The fridge must be fitted and

231 powered from inside the crew compartment in a purpose made tray, preventing the fridge/freezer from coming loose in case of an accident.

12.33 AWNING, SIDE BODY

Two (2) side body awnings, one (1) either side, approximately 4,8m long x 3m wide, must be installed. The arms must be attached to the vertical body extrusions allowing an unobstructed walking area underneath the awning.

The canopy must be woven of a tough acrylic fabric to resist rotting, cracking and mildew.

A wrap around slatted metal enclosure must secure the awning to the vehicle while travelling and must minimize dirt and grime on the canopy.

The awning must be electrically operated. 12.34 12 VOLT WIRING SYSTEM The apparatus must be equipped with a heavy-duty 12 volt wiring system. The system must include all parts, components, switches, relays, and wiring to insure complete operation. All wiring must be performed by an accredited and certified Auto Electrician. 12.35 ELECTRICAL INSTALLATION Electrical wiring and equipment must be installed utilizing the following:

 All holes made in the body and cab roof must be caulked with silicone. Large fender washers, liberally caulked, must be used when fastening equipment to the underside of the cab and crew cab roof.

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

 A coil of wire must be provided behind an electrical appliance to allow them to be pulled away from mounting area for inspection and service work.

 Corrosion preventative compound must be applicable to all terminal plugs located outside of the cab or body.

 All lights that have their sockets in a weather exposed area must have corrosion preventative compound added to the socket terminal area.

 All electrical terminals in weather exposed areas must have silicone applied completely over the metal portion of the terminal.

 Loom must be provided over all-weather exposed wiring.

 The original vehicle standard light cluster must be fitted at the rear of the vehicle.

 Light functions must include running lights, brake lights, turn signal lights and back-up lights.

 One (1) 100 mm circular single bulb light or LED strip lights must be mounted in each body compartment and must be wired to a master on/off rocker switch on the cab dash. The light must be in a resilient shock absorbent mount for improved bulb life. The wiring connection must be made

232

with a weather resistant plug in style connector. A compartment light with a switch must be installed to illuminate the pump area for service.

 A license plate light must be installed on the rear of the vehicle.

12.36 WARNING LIGHTS A suitable light bar to comply with NFPA 1901 must be mounted on the cab roof of the vehicle. Two (2) red rotating LED lights with a polycarbonate base, a single 55-watt halogen lamp, and a twist-on dome must be mounted at the rear of the vehicle. 12.37 ELECTRONIC SIREN A solid state electronic siren to the satisfaction of the Chief Fire Officer with attached noise-canceling microphone must be installed. Operating modes must include Hi-Lo, yelp, wail; P.A., air horn and radio re-broadcast, and must include a Tap feature. One (1) 100 watt speaker must be supplied with the electronic siren. The speaker must be installed between the bumper and the bottom of the windscreen. 12.38 LOWER LEVEL WARNING LIGHTS Four (4) Light Emitting Diode (LED) flashing safety warning lights and eight (8) halogen lights, all with red lenses, must be provided. Lower level warning lights must be mounted as follows to comply with NFPA 1901: . Zone A – Four (4) LED flashing safety warning lights on the front of the apparatus facing forward, one (1) on each side above the headlights and inboard of the front turn signals, forming a downward V pattern. . Zone B – Seven (7) LED flashing safety warning lights on each side of the apparatus One (1) 6 cluster LED flashing safety warning light at the forward-most point (as is practical) mounted on the front bumper, one (1) 6 cluster LED flashing safety warning light midships, (1) 6 cluster LED flashing safety warning light at the rearward-most point (as is practical), and four (4) x 4 cluster LED flashing lights located across the rub rail. . Zone C – Four x 6 cluster LED flashing safety warning light at the rear of the apparatus, mounted in the rub rail, two ‘(2) on each side, facing rearward.

 A lighted rocker switch on the cab instrument panel, labeled “Lower Level Warning” must control the lights. 12.39 SECOND BATTERY SET A second set of batteries must be provided and must duplicate the vehicle’s primary set of batteries. All auxiliary equipment must be powered from the secondary battery set. The system must be so connected that, with the engine stationery, the battery sets must be disconnected from each other. When the alternator is charging (engine running), the battery sets must be connected in parallel by means of a DC to DC battery management system. The alternator must be connected to the primary set of batteries. The secondary batteries must be lead crystal batteries. 12.39.1 Battery Charger

233

A battery trickle charging system must be installed and connected directly to the shoreline to ensure the batteries remain fully charged while the vehicle is in the fire station. The shoreline connection must be located adjacent to the crew seat. A pilot light must be provided on the dash to indicate when the electrical supply is connected to the charging system.

12.39.2 Electrical Lead A 25m electrical lead must be supplied to connect the charger to the electrical supply. 12.39.3 Equipment battery chargers All electric/electronic battery operated equipment must have vehicle mounted chargers which operates through a 5000 watt Inverter. The chargers must be clearly marked and ergonomically mounted.

12.40 COMPARTMENT LIGHTING All compartments must be fitted with LED string lights that must ensure complete illumination of the compartment. Wiring must be individually and permanently function and colour-coded. All wiring looms must be properly supported and attached to body members along the entire run. At any point where wire or looms must pass through metal, rubber grommets must be installed to protect the wire from abrasion. Electrical connections in exposed areas must be made using heat shrink or weather proof connections. All circuits must be protected with automatic reset circuit breakers. All electrical equipment switches must be mounted on a switch panel mounted on a switch panel mounted in the cab convenient to the operator. Light switches must be of the rocker type with integral indicator light to show when the circuit is energized. All switches must be clearly identified as to function. 12.41 CAB AND BODY LIGHTING Clearance lights and reflectors must include two (2) red clearance lights, four (4) red rectangular reflectors, two (2) amber rectangular reflectors, and three 93) red marker lights centered at the rear step, recessed in the rub rail. One (1) 177 mm red, one (1) 177 mm amber and one (1) 177 mm clear Road Traffic Act compliant light must be installed on each side of the vehicle’s rear. Light functions must include running lights, brake lights, turn signal lights and back-up lights. Two (2) 100 mm circular single bulb light must be mounted in each body compartment and must be wired to a master on/off rocker switch on the cab dash. The light must be in a resilient shock absorbent mount for improved bulb life. The wiring connection must be made with a weather resistant plug in style connector. A compartment light with a switch must be installed to illuminate the pump area for service. A license plate light must be installed on the rear of the vehicle. Two (2) lights must be mounted under a light shield directly above each pump panel. The work light switch in the cab must activate the lights when the park brake is set.

234

The apparatus must have sufficient lights to properly illuminate the work areas, steps, walkways and ground areas around the apparatus. Areas under the driver and crew area exits must be activated automatically when the exit doors are opened. Two (2) dual, remotely adjustable LED scene lights must be provided at the rear. 4 x rectangular, remotely adjustable LED scene lights must be recessed into the apparatus body, two on each side and must be switched from the cab dash with a scene light switch Ground area lights must be switched from the cab dash with the work light switch. 12.42 Additional Sockets The vehicle must be fitted with a distribution box of 6 plugs (National Luna or similar) which can be used to charge cell phones, radios and /or laptops A roof rack must be provided on the vehicle. 12.43 BEAM GANTRY A manually or electric drive beam gantry must be mounted on the left hand side of the body on the roof rack, with a bracket for a roof ladder. The gantry must allow for removal of the ladder from the ground position without having to get on to the vehicle. The gantry must be secured sufficiently to prevent from swaying whilst driving. 12.44 SEARCH LIGHTS The vehicle must be fitted with two search lights which can be controlled and directed from inside the cab. 12.45 AUXILLIARY EQUIPMENT.

The following auxiliary equipment must be supplied with the vehicle:

All equipment for which a NFPA and/or EN standard exists must comply with the standards.

1 x National Fire Protection Association (NFPA) approved roof ladder, mounted horizontally on 12.45.1 the top of the vehicle on a suitable purpose made gantry,

12.45.2 2 x 2.8 m Ceiling hooks

12.45.3 2 x Flat headed axe

12.45.4 2 x Pry Axe

12.45.5 2 x Halligan Tool

12.45.6 2 x Rubber Mallet

12.45.7 2 x 4lb Hammer

12.45.8 1 x Battery operated combi tool,

12.45.9 2 x Koevoet,

235

12.45.10 2 x Bow saw,

12.45.11 2 x Hacksaw,

12.45.12 2 x Reciprocating saw( battery operated), with charger and spare battery

12.45.13 2 x Plumber wrenches, 2 x 100 m x Utility Rope 12.45.14

12.45.15 1 x Chainsaw

12.45.16 2 x Heavy duty 3mx 3m PVC salvage sheet, with tie down holes

12.45.17 2 x Safety Fuel Cans(10 liter capacity each)

12.45.18 1 Set of heavy duty wheel chocks, suitable for the vehicle as offered.

12.45.19 1 x High lift jack with footplate and wheel buddy.

1 x Low Pressure airbag (6 tons capacity) with all regulators, controls and fittings including 12.45.20 hose.

1 x Set of 31 m x Inflatable Rescue Paths (Combination of 6m; 10m and 15m) including all 12.45.21 fittings and regulators.

12.45.22 3 x Confined Space harnesses,

12.45.23 1 x Rescue tripods, 12.45.24 1 x Hand winch for tripod

12.45.25 1 x Confined space ventilator ,

12.45.26 1 x SKED stretcher,

12.45.27 2 x Basket stretcher,

12.45.28 2 x Rope thrower, 12.45.29 2 x Rescue catch net,

12.45.30 4 x Confined space helmets,

12.45.31 2 x Gas detectors for confined spaces,

12.45.32 1 x AC/DC detector,

12.45.33 8 x Traffic Cones.,

12.45.34 1 x Remote Search camera,

12.45.35 1 x Thermal Imaging camera.

12.45.36 2 x Inflatable boats( Croc or similar)

12.45.37 8 x Oars

12.45.38 6 x Personal Flotation Devices

236

12.45.39 3 x 30m x 100mm Inflatable hoses with tie down ropes, regulator and hoses.

12.45.40 4 x Floating Throw ropes in bags ropes,

12.45.41 6 x Swift water helmets,

12.45.42 6 x Torpedo rescue buoys,

12.45.43 4 x Round throw buoys

12.45.44 1 x Automatic Defibrillator,

12.45.45 1 x B.A compatible Portable Resuscitator set,

12.45.46 1 x Battery Operated Suction Unit

12.45.47 1 x Fully equipped ILS Jump Bag,

12.45.48 3 x Floating markers,

12.45.49 2 x Helicopter collars.

12.45.50 2 x 150 m x 12mm Non static Kernmantle ropes,

12.45.51 4 x High Angle rescue harnesses, 12.45.52 2 x Rescue Anchor Straps

12.45.53 2 x Rescue Pick Off Strap

12.45.54 2 x Load Release Strap

12.45.55 2 x Adjustable anchor strap

12.45.56 2 x Shoulder straps for rope clamp

12.45.57 2 x Tool holder for organizing gear on a harness

12.45.58 2 x Rope rescue equipment bags

12.45.59 2 x Rescue etrier with tie-in.

12.45.60 2 x Gear sling

12.45.61 2 x Special rescue harness: Triangle with shoulder straps

12.45.62 3 x Utility loops, 0,6 m

12.45.63 2 x 100m Rescue Rope( 11 mm) Kernmantle

12.45.64 2 x 100m Rescue Rope( 11mm)Static

12.45.65( 2 x 100m Rescue Rope( 13 mm) Kernmantle a)

12.45.65( 2 x 100m Rescue Rope( 13 mm)Static b)

12.45.66 3 x Large opening steel carabiners- D ring shaped

12.45.67 3 x Locking semi-circle carabiner

237

12.45.68 3 x Large opening steel carabiners- pear shaped

12.45.69 3 x Large opening steel carabiners- oval shaped

12.45.70 3 x Directional connector with large gate opening and automatic locking

12.45.71 3 x Steel O-ring

12.45.72 3 x Quick Link

12.45.73 3 x Rescue Pulleys

12.45.74 3 x High efficient self-jamming pulley

12.45.75 3 x Lightweight swing sided pulley

12.45.76 3 x Double swing sided prussic pulley

12.45.77 3 x High efficient double swing sided Prussik pulley

12.45.78 6 x Tandem cable pulleys for Tyrolean traverse

12.45.79 3 x Swing sided rescue pulley

12.45.80 3 x Knot passing pulley

12.45.81 3 x Rescue Brake Bar Racks

12.45.82 6 x Fig of 8 Descender with ears.

12.45.83 3 x Controlled Rate Descender

12.45.84 3 x Self-braking descender and belay device(single rope)

12.45.85 3 x Rescue Ascenders(cam)

12.45.86 3 x Ascenders(handled) Left and right handed options

12.45.87 2 x Chest mount rope clamp/grab

12.45.88 2 x Foot mounted rope clamp

12.45.89 3 x Rescue swivel large opening

12.45.90 2 x Emergency rope clamp

12.45.91 4 x Edge Protectors

12.45.92 4 x Rescue swivel

12.45.93 4 x Rigger Plates

12.45.94 4 x Anchor multiplying plate (cat paw)

12.45.95 2 x Compact adjustable lanyard (3 meter)

12.45.96 2 x Adjustable lanyard with hook connector (3 meter)

12.45.97 2 x Compact adjustable lanyard with hook connector (5 meter)

12.45.98 2 x Adjustable lanyard with Large hook connector (3m)

238

12.45.99 2 x Nonadjustable dynamic rope lanyard(1 m)

12.45.100 2 x Non Adjustable dynamic rope lanyard with Large hook connector (1.5m)

12.45.101 2 x Energy absorbers webbing lanyard

12.45.102 2 x Y shaped Energy absorbers webbing lanyard and 2 large opening connectors

12.45.103 2 x Asymmetrical Y shaped lanyard- flat sewn webbing

12.45.104 2 x Mobile fall arrestors

12.45.105 2 x Self-braking Single rope descender/belay device

12.45.106 2 x Self-braking Single rope descender/belay device( for inclined surfaces)

12.45.107 2 x Self-braking single rope descender.

12.45.108 2 x Adjustable webbing foot loop

12.45.109 4 x 3 m Webbing

12.45.110 4 x 3m Prussik Cord 7mm

12.45.111 4 x 6m Prussik Cord 7 mm

12.45.112 3 x 3m Prussik Cord 8mm

12.45.113 3 x 6m Prussik Cord 8mm

12.45.114 3 x 3m Prussik Cord 9mm

12.45.115 3 x 6m Prussik Cord 9mm

12.45.116 3 x Adjustable Positioning Lanyard

12.45.117 3 x Tie Back Lanyard

12.45.118 3 x Bypass Lanyard

12.45.119 4 x Folding spades,

12.45.120 1 x Air Traffic radio

12.45.121 4 x Mobile Off Road Rescue Unit radios, with vehicle charger

12.45.122 1 x White board,

12.45.123 3 x Portable Searchlights, 12.45. 124 1 x 400w LED balloon lights with foldable stands

12.45.125 1 x Cartridge 1 burner gas stove in protective case

12.45.126 4 x Rechargeable, IP67 floating torches, with charger and spare batteries.

12.45.127 6 x LED ( submersible and suitable for search and rescue)

12.45.128 1 Set of Mud planks,

239

12.45.129 1 x 12 ton recovery sling,

12.45.130 1 x 12 ton snatch rope,

12.45.131 1 x Winch blanket,

12.45.132 1 x Mud anchor,

12.45.133 1 x Snatch block,

12.45.134 1 x Reusable Helium marker balloon and canister on roof winch,

12.45.135 2 x Night binoculars,

12.45.136 6 x Reflective vests.

12.45.137 1 x Folding table,

12.45.138 6 x Folding chairs.

12.45.139 1 set Smoke grenades,( all emergency signalling colours)

12.45.140 1 x Helicopter docking signal,

12.45.141 1 set Helicopter landing lights.

12.45.142 1 x 7000 watt Inverter

12.45.143 1 x Android Mobile Data Terminal (Ruggedized Laptop) with GPS and TRACKS for Africa.

12.45.144 1 x Satellite phone

12.45.145 3 x Portable Hikers GPS’s for search and rescue

12.45.146 3 sets Topographic maps for Gauteng covered with writable plastic

12.45.147 2 x Rapid deployment 4 man canvas tents( Oz Tent or similar)

12.45.148 1 x Portable chemical toilets,

12.45.149 1 x Toilet tents

240

SECTION 13: PRIME MOVER/CRANE VEHICLE

13.1 PRIME MOVER 13.1.2 CHASSIS MAKE & MODEL: Suitable 8x4 wheel drive chassis, with spares easily available in South Africa from the manufacturing company. A 2 door cab complying with Economic Commission of Europe (ECE) safety standards, and fully manufactured by the Original Equipment manufacturer (OEM) is required. The cab must be fitted with a Rear windscreen: to be able to watch the hook lift operation and a Camera system for rear view and/or view in hose box. 13.1.3 WHEEL BASE: 6000mm (Front axle to 1st rear axle) 13.1.4 OVERALL LENGTH OF VEHICLE: 10803 mm 13.1.5 GVW: 43 000 kg Note: The GVW, wheel base, length of vehicle, centre of gravity and overhang must be in line with the requirements for the Hydraulic crane and hook lift system. The bidder must submit a calculation sheet as part of the bid. The results of the calculation sheet may be used by the bidder to make adaptations to the chassis /cab specification proposals which must meet the legal and manufacturer requirements. Any such proposals must be in writing and be attached to the Variations and Omissions sheet with an explanation of why the changes are necessary. 13.1.6 ENGINE: Minimum output, 300kW x 1900 RPM, 2000 Nm torque at 1100 -1300 RPM

 Air cleaner restriction gauge (Filter Minder) mounted in instrument panel

 Auxiliary engine water cooler

 Low water level indicator with audio warning must be fitted to the radiator and displayed on the instrument panel.

 Fan drive 13.1.7 TRANSMISSION: Fully Automatic Shift with retarder. Gearbox ratio must allow for crawling for extended periods without overheating. The gearbox must be factory fitted by the OEM. 13.1.8 POWER TAKE OFF: A PTO to drive the Hook Lift System, the crane, as well as a hydraulic Hose Recovery Unit must be provided. The PTO must be operable for extended periods at a travelling speed (in driving mode) for speeds up to 7 km per hour. The PTO must automatically disengage at speeds (in driving made) exceeding 10 km per hour. The PTO must be able to drive a hydraulic system with a supply of 120 litres per minute at 300 bar for the hook lift system, and 30 litres per minute at 150 bar for the hose recovery unit. The PTO must not be clutch dependable. 13.1.9 FRAME: Heat-treated alloy steel.

241

13.1.10 SUB FRAME: The vehicle must be fitted with a strong sub frame which must protect the chassis and which must meet the requirements of the hydraulic crane and hook lift manufacturer. 13.1.11 UNDERRUN PROTECTION The vehicle must be fitted with an impact absorbing underrun bumper. 13.1.12 FRONT TANDEM AXLE BOGIE: 2 x 8500 kg technical capacity (7 700kg legal capacity) includes: - Shock Absorbers - Right Hand Steer - 2 x 8500 kg leaf springs 13.1.13 REAR TANDEM AXLE:

 Single reduction, 26 000kg technical capacity. (18 000kg legal capacity.)

 Diff lock

 Rear axle magnetic drain plug 13.1.14 BRAKES:

 Air, dual system includes:

 Automatic slack adjusters – front and rear

 Air processing system

 Dual air pressure gauge,

 Dust shields, front and rear

 Spring actuated parking brake chambers

 Automatic drain valve with heater located at air tank

 Air brake ABS 4 channel

 Air dryer with heater

 13.2 air compressor

13.1.15 EXHAUST SYSTEM: Single exhaust system, horizontal muffler and tailpipe, aluminized steel, mounted on right side

13.1.16 ELECTRICAL SYSTEM: 24-volt electrical system, standard equipment 13.1.17 FUEL TANK:

242

Rectangular steel, 600 liter capacity 13.1.18 “LOW-ROOF” FORWARD CONTROL TILT CAB MUST INCLUDE:

 Heater/defroster

 Camera System/screen to monitor activities.

 One (1) dome light, door activated

 3-point seat belts on from outboard seats positions

 Black rubber floor covering

 Tinted glass, all windows

 Intermittent windshield wipers

 Keys – all alike, ignition and cab doors

 Gauge cluster with English electronic speedometer and tachometer, engine oil pressure gauge, water temperature gauge and voltmeter

 Oil temperature gauge

 Electronic hour meter mounted in cluster

13.1.19 TYRES: All tyres must be of a size which is easily available to source in South Africa, and which matches the performance requirements of the vehicle.

13.1.20 TRAILER COUPLINGS: The vehicle must have a trailer coupling with a 40 mm diameter, as well as pneumatic and electric connectors for a trailer. The vehicle must also have two tow eyes and a pneumatic connection in front. A heavy duty tow eye must be fitted at the rear. 13. 2 FLOODLIGHT: The vehicle must be fitted with a 40 watt LED light extendable floodlight, which operates from the vehicles electrical system. 13. 3 HYDRAULIC HOOK LIFT A PTO driven Hydraulic Sliding and Tilting Hook Lift unit with a switch over valve and a: Lifting capacity of up to 21 000 kg (evenly distributed in, or on the body) Dump capacity of up to 21000 kg (evenly distributed in, or on the body) The Hooklift must accommodate a container length of up to 6.5 meters. (Excluding A frame) Maximum lifting angle: 49 degrees The height of the hooklift must be at 1570 mm, as measured from top of hooklift to the bottom of skid rails.

243

The frame (tunnel height) must not exceed 125 mm, with an installation height of not more than 275 mm. The width of the unit must not exceed 1118 mm, with a distance of 1070 mm between the rollers, between the angles. The Hooklift must be able to pick up a body 500 mm below grade when mounted on a truck with a 1040 mm frame height. The hooklift must not weigh more than 2900 kg. The sub frame length must not exceed 6600 mm. The distance from the hook arm to the rear must not exceed 5480 mm. Operating pressure: Up to 300 bar maximum Oil flow: 120 liters per minute. The Hydraulic tank must have a sufficient capacity to prevent the heating of the oil during continuous operation, and should form part of the same hydraulic tank used for the crane and hose collector. A hydraulic Control valve must be mounted directly onto the oil reservoir The system must be operated via a PLC (Programmable Logic Control) operated control system. The system must have a two speed manual control, as well as automatic sequence control mounted in the truck cab to allow full feathering of all hooklift functions. The system must have built in diagnostics to easily locate defective components caused by mechanical damage. The hooklift must have a sliding and tilting type jib section to provide a low overall loading height. Dump/Jib interlock: Dumping must take place through a rear pivot. The jib and dump sections must lock into full rigid length with front rollers to provide support for the container when in dump mode. The sections must not be gravity reliant or reliant on container/body mounted latches to lock the sections. The system must be protected from out of sequence operation.

Rear body hold downs: Dual slide-through hold down devices must be mounted to the dump frame to secure the body to the hooklift through all ranges of the dump mode. Hold down devices may not be spring loaded or air/hydraulic cylinders. The hold downs must allow for bodies with different tie down locations to be loaded.

The hooklift must be compatible with containers manufactured to Class AB 6500-26-1570 St DIN 30722 container.

Compliance with international norms and standards must be stated separately as applicable.

Hydraulic under run protection must be provided in line with Road Traffic legislation. 13. 4 HYDRAULIC CRANE A hydraulic crane must be provided mounted behind the cab. The crane must be radio remote controlled with 4 functions, and have levers for emergency operation. The crane must fall in the following range with similar or better performance and dimensions: Nominal lifting moment: 680 kNm

244

Hydraulic Outreach: From 4.10 m to 11.60 meter Lifting height above installation level: 14 m Outreach- lifting capacity; 75 ton meter 4.10 m= 18000kg 6 m= 12400kg 7.7 m= 9600 kg 9.60m= 7600 kg 11.6 m= 6300 kg Hydraulic horizontal reach: 11.60m= 6300 kg Hydraulic pump delivery: 120 lpm Operating pressure: 380 bar Hydraulic oil reservoir: not less than 450 liters Slewing angle: Continuous, Slewing radius: 360 degrees with a rated capacity indicator Slewing torque: 69 kNm Slewing speed: not less than 8 degr/sec Lifting speed: 0.7 m/s at standard outreach Height in folded position: 2560 mm Width in folded position: 2560mm Max fitting space required: not more than 1.56 m (excluding rotation area) Typical weight without support legs; not more than 6100kg

Load holding valves must be fitted on the main boom cylinder, as well as the extension boom cylinders and the swivel cylinder. Valves must be positioned in a manner to protect them from being damaged. The hydraulic circuits must allow simultaneous operation of several functions. The crane must be fitted with a system to suppress oscillation of the booms. Hydraulic hoses must be routed in compact troughs and plastic chains for protection. Hoses must be covered behind the crane column, and the control valve must have a protection cover. The unit must be able to be provided with additional fly jibs. The base frame must be integrated into the supporting frame to ensure a low overall height. The crane must be supported by a 9.8 m outrigger system, with 180degree tiltable hydraulic stabilizer legs. The crane must be fitted with a support control on the base frame. The support control must be fitted with a bubble level and hour counters. Switch over between crane and support control must be done electrically.

245

The crane must be fitted on a strong base with a three point bridge which takes all the loads caused by the operation of the crane.

The main frame must be fixed onto the chassis in such a way that chassis performance and durability are maintained, avoiding any stress concentration in the chassis beams. The crane must be fitted with a stabilizing system which must consist of four hydraulic up and down outriggers with a spread of 4.5 metres. Each vertical jack must be fitted with self-aligning foot plate to spread the load evenly and to allow operation on uneven ground The control levers must be arranged in such a way that the outriggers are always visible to the operator when operating each side separately. All control levers must permit infinitely variable speed of each function for easy and fast stabilizing procedure, also when operated on uneven ground. The following additional control devices must be at the control panel: - starting of chassis engine - stopping of chassis engine - activating hydraulic pressure - visual indication for fully extended outriggers - visual indication for applied rear axle locking (if feature is installed) - visual indication for the main current being switched on - operating hour gauge - indications for the fault finding system 13.5 SAFETY DEVICES

 All load bearing hydraulic cylinders must be fitted with lock valves directly integrated into the cylinder structure to prevent the crane or the outriggers from retracting in case of a pipe or hose failure.

 Retracting of any of the outriggers must be automatically prevented as soon as the booms have been lifted from their traveling position.

 Lifting of the Crane from the traveling position must be prevented until the outriggers have reached the support width and ground pressure.

 All crane movements must be limited at their most extreme positions thus making it impossible for the operator to reach an unsafe configuration by normal means of operation.

 Starting of the chassis engine from any of the control panels of the vehicle must be prevented unless the gear is shifted to neutral or park.

 Inadvertent damaging of the drivers cab by the crane must be prevented by a system preventing lowering of the first boom and rotation movement when the first boom is near the drivers cab.

246

 An overload warning must be fitted to give an audible and visual warning in case of exceeding the safe working load.

 An emergency stop switch must be fitted at the control panels to provide immediate and completed “freezing” of all systems in case of an unexpected emergency.

 The control system must be fitted with Revolutions per minute (RPM) switches to provide additional safety.

 A “bleed down” system which can be operated from the control panels, by means of which the crane can be lowered down onto the ground even if no hydraulic pressure is available, must be fitted. The vehicle must be fitted with a rear view camera and in cab screen, which can be activated manually, to assist the operator in detecting events behind the vehicle during activities such as hose laying, and reversing the vehicle. 13.6 CONTROLS AND INDICATORS IN DRIVERS CAB In addition to chassis standard controls and indicators the following items must be installed in the drivers cab: - visual warning for the main current being switched on - visual warning for any of the equipment lockers being open - visual warning for the booms not being fully in traveling position - visual warning for the rear axle being locked (if the feature is installed) - visual warning for the outriggers not being in horizontal traveling position - switch with visual indication for rotating beacons - switch with visual indication for siren unit - microphone for the public address system - intercom/ rear view camera 13.7 BODYWORK AND EQUIPMENT LOCKERS

 The vehicle must have lockers fitted onto the chassis on both sides, and below the sub frame for the storage of loose equipment.  The framework of the apparatus body must be interlocking and be electrically seam welded both internally and externally to ensure maximum strength.

 No other fastening method, i.e. bolted, bonded, etc, must be deemed acceptable.

 All side compartment doors must be constructed using a box pan configuration hinged doors, properly sealed to be water and dust proof and must be fitted with stainless steel D-ring style twist lock door latches recessed inside the double door pan.

 All doors must be fitted with automatic switches activating the lights as soon as the door is opened and also activating the warning in drivers cab to indicate that all doors are not fully closed.

 The body must have a body side protection rub rail along the length of the body on each side and at the rear.

247

 Yellow reflective tape complying with the requirements of the National Road Traffic Act must be fitted inside the rub rail. 13.8 CAB AND BODY LIGHTING

 The original vehicle standard light cluster must be fitted at the rear of the vehicle.

 Light functions must include running lights, brake lights, turn signal lights and back-up lights.

 One (1) 100 mm circular single bulb light or LED strip lights must be mounted in each body compartment and must be wired to a master on/off rocker switch on the cab dash. The light must be in a resilient shock absorbent mount for improved bulb life. The wiring connection must be made with a weather resistant plug in style connector. A compartment light with a switch must be installed to illuminate the pump area for service.

 A license plate light must be installed on the rear of the vehicle.

 Two (2) lights or LED strip lights must be mounted under a light shield directly above each control panel. The work light switch in the cab must activate the lights when the park brake is set.

 The apparatus must have sufficient lights to properly illuminate the work areas, steps, walkways and ground areas around the apparatus.

 Areas under the driver and crew area exits must be activated automatically when the exit doors are opened. Ground area lights must be switched from the cab dash with the work light switch. 13.9 BACK-UP ALARM An electronic back-up alarm must be supplied. The 97 dB (A) alarm must be wired into the chassis back-up lights to signal when the vehicle is in reverse. 13.10 WORKING LIGHTS The crane, as well as each container must be fitted with LED working lights to illuminate the area of operation of the crane, as well as the area behind the containers where the hose laying takes place and also the area where hose recovery takes place. 13.11 WARNING BEACONS Two (2) short red light bars must be mounted on the cab roof of the vehicle. 13.12 WARNING LIGHTS A suitable light bar to comply with NFPA 1901 must be mounted on the cab roof of the vehicle. Two (2) red rotating LED lights with a polycarbonate base, a single 55-watt halogen lamp, and a twist-on dome must be mounted at the rear of the vehicle. 13.13 ELECTRONIC SIREN A solid state electronic siren to the satisfaction of the Chief Fire Officer with attached noise-canceling microphone must be installed. Operating modes must include Hi-Lo, yelp, wail; P.A., air horn and radio re-broadcast, and must include a Tap feature. One (1) 100 watt speaker must be supplied with the electronic siren. The speaker must be installed between the bumper and the bottom of the windscreen.

248

13.14 LOWER LEVEL WARNING LIGHTS Four (4) Light Emitting Diode (LED) flashing safety warning lights and eight (8) halogen lights, all with red lenses, must be provided. Lower level warning lights must be mounted as follows to comply with NFPA 1901: . Zone A – Four (4) LED flashing safety warning lights on the front of the apparatus facing forward, one (1) on each side above the headlights and inboard of the front turn signals, forming a downward V pattern. . Zone B – Seven (7) LED flashing safety warning lights on each side of the apparatus One (1) 6 cluster LED flashing safety warning light at the forward-most point (as is practical) mounted on the front bumper, one (1) 6 cluster LED flashing safety warning light midships, (1) 6 cluster LED flashing safety warning light at the rearward-most point (as is practical), and four (4) x 4 cluster LED flashing lights located across the rub rail. . Zone C – Two x 6 cluster LED flashing safety warning light at the rear of the apparatus, , two ‘(2) on each side, facing rearward.

 A lighted rocker switch on the cab instrument panel, labeled “Lower Level Warning” must control the lights. 13.15 PAINT TONES: Crane sections and related cylinders: Black Mainframe, outriggers and bodywork: Red with hydraulic oil resistant reflective tape Cab: Red (RAL 3000) 13.16 ACCESSORIES 1 set Wheel chocks suitable for vehicle size. 1 set Stabilizing plates suitable for vehicle size 1 set Warning labels and instruction plates 2 sets Operation and maintenance manuals 1 x Hydraulic pressure gauge. 1 set of chains, shackles and hooks rated at the maximum rating of the crane (6 meter) 1 set of slings, shackles and hooks, rated at the maximum rating of the crane (6 meter) All equipment, including that supplied by the client must be fitted.

249

SECTION 14: HI VOLUME WATER SUPPLY AND RELAY SYSTEM 14.1 GENERAL DESCRIPTION. The hi volume water supply and relay system must consist of a containerized, demountable diesel driven base pump/s of 22 000 liter per minute at 12 bar capacity per pump, which must be supplied by two integrated hydraulic driven submersible floating pumps (14 000lpm @2.5 bars at 5 m lift) which can supply the unit at full flow from a height differential combination of 3 meters below the base pump and/or up to 30 meters away at a pressure of 2.5 bar. The pump must also be able to be used for boosting in a relay line, able to operate from a pressurized source. The unit/s must be transportable by a truck equipped with a hook arm lift-off system. The system must be suitable for recycling pumping when fighting fuel tank fires at tank farms in the petroleum industry. The system must further consist of hose laying containers, a hose recovery unit, 300mm and /or 252 mm diameter lay flat hose, 100 mm diameter lay flat hose, and various adaptors and couplings such as Y pieces, non-return valves, gate valves, hose bridges, spanners and similar items.

Pump Specifications 14.2 PUMP MODULES 14.2.1) PUMP UNIT ON SKID. Weight: Not to exceed 14000 kg Height: Not to exceed 2600 mm The pump module must facilitate an external power supply of 220 Volt and 16 Amp to maintain engine heat and the batteries. The pump module must have the following performance: 22 000 lpm @ 12 bar at 3 metres lift and 30 metres horizontal The Material Housing must be cast iron (coated for protection), with an Alluminium-bronze alloy impeller and a stainless steel axle. The pump must be fitted with a 50mm pressure relieve valve set at 15 bar. 14.2.1.1 Container The pump must be fitted in a Class AB 6500-26-1570 St DIN 30722 container. The container must not exceed a Net length of 5800 mm. The Total length including the lift hook point must not exceed 6000 mm. The Total weight must not exceed 10000 KG fully fuelled The container must be constructed with a Steel frame, stainless steel and aluminium checker plate panelling and doors. Hinges and locks must be stainless steel. The rear door to the submersible pump compartment must act as a ramp when opened to facilitate movement of the submersible pump. The container must have a storage facility for at least 60 meter of 252 mm layflat hose with couplings. The container must be treated against rust, painted Red with a white stripe of 100 mm, and be sign written with the words City of Ekurhuleni Emergency Services to the satisfaction of the Chief Fire Officer, with the

250

Emergency Services badge on each side. The unit must have at least 3 coatings, of which the first two coatings must be at least 70 micron and 80 micron respectively, and the final coating at least 50 micron. 14.2.3 ENGINE The units must be driven by a diesel engine with a Power output of at least 895 kW @ 1850rpm Fuel consumption must not exceed the range of 225 – 250 litres per hour. Emissions must Meet TIER 2 requirements (Environmental Protection Agency) 14.2.3.1Fuel system Diesel with a Minimum fuel Capacity of 1200 litres and a running time of at least 7 hours per tank at 100% operating capacity. 14.2.3.2 Electrical system Each pump unit must have a 28 V / 80 A Generator, and two 2 x 12 volt x 280 Ah. Batteries

 All wiring looms must be properly supported and attached to body members along the entire run.

 At any point where wire or looms pass through metal, rubber grommets must be installed to protect the wire from abrasion.

 Electrical connections in exposed areas must be made using heat shrink or weather proof connections.

 All electrical equipment switches must be mounted on a switch panel mounted in the cab convenient to the operator.

 All switches must be clearly identified as to function. 14.2.4 WATER PIPELINE/MANIFOLD The unit must have 2 x 250 mm diameter inlet with sexless 10 lug Couplings, as well as two 300mm x 250mm diameter inlet adaptors with sexless 10lug and 12 lug coupling.

The plumbing must have an Electric/hydraulic driven Butterfly valve for open and close and any required setting. The plumbing must also have an Electrical driven Drain valve to completely drain the pump and plumbing. The manifold must have 2 x 300mm diameter discharges with sexless 12 lug Couplings. The manifold must be manufactured from 316 Stainless steel according to PN 16(pressure rated to 16 bar.) (PN = Pressure Nominal)

14.2.5 Submersible Floating pumps. The base pump must have 2 submersible pumps. The submersible pump must have a 250mm diameter Inlet with a sexless 10 lug Coupling. The pump must be hydraulically driven from the engine of the base pump with two separate, no leak hydraulic lines, of which one line must be the pressure supply line and one line the return line. The Hydraulic motor must be a variable action piston pump and have a displacement of not less than 180 cc

251

The submersible pump must have an Output Pressure of at least 2.5 bar The capacity of the submersible pump must be at least 14,000 lpm. The submersible pump weight must not exceed 130 kg. The Floating device must be in a High Visibility Yellow, one piece moulding with a frame with lifting handles, wheels and sliding plate The pumps must have a protective inlet screen with a 7 mm grid pattern. The floating pumps constructed of material suitable for continuous exposure to seawater and pumping seawater. The pump housing and frame must be from stainless steel, with a brass impeller. The floating pumps have suitable feed hose and connections to fit to the base pump. 14.2.6 Hose reels The hydraulic hoses must be at least (60 m) long, and on an electric/ hydraulic operated hose reel. The pressure hose NW 25 maximum (Nominal Width) must be rated at a working pressure of at least (350 bar) or more depending on the hydraulic pressure of the system. The Return hose NW 32 maximum (Nominal Width) must be rated at a working pressure of at least (65 bar) or more depending on the hydraulic pressure of the system.

14.2.7 Winch Each unit must be fitted with a hydraulic driven winch, with a stainless steel cable, to lower and retrieve the submersible pump and hoses. Cable length – 60 meter Capacity – 4000 Newton Hydraulic motor – Electrically driven hydraulic pump. 14.3 Control System Each unit must have a Canbus control system with the following indicators and controls The following functions must be readable at the digital display of the instrument panel - Engine temperature - Engine speed - Engine oil pressure - Hour counter - Warning light for alternator current - Hydraulic oil temperature - Hydraulic oil pressure - Position of the outlet valves

252

- Inlet pressure - Fuel level - Fuel consumption - Output pressure - Battery capacity / load voltage - PID (Process Identification Diagram) schematic - Performance calculator - (Alarm) history log Emergency stop: Each unit must have Emergency stop buttons strategically around the unit. Wireless control: Each unit must be offered with an option of wireless control, but the wireless control must not prevent the unit from being operated manually at the machine interface. The wireless control must be within a UHF frequency allowed in South Africa, and have a line of sight range of 1, 5 kilometres, and an Omni directional antenna to extend the range. The control system must provide the following safety features: - automatic pressure performance control with automatic adjustment of the feed pump and the main pump, ensuring constant positive feed pressure from the feed pump to the main pump at any situation. - Automatic end water pressure control, independent of the actual water flow within the limits of the unit. - Soft start en stop sequence for controlled filling up hoses, avoiding water hammer risks. - Continuous control of all important parameters - alarm handling to ensure maximum availability of the system under extreme conditions (for instance, automatic de-rating of the flow when temperature or hydraulic pressure rises too much) - In case of short circuits and wire breakage the unit must remain functional using default values. Broken wires and short circuits must be displayed on the control screen. The system/module must also have the following features: - Must be able to be safely refuelled while in operation - Must be able to operate on uneven surfaces of up to -5 degrees to +5degrees. - must be able to operate continuously in an environment between minus 17º and 43º C - must be able to automatically maintain discharge conditions - must be rated to pump continuously for long periods of time at design capacity - must be constructed of materials suitable for pumping seawater and other brackish water. - must be able to use commercially available and readily serviceable parts - must be protected suitably for outside storage and fire fighting use - must minimize external noise levels and vibration during use - must be able to use a pressurized feed water source

253

- must provide audible and visible alarms for all vital functions of the pump system - must be equipped with automatic system shutdown and engine stop for hazardous conditions. 14.4 Skid length: The length of the skid must match the length of the container body.

14.5 A frame: The hook bar must be set 45 degrees from vertical on the A frame. A steel plate to act as a wear plate must be fitted on the back inside of the A frame. 14.6 Rollers: The container must be fitted with heavy duty large bore rollers to assist dumping/off-loading. The rollers and roller brackets must be able to accommodate the full load that will be impacted on the point of off-loading. 14.7) HOSE LAYING CONTAINERS ON SKID 14.7.1 Single Hose laying Container on skid.

 The hose laying container must have a full size hose compartment. The sides must be made from stainless steel and the floor of alluminium and must allow for the storage of lay flat hose of a diameter up to 300mm.

 The container must be matched and be handled by the hook arm lift system of the primary mover.

 The container must have measures to prevent the loaded hose bed from shifting during container handling, by a fitted system that narrows the rear opening without preventing or hampering the hose laying activities.

 The container must be designed for deploying 250 mm and /or 300 mm lay flat hose safely to a speed of up to 20 km per hour.

 The container must be divided by a middle wall into two compartments allowing laying 2 lines of hoses simultaneously.

 The container must be fitted with double hinged alluminium fold up top covers, which also provides a safety railing when opened.

 The rear doors must be able to open 270 degrees to the sides with a suitable locking mechanism to keep them in place whilst driving and laying out hose.

 The container must have a single front locker from zinc treated steel plate with a lockable access door to fit all the water hardware supply equipment, and storage space for the Hose recovery unit.

 The container must have front doors on each side to facilitate hose access.

 The container sub frame must be fitted with rollers at the rear that can withstand loading and off- loading on various types of terrain.

 The dimensions of the container must be at least 6.5m (length) and must be able to house 2500meters of 250 mm lay flat hose, including the couplings in an organized manner.

 Suitable inside lights operating from the vehicle electrical system must be fitted to the container and be operable from within the container and also from the controls in the cab. The system must be connected in a manner that prevents damage when off-loading the container, by automatic rejection of the coupling.

254

 The container must have a corner bracket on right hand front side to house a hose recovery unit, and must be able to fill both sides guided by an adjustable mechanism..

14.7.2 Skid length: The length of the skid must match the length of the container body. 14.7.3 A frame: The hook bar must be set 45 degrees from vertical on the A frame. A steel plate to act as a wear plate must be fitted on the back inside of the A frame. 14.7.4 Rollers: The container must be fitted with heavy duty large bore rollers to assist dumping/off-loading. The rollers and roller brackets must be able to accommodate the full load that will be impacted on the point of off-loading. 14.8) HOSE RECOVERY UNIT A demountable hydraulic driven hose recovery unit able to handle hose, including couplings, with a diameter of 200mm to 300mm is required. The hose recovery unit must have a triple roller system with double electronic eye programmable logic controller (PLC) controlled rollers, and have a three speed operation (slow, medium and high, which varies between 1 km/h to 4 km/h) operable by remote control. The system must comply with CE safety standards and have an audible safety cover to be in place before it can be operated. A cabin operated control box must also be fitted. The hose recovery unit must be powered from the Power Take Off of the primary mover vehicle. The hose recovery unit must be able to recognize couplings, and also be able to drain the hoses while recovering them. Any hydraulic systems of the truck, in use, must isolate the other hydraulic equipment, e.g. the hose recovery unit must disable the hook lift system. 14.9 AUTOMATIC HOSE FLAKING MACHINE AND HOSE LAYING CONTAINER Single Hose laying Container on skid with an automatic hose recovery and flaking machine. • The hose laying container must have a full size hose compartment. The sides must be made from stainless steel and the floor of alluminium and must allow for the storage of lay flat hose of a diameter up to 300mm. • The container must be matched and be handled by the hook arm lift system of the primary mover. • The container must have measures to prevent the loaded hose bed from shifting during container handling, by a fitted system that narrows the rear opening without preventing or hampering the hose laying activities. • The container must be designed for deploying 250 mm and /or 300 mm lay flat hose safely to a speed of up to 20 km per hour. • The container must be divided by a middle wall into two compartments allowing laying 2 lines of hoses simultaneously. • The container must be fitted with double hinged alluminium fold up top covers, which also provides a safety railing when opened.

255

• The rear doors must be able to open 270 degrees to the sides with a suitable locking mechanism to keep them in place whilst driving and laying out hose. • The container must have a single front locker from zinc treated steel plate with a lockable access door to fit all the water hardware supply equipment, and storage space for the Hose recovery unit. • The container must have front doors on each side to facilitate hose access. • The container sub frame must be fitted with rollers at the rear that can withstand loading and off- loading on various types of terrain. • The dimensions of the container must be at least 6.5m (length) and must be able to house 2000meters of 300 mm lay flat hose, including the couplings in an organized manner. • Suitable inside lights operating from the vehicle electrical system must be fitted to the container and be operable from within the container and also from the controls in the cab. The system must be connected in a manner that prevents damage when off-loading the container, by automatic rejection of the coupling. • The container must have a corner bracket on right hand front side to house a hose recovery unit, and must be able to fill both sides guided by an adjustable mechanism. 14.9.1 Skid length: The length of the skid must match the length of the container body. 14.9.2 A frame: The hook bar must be set 45 degrees from vertical on the A frame. A steel plate to act as a wear plate must be fitted on the back inside of the A frame. 14.9.3 Rollers: The container must be fitted with heavy duty large bore rollers to assist dumping/off-loading. The rollers and roller brackets must be able to accommodate the full load that will be impacted on the point of off-loading. 14.9.4 The container must be supplied with an automatic hose recovery unit, which is operated from the vehicle cab, and which flakes the 300 mm and/or 252mm hose into the container, without any staff having to assist in the container. The automatic hose flaking unit must ensure proper load spread, as well as the optimal placement of the hose couplings.

The system must operate from the hydraulic system of the hook lift system. 14.10 Dual container skid A Dual Container (DC) on which it is possible to store 2 mini container modules. For example two hose bridge boxes or a hose box in combination with a hose bridge box. The Duo Container must be mounted on an A-frame with hook arm facility and must be able to house both 5500 mm and 6500 mm long containers. 14.11 INTERCOM/ REAR VIEW CAMERA There must be a fully transistorized talk-back intercom system fitted between the cab and the hose containers. The main station with a loudspeaker and movable microphone must be fitted in a water proof box in the vehicle cab. A movable microphone, as well as a combined microphone and loudspeaker for no-hands-operation must be located in the hose container.

256

The vehicle must be fitted with a rear view camera and in cab screen, which can be activated manually, to assist the operator in detecting events behind the vehicle during hose laying, and reversing the vehicle. The following matching equipment must be offered:

14.12 HI VOLUME HOSE Lay flat large diameter water supply hose with the following characteristics are required: 14.12.1 300 MM RUBBER HOSE 14.12.1.1Technical Specifications 300 mm Rubber Hose The hose must be designed to limit elongation, and should elongate only after a pressure of 8 bar has been reached. Elongation should not exceed 1, 5% of length at a pressure of 12 bar. The hose must have been proven in use in fire services and refineries worldwide. 14.12.1.1.1 General Diameter: 300 mm (+/- 3mm) Description Rubber flexible extruded hose. Large diameter water supply hose Hoses must be available in the following lengths (and includes couplings): 10 m; 20 m; 30m; 50m, 100 m and 150 metres.

14.12.1.1.2 Construction and Material Warp Polyester warp 716 threads, 8800desitex Polytec 610 picks/m 7670 desitex (density of yarn) Rubber Poliblend NBR/PVC (neoprene blended rubber/ Polyvinyl Chloride) Total Thickness 4.3 mm +/- 0.5mm Filler Silica Filler Plasticizer Esther Plasticizer Hardness 67 +/- 5, Shore A Elongation at Break >550% Tensile Strength >14MPa 14.12.1.1.3 Colour Colour Black 14.12.1.1.4 Pressures Standard Working Pressure 175 psi (12 bar) Burst Pressure >450 psi (30 bar) – max. 15 sec.

257

The hose must be designed to guard against total breakage in case of a leak. 14.12.1.1.5 Weight Hose (excl. couplings): Not to exceed 3, 5 kg per meter. (+/- 0, 3 kg per meter) 14.12.1.1.6 Heat Resistance Heat Resistance: The hose must have a rating of No burst at 30 seconds at (12 bar) at a heat of (600 ºC). 14.12.1.1.7 Ozone Resistance The hose must show no visible cracks after subjected for 96 hours at a temperatures of 40 ºC exposure time to 100 parts per hundred million of the materials. 14.12.1.1.8 Couplings

Each length of hose must be fitted with multi lug sexless (10 lug) couplings, with field repairable collars.

The connecting of the couplings must require only a 5 degree twist to ensure safe locking. The couplings must have a double lock.

Lugs must be prevented from deforming when falling during deployment by solid clamp rings.

Couplings must be designed to PN 16 pressure rating. (PN = Pressure Nominal)

14.12.1.1.9Leak bandages

Each hose must be fitted with two hose bandages (for 50 m and 100 m length hoses) that can be fitted over the hose to patch pinholes and leaks 14.13) 250 MM RUBBER HOSE 14.13.1 Technical Specifications 250 mm Rubber Hose The hose must be designed to limit elongation, and should elongate only after a pressure of 8 bar has been reached. Elongation should not exceed 1, 5% of length at a pressure of 12 bar. The hose must have been proven in use in fire services and refineries worldwide. 14.13.1.1 General Diameter: 252 mm (+/- 3mm) Description Rubber flexible extruded hose. Large diameter water supply hose Hoses must be available in the following lengths (and includes couplings): 10 m; 20 m; 30m; 50m; 100 m and 150 metres. 14.13.1.2 Construction and Material Warp Polyester warp 716 threads, 8800desitex Polytec 610 picks/m 7670 desitex (density of yarn) Rubber Poliblend NBR/PVC (neoprene blended rubber/ Polyvinyl Chloride)

258

Total Thickness 4.3 mm +/- 0.5mm Filler Silica Filler Plasticizer Esther Plasticizer Hardness 67 +/- 5, Shore A Elongation at Break >550% Tensile Strength >14MPa 14.13.1.3 Colour Colour Black 14.13.1.4 Pressures Standard Working Pressure 175 psi (12 bar) Burst Pressure >450 psi (30 bar) – max. 15 sec. The hose must be designed to guard against total breakage in case of a leak. 14.13.1.5 Weight Hose (excl. couplings): Not to exceed 3, 5 kg per meter. (+/- 0, 3 kg per meter) 14.13.1.6 Heat Resistance Heat Resistance: The hose must have a rating of No burst at 30 seconds at (12 bar) at a heat of (600 ºC). 14.13.1.7 Ozone Resistance The hose must show no visible cracks after subjected for 96 hours at a temperatures of 40 ºC exposure time to 100 parts per hundred million of the materials. 14.13.1.8 Couplings

Each length of hose must be fitted with multi lug sexless (10 lug) couplings, with field repairable collars.

The connecting of the couplings must require only a 5 degree twist to ensure safe locking. The couplings must have a double lock.

Lugs must be prevented from deforming when falling during deployment by solid clamp rings.

Couplings must be designed to PN 16 pressure rating. (PN = Pressure Nominal)

14.13.1.9 Leak bandages

Each hose must be fitted with two hose bandages (for 50 m; 100m and 150 m length hoses) that can be fitted over the hose to patch pinholes and leaks.

14.14) HARDWARE 14.14.1) Hose bridges – Alluminium Hose bridges to provide for safe crossing of up to 4 x 250mm or 3 x 300 mm hoses by trucks, busses and cars are required. The hose bridge must consist of 4 x 800 mm ramp segments and be able to accommodate a 32 ton Gross Vehicle Weight vehicle. The maximum weight per segment must not exceed 210 kilograms.

259

14.14.2) Large Diameter hose ramps- Hose ramp sets using a squeeze technique to decrease the ramp angle is required, which can allow crossing of hoses up to 152 mm at speeds of up to 50 km/h. The hose ramps must consist of alluminium squeeze sections, allowing a maximum pressure loss of 0.2 bar.

The ramp must be manufactured from recycled plastic and create a 2.5 meter wide hose ramp.

14.14.3) Spanners – Spanners for the multi lug couplings are required, and must fit all coupling sizes.

14.14.4) Gate valve – 252 mm Screw down type with a levered (crank) handle

14.14.5) Manifold divider (gated) - 300 mm 10 lug coupling to 4 x 115 mm lug distance Storz outlets. The unit must have an integrated pressure gauge and an adjustable pressure relief valve. Each 115mm outlet must have a gate valve.

14.14.6) Manifold divider (gated) - 252 mm 10 lug coupling to 6 x 115 mm lug distance Storz outlets. The unit must have an integrated pressure gauge and an adjustable pressure relief valve. Each 115mm outlet must have a gate valve

14.14.7) Manifold divider (gated) -300 mm 10 lug coupling to 8 x 115 mm Storz outlets. The unit must have an integrated pressure gauge and an adjustable pressure relief valve. Each 115mm outlet must have a gate valve

14.14.8) Open manifold Divider (gated) (similar to phantom pumper.)- 252 mm 10 lug inlet and outlet, with 6 x 115mm lug distance Storz outlets on the side. The 252 mm manifold inlet and outlet as well as each 115mm outlet must have a gate valve. The unit must have an integrated pressure gauge and an adjustable pressure relief valve.

14.14.9) Open manifold Divider (gated) (similar to phantom pumper.)- 252 mm 10 lug inlet and outlet, with 4 x 150mm Storz outlets on the side. The 252 mm manifold inlet and outlet as well as each 150mm outlet must have a gate valve. The unit must have an integrated pressure gauge and an adjustable pressure relief valve.

14.14.10) Open manifold Divider (gated) (similar to phantom pumper.)- 300 mm 10 lug inlet and outlet, with 2 x 252mm sexless 10 lug couplings outlets on the side. The 300 mm manifold inlet and outlet as well as each 252mm outlet must have a gate valve. The unit must have an integrated pressure gauge and an adjustable pressure relief valve.

14.14.11) Y- Piece – 252 mm 10 lug couplings on each opening.

14.14.12) Y- Piece – 1 x 300 mm and 2 x 252 mm 10 lug couplings on each opening of the Y.

14.14.13) Adaptors- 250 mm 10 lug coupling to 115 mm lug distance Storz coupling.

14.14.14) Adaptors- 300 mm 10 lug coupling to 252 mm 10 lug coupling

14.14.15) Adaptors- 250 mm 10 lug coupling to 150 mm Storz coupling

14.14.16) Non return valves- 252 mm 10 lug couplings to prevent backflow.

14.14.17) Non return valves- 300 mm 10 lug couplings to prevent backflow.

All pressure components must be designed and manufactured to PN16 pressure rating.

260

(PN = Pressure Nominal)

14.15) OFFROAD TRAILER FOR HARDWARE

Construction: 3CR12 stainless steel and aluminium body with 3CR12 chassis.

Heavy duty progressive rated 1, 1 m leaf springs, with heavy duty gas shocks.

Braked axle: 2, 5 ton

Spring rating: 2, 2 ton

Tare: 900 kg

GVM: 1500 kg

Nose weight: 65 kg

Must have latched and lockable side and rear opening doors, with slider racks with a 500kg capacity.

Hardware equipment must be mounted.

14.16) HOSE RAMP BOX CONTAINER:

A hose ramp box supplied and fitted to accommodate the segmented hose bridges on the vehicle. 14.15.1Skid length: The length of the skid must match the length of the container body. 14.15.2 A frame: The hook bar must be set 45 degrees from vertical on the A frame. A steel plate to act as a wear plate must be fitted on the back inside of the A frame. 14.15.3 Rollers: The container must be fitted with heavy duty large bore rollers to assist dumping/offloading. The rollers and roller brackets must be able to accommodate the full load that will be impacted on the point of offloading. The container must have forklift slots, and four eyes on the top for lifting purposes. 14.17 HOSE RAMP BOX CONTAINER TRAILER Construction: 3CR12 stainless steel flatbed with 3CR12 chassis with cross members to support weight of container.

5, 5 m (L) x 2m (W) (Outside Measurements)

2.5 Ton Double Axle Run-In-Brakes

Tare: not to exceed 1200 kg

GVM: 3200 kg

The trailer must have lockable stabilizer legs on each corner of the trailer

1 x Jockey Wheel (48mm)

2 x Fold down ramp at the back– (2000mm x 1.6m)

1x 3.6t winch with battery pack, wiring and hand control switch

261

8 x Tie down points

1x Spare Wheel bracket on front of trailer.

Must have guides for the skid frame of the hose ramp container in 14.16 above.

Must be able to securely carry the container in 14.16 above.

14.18 CONTAINER TRAILER A heavy duty skeletal trailer which must be able to carry a load of 16000 kg is required. The container must be able to carry shipping containers of 6.5 meter lengths. The trailer must be fitted with a retractable or collapsible drawbar, which fits a glove type tow hook. The trailer must have lockable stabilizer legs on each corner of the trailer. The trailer must allow the transfer of the container from the trailer onto a prime mover with a hook lift. The trailer must conform to all traffic legislation in South Africa.

262

SECTION 15

15.1 DIESEL REFUELING UNIT

A truck mounted diesel refueling unit of 2200 liter capacity, with a 24 volt electric diesel transfer pump, with a dispensing meter, with a 9 m hose on an electric reel and self-stop nozzle is required.

The vehicle must be fitted with a tow eye and comply with all National Road Traffic Act and SABS requirements, including SANS SOUTH AFRICAN NATIONAL STANDARD SANS 1518:2011:Transport of dangerous goods — Design, construction, testing, approval and maintenance of road vehicles and portable tanks

15.1.1 CHASSIS: GWM: 7500kg with Approx. Body & Payload of 4 840 kg Wheelbase 3 815 mm CAB Forward control tilt cab Adjustable Drives Seat Fixed Assistants Seat and Centre Seat Heater and Demister Auxiliary outlet (24V) Tilt Torsion Bar Assistance ENGINE Type TURBOCHARGED & INTERCOOLED Fuel Injection COMMON RAIL Emission Standard: Euro 3 Output (kW @ r/min) 110 @ 2 600 Torque (Nm @ r/min) 404 @ 1 500 - 2 600 Transmission: AUTOMATED HYDRAULIC CONTROL TRANSMISSION PERFORMANCE Maximum Speed (Calculated) (km/h) 116 Gradeability @ V in 1st Gear (low range) (%) 32 SUSPENSION Front: Multi Leaf Spring Stabiliser bar Shock Absorbers - Double acting

263

Rear: Multi Leaf Main Spring with Helper Spring Shock Absorbers - Double acting FRONT AXLE Type: Reverse “Elliot” I-beam REAR AXLE Type: Single banjo, Full Floating, Integral Shaft & Drive Flange BRAKES Front: DRUM Rear: DRUM ABS Auxiliary: EXHAUST BRAKE Auto Slack adjusters Adjustable Power WHEELS & TYRES Type RADIAL Tubeless single piece rim NO Tyre Size (Front) 7.50-16-12PR Tyre Size (Rear) 7.50-16-12PR Wheel Size (Front) 6.0GS Wheel Size (Rear) 6.0GS FUEL TANK (Lockable) Capacity (Litres) 100 with a lockable fuel cap ELECTRICAL SYSTEM System Voltage (V) 24 Alternator Amp 50 Starter Motor kW 4 Batteries 2 X 12V 70Ah

Turning Circle (curb to curb) 14.12 MISCELLANEOUS EQUIPMENT Jack, warning triangle, basic tool kit Owners’ handbook & service hand booklet Rear Chevron board

264

2 x 9kg DCP Fire Extinguishers Spill Kit Placarding 15.2 FUEL TANK (BOWSER) An elliptical stainless steel tank of 2200 liter capacity is required. The tank must be divided into 4 cells of 550 liters each, with a manifold allowing the separate or combined use of the cells. Each cell must be baffled longitudinally and across to prevent surging. Each cell must have a lockable dome. A level indicator must be provided per cell, indicating accurate contents quantity. The tank must be self bunded. 15.3 DIESEL TRANSFER PUMP AND DISPENSER: A 24 volt diesel transfer pump and dispenser with a flow rate of 80 lpm must be installed as part of the unit.

The dispenser, pump, hose reel and nozzle must be in a lockable compartment.

Technical Specifications:

Accuracy for the unit ±0.25%

Flow rate 60~80L/min,

Accuracy for Flow Meter ±0.2% accuracy, OIML standard

Ambient temperature - 40 C to +55 C

Relative humidity 20% - 95%

Communication With RS 485 port, or current loop

Power supply DC 24V

Digit of sale 0.00~99999.99

Digit of volume 0.00~9999.99

Digit of unit price 0.00~999.99

Totalizer of sale 0~99999999.99

Totalizer of volume 0~99999999.99

15.4 Basic Configurations:

Main board, power board, display board, keypad, control board, flow meter, solenoid valve, electromagnetic counter, filter 15.5 The apparatus must be equipped with a heavy-duty 24 volt wiring system.

The system must include all parts, components, switches, relays, and wiring to insure complete operation.

All wiring must be performed by an accredited and certified Auto Electrician.

265

15.5.1 ELECTRICAL INSTALLATION

Electrical wiring and equipment must be installed utilizing the following:

• All holes made in the body and cab roof must be caulked with silicone. Large fender washers, liberally caulked, must be used when fastening equipment to the underside of the cab and crew cab roof.

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

• A coil of wire must be provided behind an electrical appliance to allow them to be pulled away from mounting area for inspection and service work.

• Corrosion preventative compound must be applicable to all terminal plugs located outside of the cab or body.

• All lights that have their sockets in a weather exposed area must have corrosion preventative compound added to the socket terminal area.

• All electrical terminals in weather exposed areas must have silicone applied completely over the metal portion of the terminal.

• Loom must be provided over all-weather exposed wiring.

• The original vehicle standard light cluster must be fitted at the rear of the vehicle.

• Light functions must include running lights, brake lights, turn signal lights and back-up lights.

• One (LED strip light must be mounted in each body compartment and must be wired to a master on/off rocker switch on the cab dash. The light must be in a resilient shock absorbent mount for improved bulb life. The wiring connection must be made with a weather resistant plug in style connector. A compartment light with a switch must be installed to illuminate the pump area for service.

• A license plate light must be installed on the rear of the vehicle.

15.6 SECOND BATTERY SET

A second set of batteries must be provided and must duplicate the vehicle’s primary set of batteries. All auxiliary equipment must be powered from the secondary battery set. The system must be so connected that, with the engine stationery, the battery sets must be disconnected from each other. When the alternator is charging (engine running), the battery sets must be connected in parallel by means of a DC to DC battery management system. The alternator must be connected to the primary set of batteries.

The secondary batteries must be lead crystal batteries.

15.6.1 Battery Charger

A battery trickle charging system must be installed and connected directly to the shoreline to ensure the batteries remain fully charged while the vehicle is in the fire station. The shoreline connection must be located adjacent to the crew seat. A pilot light must be provided on the dash to indicate when the electrical supply is connected to the charging system.

266

15.6.2 Electrical Lead

A 25m electrical lead must be supplied to connect the charger to the electrical supply.

15.7 WARNING LIGHTS AND SIREN

A rotating light bar with red lenses, a Public address system and three way siren must be fitted to the vehicle.

The speaker must be 100watt.

At least 2 x four cluster Red Light Emitting Diode emergency warning lights with a flashing unit must be fitted at the rear flap of the vehicle in a position where it must not be damaged.

Three (3) x four cluster Red flashing LED Emergency warning lights must be fitted on each side of the vehicle.

15.8 TOW BAR The vehicle must be fitted with an approved tow bar accommodating the Gross Combine d mass of the vehicle.

267

SECTION 16: DRY/WET RESCUE VACUUM TANKER

16.1 TECHNICAL SPECIFICATIONS Suitable 6 x 4 wheel drive chassis, with spares easily available in South Africa from the manufacturing company. Suitable Original Equipment Manufacturer (OEM) two door forward control chassis/ tilt cab, with spares easily available in South Africa from the manufacturing company. Cab must comply with Economic Commission of Europe (ECE) Safety Standards. 16.2 STEERING Right hand power steering. 16.3 FORWARD CONTROL TILT CAB Must include • Heater/defroster • One (1) dome light, door activated • 3-point seat belts on from outboard seats positions • Black rubber floor covering • Tinted glass, all windows • Intermittent windshield wipers • Keys – all alike, ignition and cab doors • Gauge cluster with English electronic speedometer and tachometer, engine oil pressure gauge, water temperature gauge and voltmeter • Oil temperature gauge • Electronic hour meter mounted in cluster • A front mounted chromed bulbar must be provided on the front of the cab. • The design of the bulbar must be to the satisfaction of the Chief Fire Officer. • The bull bar must be fitted with four galvanized towing eyes. 16.4 CONTROLS AND INDICATORS IN DRIVERS CAB In addition to chassis standard controls and indicators the following items must be installed in the drivers cab:

• visual warning for the main current being switched on • visual warning for any of the equipment lockers being open • visual warning for the rear axle being locked (if the feature is installed) • switch with visual indication for all emergency lighting.

268

• switch with visual indication for siren unit • Visual warning that system is engaged • Visual and audio warning for low water level in radiator. • Visual warning that floodlight is extended. • Visual warning that safety rails are extended (if applicable). 16.5 WHEEL BASE Approximately 4350 mm to be matched with OEM requirements for design. 16.6 GROSS VEHICLE WEIGHT (GVW) Minimum 29 500kg 16.7 ENGINE • Minimum output 270 @ 1 500~1 800 kW x 1900 RPM, 1 754 NM @ 950~1 450 RPM • Air cleaner restriction gauge (Filter Minder) mounted in instrument panel • Auxiliary engine water cooler • Fan drive • Must comply to Euro 3 or higher 16.8 TRANSMISSION 12 speed automated manual transmission. Must have at least one overdrive option to get to maximum top speed and factory fitted by the OEM Transmission must be of the electronic type. The vehicle must have a sandwich PTO which functions through the transmission computer to maintain constant revs. 130 kW single output drive. 1: 1.3 output ratio. 25 kN drive through torque (35 kN intermittent drive through torque). Pneumatic operated clutch for emergency stops. Pneumatic in-cab switching with lock-out protection to prevent accidental switch over. Fast reacting emergency stop. 16.9 FRAME • Heat treated alloy steel. • Two towing eyes must be fitted to the rear chassis. 16.10 FRONT AXLE: Minimum 8500kg 16.11 REAR TANDEM AXLE:

269

Minimum 21000kg combined. 16.12 SUSPENSION Front: Twin leaf parabolic springs Rear: Multilink parabolic springs Twin tube shock absorbers front and rear Stabilisers front and rear. 16.13 BRAKES - Dual circuit airbrakes with ABS. - Automatic slack adjusters 16.14 EXHAUST SYSTEM Single exhaust system, horizontal muffler and tailpipe, aluminized steel, mounted on right side. 16.15 ELECTRICAL SYSTEM 24-volt electrical system, standard equipment 16.16 MASTER BATTERY SWITCH A master battery switch must be provided. If a solenoid type master switch, it must be of the continuous use type and the control must be located on the dash board. 16.17 FUEL TANK Not less than 300 liters. The bidders must diagrammatically indicate the location of the fuel tank. The filling point must not be higher than 1, 2 m.

270

16.18 SEAT BELTS All seats must be fitted with SABS approved seat belts. 16.19 FRONT MUD FLAPS Fixed aluminum / metal mud flaps to be mounted behind the front chassis wheels. 16.20 REAR AXLE MUD FLAPS The rear tyres must have a set of mud flaps to be mounted behind the rear chassis wheels. The mud flaps must be fitted in such a manner that it must not be entrapped under the wheels when reversing, or in off road conditions. 16.21 VACUUM TANK The vacuum tank must have a 12 500 liter capacity, and be manufactured of 316L Stainless Steel construction with a 6mm shell and 6% toro-spherical dished ends. Rolled channel rings must be installed for extra reinforcing to ensure structural integrity and long life. The tank must be able to tip hydraulically with a dual 14 ton tipping cylinder, up to 45 degree tipping angle through a full diameter discharge door. The tank must have a burst valve protection. The tank must have Protection bars for all peripheral extrusions like valves and manholes. The tank must feature a full opening rear door with hydraulic opening and adjustable hinges. The door must fasten with 6 hydraulic operated clamps with mechanical locking to prevent accidental opening while driving. The door must be secured in the opening position by a mechanical safety hook to prevent accidental closing during tank cleaning and maintenance procedures. The tank door must seal with a heavy duty EPDM seal (Ethylene Propylene Diene Monomer) that is corrosion resistant and offers high mechanical wear resistance. The tank must be fitted with D150 PN16 ball valves at the back for suction and liquid discharge operations, fitted with Perrot-type couplings, blanks with 12 mm drain valve and a 90 degree elbow. The tank must have a twin cyclone filtration system to trap carry-overs and excess material during over filling, knock-out boxes for easy inspection and material removal. The tank door must be fitted with swing ball floating level indicator indicating full and empty tank levels. The tank must be fitted with flared spillage chutes at the back to limit spillage during dumping. There must be two revolving strobe lights fitted on tank for night time visibility with a work light at the back for night time operation. The tank must be fitted with primary float ball knock out and material deflector on the internal suction port. There must be a pneumatic tank isolation valve with automatic operation to isolate tank during driving to prevent on-road spillage. The tank must have a self-aligning vacuum tie-in pipe for low maintenance and to prevent leakage. The tank must allow easy and safe access ladders with full length walkways and non-slip, corrosion resistant surfaces, with harness attachment points where working-at-heights is required.

271

The tank must have an.ADR (European Agreement concerning the International Carriage of Dangerous Goods by Road) certified manhole with pressure relief valve and rupture disc protection. The tank must be equipped with Hazard board holders with clips for quick board changing for different cargoes. The tank must be designed for 10 bar pressure and is tested to 14 bar. The following tests must be performed on the tank: 10 x-ray Non Destructive test, water fill and pressure test The unit must have a volume/weight indicator, and must stop when the required/permissible load is reached. 16.22 HYDRAULIC SYSTEM Low volume 30 lpm system. 70 liter hydraulic tank. Must have an automated system for clamp, door and safety hook operation with a 1 button push control. The push button control must be located so that the door can only be opened from appropriate operator positions to prevent the chance of injury in case of spillage. The pneumatic control must eliminate the need for electronic safety controls. The hydraulic system must be locked-out when the system is not in use to protect against unintended movements of the system. A PTO drive lock-out system must prevent operation during driving. 16.23 PUMP DRIVE(S) Drive to the vacuum pump must be via a dual output split shaft gearbox with the following requirements: 130 kW single output drive. 1: 1.3 output ratio. 25 kN drive through torque (35 kN intermittent drive through torque). Synchronous gearbox switching. Pneumatic operated clutch for emergency stops. Pneumatic in-cab switching with lock-out protection to prevent accidental switch over. Fast reacting emergency stop. 16.24 VACUUM The drive must be a Double kardan shaft (a shaft with a universal joint at one or both ends) with bolt on shaft guard and access for inspection and grease maintenance. Vacuum must be created by a tri lobe positive displacement blower. 3980 cubic meter per hour (CMH) free air flow volume and up to -90 kpa (Gauge) continuous pressure. The unit must have overheating protection for the blower unit. There must be continuous air injection cooling with silencer featuring removable sound absorbent material and cleanout function.

272

The blower must be centre frame mount for easy access and optimal weight distribution. The blower must be fitted with a re-active / absorbent exhaust silencer with top discharge, sound absorbent material cleanout function. The unit must have positive tank discharge. 16.25 FILTRATION The unit must have a 3 stage filtration system, consisting of: Stage 1: Deflection plates inside tank. Stainless steel floating ball primary shut off. Stage 2: High performance dual cyclone filtration system with automatic dumping. Stage 3: Bag filter unit. Pulsating air injection cleaning. At least 56 filter socks on mesh cages, 127 mm diameter by 1000 mm length to ensure big filtration area to prevent blockages. Automatic material dumping. Continuous filter monitor. Anti-corrosive coating. Top opening door for filter inspection and cleaning. Side opening inspection doors. Stage 4: Stainless steel mesh final filter. Easy and safe access ladder to filter unit with harness attachment points. Flanged pipe connections for easy cleaning and maintenance. 16.26 SAFETY FEATURES The unit must have the following safety features. Fast reacting pneumatic emergency-stops for vacuum operation. Automatic vacuum breaker. Vacuum breaker at control station. Mechanical safety hook to secure door in open position when cleaning or maintenance is required. The door must fasten with 6 hydraulic operated clamps with mechanical locking to prevent accidental opening while driving. Mechanical locking door clamps to prevent accidental door opening when travelling. Lock-out gearbox switch mechanism to prevent accidental gearbox switch-over when driving.

273

Automatic PTO lockout when driving. Automatic tank isolation valve when driving. Detailed decals to indicate component locations. Warning decals where necessary. 16.27 VACUUM BOOM The unit must have a front-mounted vacuum boom which draws material into the tank through an 8” tube, which can telescope up to 5”. This front-mounted boom must be capable of rotating 180 degrees to provide a full range of access to difficult excavation locations on either side or in front of the truck. 16.28 ACCESSORIES AND AUXILIARIES 3 x 6 meter lengths 200 mm vacuum truck hose, with adaptors to 150mm hose 3 x 6 meter lengths 150 mm vacuum truck hose with adaptors to 100mm hose 3 x 6 meter lengths 100 mm vacuum truck hose 2 x100 mm Vacuum Rescue System (Rescue Vac or similar) with adaptors to 150 mm vacuum truck hose, 1 x 150 mm Vacuum Rescue System (Rescue Vac or similar) with adaptors to standard vacuum truck hose. 1 x 200mm Vacuum rescue System (Rescue Vac or similar) with adaptors to standard vacuum truck hose. 2 sets of Rescue Vac Shields or similar 1 set of 185 CFM /330 CFM /185/330 CFM Combo Rescue Air knives. (Rescue Vac or similar.) The truck must be fitted with steel mudguards. The truck must be fitted with SABS tested underrun bumper with chevron and lights. There must be stowing compartments for dirty fittings, PPE, etc. The unit must be fitted with an 8 millimeter static earth line cable with clamp on a self-retracting hose reel. The cable length must be 10 meters. 16.29 TOW HOOK The vehicle must be fitted with a glove type tow hook fitted to the chassis to enabling towing of heavy duty trailers. The tow hook must be fitted with a shaft connector. The position of the tow hook must be in such a position that the vehicle must not be damaged while turning a 90 degree corner with a trailer in tow, or when the tank is dumped at the 14 degree angle. In addition, the vehicle must be wired and supplied with an air connection for air brakes to the trailer. 16.30 24 VOLT WIRING SYSTEM The apparatus must be equipped with a heavy-duty 24 volt wiring system. The system must include all parts, components, switches, relays, and wiring to insure complete operation. All wiring must be performed by an accredited and certified Auto Electrician. 16.31 BATTERY CHARGER

274

A battery trickle charging system must be installed and connected directly to the shoreline to ensure the batteries remain fully charged while the vehicle is in the fire station. The shoreline connection must be located adjacent to the crew seat. A pilot light must be provided on the dash to indicate when the electrical supply is connected to the charging system. The unit must eject automatically when the vehicle is started. 16.32.1 ELECTRICAL LEAD A 25m electrical lead must be supplied to connect the charger to the electrical supply. 16.33 ELECTRICAL INSTALLATION Electrical wiring and equipment must be installed utilizing the following: • All holes made in the body and cab roof must be caulked with silicone. Large fender washers, liberally caulked, must be used when fastening equipment to the underside of the cab and crew cab roof. • Any electrical component that is installed in an exposed area must be mounted in a manner that must not allow moisture to accumulate in it. Exposed area is defined as any location outside of the cab or body. • A coil of wire must be provided behind an electrical appliance to allow them to be pulled away from mounting area for inspection and service work. • Corrosion preventative compound must be applicable to all terminal plugs located outside of the cab or body. • All lights that have their sockets in a weather exposed area must have corrosion preventative compound added to the socket terminal area. • All electrical terminals in weather exposed areas must have silicone applied completely over the metal portion of the terminal. • Loom must be provided over all-weather exposed wiring. • The original vehicle standard light cluster must be fitted at the rear of the vehicle. • Light functions must include running lights, brake lights, turn signal lights and back-up lights. • One (1) 100 mm circular single bulb light or LED strip lights must be mounted in each body compartment and must be wired to a master on/off rocker switch on the cab dash. The light must be in a resilient shock absorbent mount for improved bulb life. The wiring connection must be made with a weather resistant plug in style connector. A compartment light with a switch must be installed to illuminate the pump area for service. • A license plate light must be installed on the rear of the vehicle. • Two (2) lights or LED strip lights must be mounted under a light shield directly above each pump panel. The work light switch in the cab must activate the lights when the park brake is set. 16.34 FLOODLIGHT • A pneumatic light mast with 2000 watt or equal LED capacity, as well as a suitably powered generator must be supplied and fitted in the right hand front corner of the body. • The mast must house automatically as soon as the parking brake is disengaged. 16.35 WARNING LIGHTS A suitable light bar to comply with NFPA 1901 must be mounted on the cab roof of the vehicle.

275

Two (2) red rotating LED lights with a polycarbonate base, a single 55-watt halogen lamp, and a twist-on dome must be mounted at the rear of the vehicle. 16.36 ELECTRONIC SIREN A solid state electronic siren to the satisfaction of the Chief Fire Officer with attached noise-canceling microphone must be installed. Operating modes must include Hi-Lo, yelp, wail; P.A., air horn and radio re-broadcast, and must include a Tap feature. One (1) 100 watt speaker must be supplied with the electronic siren. The speaker must be installed between the bumper and the bottom of the windscreen. 16.37 LOWER LEVEL WARNING LIGHTS Four (4) Light Emitting Diode (LED) flashing safety warning lights and eight (8) halogen lights, all with red lenses, must be provided. Lower level warning lights must be mounted as follows to comply with NFPA 1901: Zone A – Four (4) LED flashing safety warning lights on the front of the apparatus facing forward, one (1) on each side above the headlights and inboard of the front turn signals, forming a downward V pattern. Zone B – Seven (7) LED flashing safety warning lights on each side of the apparatus One (1) 6 cluster LED flashing safety warning light at the forward-most point (as is practical) mounted on the front bumper, one (1) 6 cluster LED flashing safety warning light midships, (1) 6 cluster LED flashing safety warning light at the rearward-most point (as is practical), and four (4) x 4 cluster LED flashing lights located across the rub rail. Zone C – Four x 6 cluster LED flashing safety warning light at the rear of the apparatus, mounted in the rub rail, two ‘(2) on each side, facing rearward. • A lighted rocker switch on the cab instrument panel, labeled “Lower Level Warning” must control the lights. 16.38 WORK LIGHTS At least two work lights must be fitted to the rear of the vehicle with on / off switches operated from the work deck area.

16.39 SIGN WRITING AND BRANDING:

The combined unit must display all the necessary branding of the City of Ekurhuleni Disaster and Emergency Management Services as per current corporate image. 16.40 HOMOLOGATION The vehicle must be homologated and registered for on road use in Southern Africa by the supplier. 16.41 MANUALS There must be at least 3 illustrated maintenance and operations manual supplied with the unit. The vehicle must be supplied with a full tank of diesel at delivery.

276

SECTION 17. MOBILE TOILET Toilet trailer specifications: The trailer must have a dual axle with run in brakes. Dimension: 3.5m (L) x 2m (W) x2.2m (H) Insulated Panel Body, with an alluminium skirting and edge protection. Double axle suspension - 2350kg GVM 195R 14 inch rims and tyres 17.1. Double cubicle (male and female) The male and female section must be lockable and must have a middle access hatch to easily get to the plumbing and batteries, at the same time providing a soundproof section between each toilet. The cubicles must be finished with sealed edges to prevent waste from getting into seams and under floor and wall coverings and must be easy to clean. 17.2 2 x Ceramic toilets 17.3. 2 x Plastic basins 17.4. 2 x Hand sanitizer dispensers 17.5. 2 x Mirrors 17.6. 2 x Toilet roll holders 17.7. 2 x Windows 17.8. 2 x 60w LED lights (One per cubicle) as well as 2 x exterior LED lights to light up the stairways. 17.9. 2 x Lock-up doors 17.10. 2 x Fold-up stairs Access must be via foldable steps, which must be mounted in a manner that it cannot pose a risk to other traffic on the road during towing. There must be a grab railing to assist climbing and entering at each door. 17.11. Full flushing system 17.12. Sewerage tank of not less than 240 liters. The sewerage tank must be able to be cleaned easily, by hooking up to a sewerage line, as well as by feeding it into a receptacle tank such as a sewer truck. 17.13. Solar panel with battery , as well as a system to use a 220 volt to power the lights, through the system if the battery should run low. 17.14. Fresh water tank and pump for basins and flushing of not less than 200 liters. 17.15. 13" Wheels 17.16 The vehicle must have stabilizer jacks to be able to level the trailer on sloped ground. 17.17. The vehicle must be SABS approved, homologized and registered and licensed by the supplier.

277

SECTION 18: LIGHT RESCUE PUMPER 18.1 MAKE & MODEL Suitable 4 x4 wheel drive chassis, with spares easily available in South Africa from the manufacturing company. Cab must comply with Economic Commission of Europe (ECE) Safety Standards. A crew compartment with wide doors opening 90 degrees, with seating 3 members must be constructed as integral part of the superstructure The overall length and height of the vehicle must not exceed 6300 mm x 2800 mm. The vehicle must have 4 wheels at the rear. The vehicle must comply with the following minimum dynamics: Ground Clearance: minimum of 192 mm Angle of approach: 21 degrees Ramp angle: 22 degrees Departure angle: 27 degrees Wading depth: 700mm 18.2 STEERING Right hand power steering. 18.3 CAB Must include

 Heater/defroster

 One (1) dome light, door activated

 3-point seat belts on from outboard seats positions

 Black rubber floor covering

 Tinted glass, all windows

 Intermittent windshield wipers

 Keys – all alike, ignition and cab doors

 Gauge cluster with English electronic speedometer and tachometer, engine oil pressure gauge, water temperature gauge and voltmeter

 Oil temperature gauge

 Electronic hour meter mounted in cluster

 A front mounted chromed bulbar complete with winch mounting plate must be provided on the front of the cab.

 The design of the bulbar must be to the satisfaction of the Chief Fire Officer.

278

 The bull bar must be fitted with four galvanized towing eyes. 18.4 CONTROLS AND INDICATORS IN DRIVERS CAB In addition to chassis standard controls and indicators the following items must be installed in the drivers cab:

 visual warning for the main current being switched on

 visual warning for any of the equipment lockers being open

 visual warning for the rear axle being locked (if the feature is installed)

 switch with visual indication for all emergency lighting.

 switch with visual indication for siren unit

 microphone for the public address system

 Visual warning that pump is engaged

 Visual and audio warning for low water level in radiator.

 Visual warning that floodlight is extended.

 Visual warning that safety rails are extended. 18.5 WHEEL BASE 3450 mm 18.6 Gross Vehicle Weight (GVW) 7200 kg 18.7 ENGINE 2900 cc to 3000 cc Diesel engine with a minimum output of 107kw and 350nM torque at 1500rpm Must comply with Euro 3. 18.8 FRAME

 Heat treated alloy steel. 18.9 SUSPENSION FRONT AXLE: Independent shock absorber- strut suspension with transverse leaf parabolic spring and stabilizer. REAR AXLE: Rigid axle with parabolic spring and shock absorbers 18.10 Tyre size: All Terrain tyres Front: 195/75 R16C Rear: 195/75 R16C

279

The rims must be fitted with a run flat device preventing the tyre from coming of the rim during run flat conditions. 18.10 BRAKES - Dual circuit airbrakes with ABS. - Automatic slack adjusters 18.11 EXHAUST SYSTEM Single exhaust system, horizontal muffler and tailpipe, aluminized steel, mounted on right side. 18.12 TRANSMISSION 6 speed manual transmission 4 wheel drive with High Range and Transfer case for Low Range (1.42 ratio) and electronic traction control and Adaptive Electronic Stability Program. 18.13 BRAKES - Hydraulic with ABS and Electronic Brake force Distribution. - Downhill Assistance

18.14 ELECTRICAL SYSTEM 12-volt electrical system, standard equipment 18.15 MASTER BATTERY SWITCH A master battery switch must be provided. If a solenoid type master switch, it must be of the continuous use type and the control must be located on the dash board. 18.16 FUEL TANK Not less than 90 liters. The bidders must diagrammatically indicate the location of the fuel tank. The filling point must not be higher than 1, 2 m. 18.17 CREW COMPARTMENT

 A crew compartment capable of seating three (3) crew members in a full enclosed, seated and belted position.

 Crew compartment seating must be able to accommodate 3 x SCBA brackets in rear crew cab complying with safety regulations with respect to G-Force, and must be ergonomically placed and operated. 18.18 SEAT BELTS All seats must be fitted with SABS approved seat belts. 18.19 FRONT MUD FLAPS Fixed aluminum / metal mud flaps to be mounted behind the front chassis wheels.

280

18.20 REAR AXLE MUD FLAPS The rear tyres must have a set of mud flaps to be mounted behind the rear chassis wheels. The mud flaps must be fitted in such a manner that it must not be entrapped under the wheels when reversing, or in off road conditions. 18.21 WINCH A 4800 kg electric reversible winch with 38m of 12.7mm galvanized aircraft type cable and a replaceable clevis hook must be mounted to the chassis frame extension centred at front bumper area, and be controlled with a 2.9m remote control switch. The winch must be supplied with a snatch block and winch blanket. 18.22 PUMP

 Engine

 4 cycle air cooled single cylinder OHV engine of 17.2 kw

 Electric starter with backup recoil starter.

 Fuel tank of at least 5.7 liter

 Detachable 4 stage centrifugal pump end, with a quick release pump clamp.

 Belt driven speed increaser.

 Stainless steel shaft and anodized pump parts for corrosion resistance

 Mechanical rotary seal

 Governor system for protection of over speeding

 51 mm suction threads NH38 mm discharge with a controllable manifold to provide water to two hose reels.

 Electrical oilless priming system. Priming water should be dumped outside of the vehicle and behind the rear wheels.

 Pressure relief/By pass valve to bypass excess water back into the watertank.

 Control panel , incorporating a liquid filled pressure gauge from 0 to 4200 kpa, hour meter, volt meter, low water pressure safety cut out switch, throttle cable, low oil pressure warning light, liquid level monitor, electric hose reel control and spotlight.

 Adjustable Foam system to be included for class A foam ranging from 0.1% to 6%.

 All movable parts must be properly enclosed from a safety perspective.

 One hose reel with Ultra Violet reinforced rubber hose of a 25 mm inside diameter and 50 meter length, able to withstand all pressures that the pump can imply on the hose, with an adjustable spray/ jet nozzle with a low expansion foam attachment.

 The reel must be clear anodized alluminium, with solid sides with electrical rewind. The battery must be of a sufficient capacity to power the rewind motors, as well as to start the pump engine.

 The reel must be fitted with a caliper brake.

281

 The reel must be fitted with a roller and spool.

 The pump must be plumbed and able to operate from an external pressurized water supply, as well as from an open water source.

 Plumbing and valves must be of a quality to ensure that the pump does not loose prime during operations, conform to National Fire Protection Agency( NFPA) or ( European Commission) EN standards for fire fighting vehicles, and must be UV(Ultra Violet ) and foam resistant.

 The pump must be mounted to the rear of the water tank, and in a position that must allow a positive feed into the pump. The pump must be protected from water spillages from the tank. The plumbing and valves must be designed in an ergonomical way that does not require opening the rear flap, except when working from an external source.

 The pump must be connected to the main electrical unit through 12 volt DC to DC charger and battery conditioner, with an amp rate of not less than 10 amps, as well as an Anderson type plug, to ensure constant battery charging of the pump battery.

18.23 PUMP PANEL The pump panel must be situated at a level that staff with a height of 1. 5 m can access, and must be ergonomically laid out, allow for visual monitoring of intake and delivery hoses and access must not be hindered by hose lines feeding or leaving the vehicle. 18.24 TANK LEVEL GAUGE – WATER / FOAM A four light tank level gauge must be installed on the pump panel to monitor water / foam tank level. 18.25 BOOSTER TANK The booster tank must be rectangular in configuration and have a capacity of not less than 700 liters. The entire tank must be manufactured from polyethylene or Glass Reinforced plastics. The tank must be placed horizontal and as low as possible to allow the maximum equipment space The tank must have a combination vent and manual fill tower. The tower must be located in the left front corner of the tank. The tank overflow must be 100mm diameter and must dump behind the rear wheels to permit maximum traction. There must be two (2) standard tank openings; one for the tank to pump suction line with an anti-swirl plate and one for a tank fill line. Baffles may be in the form of baffle balls or fixed baffles, which must protect against any water surge during travel mode, irrespective of the volume of the content within the water tank. The baffle ball design must be such as to ensure that it occupies less than 1 % of the tank content. The baffles must ensure a free flow of 98 % of the tank contents during pumping operations. The tank must be mounted on hard rubber cushions to isolate the tank from road shock and vibration. The tank must be completely removable without disturbing or dismounting the apparatus body structure. The tank must be fitted with one (1) 65mm tank inlet. The inlet must be provided with a non-return valve and a 65mm instantaneous adaptor and blank cap.

282

18.26 FOAM TANK One (1) 50 liter Class A foam tank must be provided for and form integral part of the water tank. The foam tank must have a pumping device to be filled from an external source. The vehicle must be delivered with sufficient class A to fill the tank, as well as an extra 25 liter can of each type to test the foam system with. 18.27 DECK A deck constructed from aluminum material must be provided for the length of the body from behind the crew cab. A non-scratch shield must be fitted to the rear of the hose bed. The deck area of the super structure must be provided with a self-lock collapsible safety rail that can be extended when staff is to work on the deck. It must be extendable and collapsible from a safe position on the left rear side of the vehicle. The safety rail must not protrude when collapsed. The safety rail must have an indicator inside the cab at the driver’s position to warn that it is extended. The hose deck must be high enough and wide enough to accommodate a roof ladder, as well as a basket stretcher. Access to the deck must be via a ladder at the rear of the vehicle. 18.28 BODY AND COMPARTMENT FABRICATION The Body compartments must be fabricated from aluminum material. The locker area must be in an open style, with one full opening on each side and one at the rear. This include compartment front panel, vertical side, and rear walls, door frames, compartment dividing walls, and compartment ceilings. Structural integrity of the body must be guaranteed for a minimum of 10 years. Bidders must provide the details of how the integrity was determined. The compartment floor construction must permit easy cleaning with a “sweep out” type design. The compartment floor must have a minimum 100mm channel shaped for floor reinforcement. All aluminum extrusions utilized, must be large dimension. The compartment doors must be fitted with aluminum roller shutter doors, designed for fire engine use. Each roller shutter door must be fitted with a monitor that must monitor whether the roller door is securely closed. No micro switches may be utilized for this function due to the high rate of failure. A failsafe electrically operated central locking system must be provided and must be activated from inside the cab. Each roller shutter door must be fitted with strip illumination within the shutter guide channel. The light must be activated on opening the roller shutter door. The fabrication of the module must be constructed in a welding fixture.

283

Only stainless steel bolts, nuts, and sheet metal screws may be used in mounting exterior trim, hand-ware, or equipment. The use of pop rivets as the primary fastening method in any portion of the body and compartment construction will not be acceptable, including attachment of trim or mouldings. All compartments must be provided with louvered ventilation units in the lower back wall of the compartments. These louvered vents must be approximately 150mm square. The compartments must be full height, and full depth. If the chassis requires the moving and relocating of components such as the battery, fuel tank and air tanks to allow for full height compartments, it must be done in a professional way, and not impede on any warranties or safety aspects. Sufficient slide out trays, tilt trays and racks must be provided to mount all equipment, including the pump. 18.29 TOW HOOK The vehicle must be fitted with a tow hook fitted to the chassis to enabling towing of heavy duty trailers. The tow hook must be fitted with a shaft, as well as a ball connector. The position of the tow hook must be in such a position that the vehicle must not be damaged while turning a 90 degree corner with a trailer in tow. In addition, the vehicle must be wired and supplied with an air connection for air brakes to the trailer. 18.30 12 VOLT WIRING SYSTEM The apparatus must be equipped with a heavy-duty 12 volt wiring system. The system must include all parts, components, switches, relays, and wiring to insure complete operation. All wiring must be performed by an accredited and certified Auto Electrician. 18.31 SECOND BATTERY SET A second set of batteries must be provided and must duplicate the vehicle’s primary set of batteries. All auxiliary equipment must be powered from the secondary battery set. The system must be so connected that, with the engine stationery, the battery sets must be disconnected from each other. When the alternator is charging (engine running), the battery sets must be connected in parallel by means of a DC to DC battery management system. The alternator must be connected to the primary set of batteries. The secondary batteries must be lead crystal batteries. 18.31.1 Battery Charger

A battery trickle charging system must be installed and connected directly to the shoreline to ensure the batteries remain fully charged while the vehicle is in the fire station. The shoreline connection must be located adjacent to the crew seat. A pilot light must be provided on the dash to indicate when the electrical supply is connected to the charging system.

18.31.2 Electrical Lead A 25m electrical lead must be supplied to connect the charger to the electrical supply.

284

18.32 ELECTRICAL INSTALLATION Electrical wiring and equipment must be installed utilizing the following:

 All holes made in the body and cab roof must be caulked with silicone. Large fender washers, liberally caulked, must be used when fastening equipment to the underside of the cab and crew cab roof.

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

 A coil of wire must be provided behind an electrical appliance to allow them to be pulled away from mounting area for inspection and service work.

 Corrosion preventative compound must be applicable to all terminal plugs located outside of the cab or body.

 All lights that have their sockets in a weather exposed area must have corrosion preventative compound added to the socket terminal area.

 All electrical terminals in weather exposed areas must have silicone applied completely over the metal portion of the terminal.

 Loom must be provided over all-weather exposed wiring.

 The original vehicle standard light cluster must be fitted at the rear of the vehicle.

 Light functions must include running lights, brake lights, turn signal lights and back-up lights.

 One (1) 100 mm circular single bulb light or LED strip lights must be mounted in each body compartment and must be wired to a master on/off rocker switch on the cab dash. The light must be in a resilient shock absorbent mount for improved bulb life. The wiring connection must be made with a weather resistant plug in style connector. A compartment light with a switch must be installed to illuminate the pump area for service.

 A license plate light must be installed on the rear of the vehicle.

 Two (2) lights or LED strip lights must be mounted under a light shield directly above each pump panel. The work light switch in the cab must activate the lights when the park brake is set. 18.33 SIREN SYSTEM One (1) 12 volt PA Siren system must be supplied and fitted to the vehicle dashboard One (1) 100 watt speaker must be provided and fitted. 18.34 WARNING LIGHTS

 A suitable light bar to comply with NFPA 1901 must be mounted on the cab roof of the vehicle  Two (2) red 360 degree LED lights with a polycarbonate base, a single 55-watt halogen lamp, and a twist-on dome must be mounted at the rear of the vehicle. The lights must be visible at a 30 degree angle from ground level from the back and the sides of the vehicle.

 Two alternating flashing red LED lights must be mounted at the rear of the vehicle on each side, not smaller than 120 mm x 70mm. 18.35 ELECTRONIC SIREN

285

A solid state electronic siren to the satisfaction of the Chief Fire Officer with attached noise-canceling microphone must be installed. Operating modes must include Hi-Lo, yelp, wail; P.A., air horn and radio re-broadcast, and must include a Tap feature.

286

18.36 LOWER LEVEL WARNING LIGHTS Four (4) Light Emitting Diode (LED) flashing safety warning lights and eight (8) halogen lights, all with red lenses, must be provided. Lower level warning lights must be mounted as follows to comply with NFPA 1901: . Zone A – Four (4) LED flashing safety warning lights on the front of the apparatus facing forward, one (1) on each side above the headlights and inboard of the front turn signals, forming a downward V pattern. . Zone B – Seven (7) LED flashing safety warning lights on each side of the apparatus One (1) 6 cluster LED flashing safety warning light at the forward-most point (as is practical) mounted on the front bumper, one (1) 6 cluster LED flashing safety warning light midships, (1) 6 cluster LED flashing safety warning light at the rearward-most point (as is practical), and four (4) x 4 cluster LED flashing lights located across the rub rail. . Zone C – Four x 6 cluster LED flashing safety warning light at the rear of the apparatus, mounted in the rub rail, two ‘(2) on each side, facing rearward.

 Lighted rocker switch on the cab instrument panel, labeled “Lower Level Warning” must control the lights. 18.37 WORK LIGHTS At least two work lights must be fitted to the rear of the vehicle with on / off switches operated from the work deck area. 18.38 LADDER GANTRY A ladder gantry must be mounted in the centre of the roof deck. The gantry must allow for removal of the ladder from the ground position without having to get on to the vehicle. The gantry must be secured sufficiently to prevent from swaying whilst driving. 18.39 FLOODLIGHT

 A pneumatic light mast with 2000 watt lights or equivalent capacity LED lights, as well as a suitably powered generator of 2500 kva must be supplied and fitted

 The mast must house automatically as soon as the parking brake is disengaged. 18.40 AUXILLIARY EQUIPMENT

All equipment for which a NFPA and/or EN standard exists must comply with the standards.

18.40.1 1 x Roof ladder

18.40.2 2 x Three meter hard suction hoses.

18.40.3 1 x 2.8 m ceiling hook

18.40.4 1 x Flat headed axe.

18.40.5 1 x Pick headed axe, manufactured for the fire service.

18.40.6 1 x Pry Axe.

287

18.40.7 1 x Halligan Tool.

18.40.8 1 x 2.5 kva Generator.

18.40.9 1 x Electrical reel with 30m cable.

18.40.1 1 x Carborundum Cutter. 0

18.40.1 1 x Chainsaw with 720 mm blade. 1

18.40.1 1 x Bayonette type Standpipe, key and bar. 2

18.40.1 1 x LRT thread type Standpipe, key and bar. 3

18.40.1 1 x LVT thread type standpipe. 4

18.40.1 1 x Pretoria type hydrant adaptor. 5

18.40.1 1 x Fourway hydrant Key 6

18.40.1 1 x Hydrant Wheel 7

18.40.1 2 x 23m x 38mm Type 3 fire hose with BI couplings with 85 lpm to 400 lpm adjustable nozzle with 8 foam attachment.

18.40.1 1 x Heavy duty 3mx 3m PVC salvage sheet, with tie down holes 9

18.40.2 2 x 9kg DCP extinguishers 0

18.40.2 2 x 6.9 kg Carbon Dioxide extinguishers 2

18.40.2 1 x Safety Fuel Cans(10 liter capacity each) 3

18.40.2 1 set Heavy duty wheel chocks, suitable for the vehicle as offered. 4

18.40.2 1 x Spade 5

18.40.2 2 x Heavy duty Industrial broom 6

18.40.2 1 x 800mm Crow bar 7

288

18.40.2 1 x Medium bolt cutter( Solid arms and replaceable blades) 8

18.40.2 1 x 1.8kg hammer 9

18.40.3 1 x Sledge hammer 0

18.40.3 14 x 450 mm Road Traffic Cones with reflective sleeve. 1

18.40.3 1 x Sill shortening tool 2

18.40.3 1 x Vehicle Stabilisation kit 3

18.40.3 1 x Confined Space ventilator 4

18.40.3 2 x SRS protector 5

18.40.3 1 x Glass Management Kit 6

18.40.3 1 set Soft Edge Protection 7

18.40.3 1 set Steps and Chocks 8

18.40.3 1 x Patient protection shield 9

18.40.4 1 x Basket Stretcher with lifting bridle. 0

18.40.4 1 x Complete ILS jump bag 1

18.40.4 1 set Heavy duty wheel chocks, 2

18.40.4 1 set Round interlocking High Pressure lifting bags (50 ton) and all regulators and fittings, including 3 hose.

1 set Battery operated hydraulic rescue set consisting of : Spreader (Minimum specs) 18.40.4 Weight, ready for use 25.7 kg 4 Dimensions (AxBxC) 1037 x 322 x 223 mm EN 13204 classification BS62/822-25.7

289

EN 13204 compliant NFPA 1936, HPF 82 / 8.4 (kN/t) NFPA 1936, HSF 117 / 11.9 (kN/t) NFPA 1936, LPF 37 / 3.8 (kN/t) NFPA 1936, LSF 58 / 5.9 (kN/t) NFPA 1936 compliant Spreading distance 822 mm 32.4 in Max. pulling force 82 / 8.4 (kN/t) Max. spreading force 522 / 53.2 (kN/t) Min. spreading force (EN 13204) 62 / 6.3 (kN/t) Max. squeezing force 127 / 13 (kN/t) Protection rate IP54 Cutter ( Minimum Specs) Max. cutting opening 205 mm Theoretical cutting force 1793 / 182.8 (kN/t) Protection rate IP54 Directives 2006/42/EC, 2014/30/EU New car technology Cutter jaw straight Dimensions and weight Weight, ready for use 25.3 kg Dimensions (AxBxC) 945 x 278 x 200 mm EN 13204 classification CC205K-25.3 EN 13204, cutting capacity 1K 2K 3K 4K 5K NFPA 1936 compliant NFPA 1936, cutting capacity A9 B9 C9 D9 E9 Ram.( minimum Specs) Performance Spreading / pulling stroke 350 mm Retracted length 691 mm Extended length 1041 mm Spreading force over full stroke 161 / 16.4 (kN/t)

290

Pulling force over full stroke 50 / 5.1 (kN/t) Protection rate IP54 Compliance Directives 2006/42/EC, 2014/30/EU General specifications Number of plungers 1 Dimensions and weight Weight, ready for use 19.9 kg Weight excl. battery 18.9 kg Dimensions (AxBxC) 452 x 239 x 691 mm Norms EN 13204 classification R161/350-19.9 EN 13204 compliant Must include a batter, 2 x spare batteries and 220 v charger and 24 v vehicle charger for each tool.

18.40.4 Rescue tripod with hand winch. 5

18.40.4 4 x High and Medium Angle Rope Rescue Kit( NOSA Rope Access Professional Kit or similar) 6

18.40.4 4 x Battery operated portable LED flood lights. 7

291

NAME OF BIDDING ENTITY ……………………………………………………….

FORM “J”

CITY OF EKURHULENI CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO MANUFACTURE, AND/OR SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

VARIATIONS AND OMISSIONS:

The item/s / service/s offered in terms of this contract may be considered as complying with the requirements of the Municipality’s specification, in all respects, except as stated hereunder;

………………………………………………………………………………………………

………………………………………………………………………………………………

………………………………………………………………………………………………

………………………………………………………………………………………………

………………………………………………………………………………………………

………………………………………………………………………………………………

………………………………………………………………………………………………

………………………………………………………………………………………………

………………………………………………………………………………………………

………………………………………………………………………………………………

______AUTHORISED PERSON’S SIGNATURE

DATE

292

NAME OF BIDDING ENTITY ……………………………………………………….

FORM “K”

CITY OF EKURHULENI CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

SCHEDULE OF PRICES SECTION 1

ITEM Local Denomin content ation of Foreign ESTIMATED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITIES (Excl.VAT) (Excl.VAT) exchang % e rate.

37 METER 30 % HYDRAULIC LADDER PLATFORM 1 R R % 1

Crew Cabin xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

Super Structure xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

Assembly xxxxxxxxx xxxxxxxxx xxxxxxxxx 100 % %

Pneumatic Jump Cushion based on DIN 1.37. standards for 25 meter 1 R R % % 1 rescue, including all fittings and test gauge.

4.5 kva generator mounted and wired to 1.37. the cage in a manner to 1 R R % % 2 be able to rotate with the turntable.

1.37. Basket stretcher & 1 R R % % 3 Bracket

1.37. 2.8 m ceiling hook 2 R R % % 4

1.37. Flat headed axe 1 R R % % 5

1.37. Sledge hammer 1 R R % % 6

293

ITEM Local Denomin content ation of Foreign ESTIMATED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITIES (Excl.VAT) (Excl.VAT) exchang % e rate.

Pick headed axe, 1.37. manufactured for the fire 1 R R % % 7 service.

1.37. Pry Axe 1 R R % % 8

1.37. Hydraulic Door Breaker. 1 R R % % 9

1.37. Halligan Tool 1 R R % % 10

1.37. Storz Spanners 4 R R % % 11

1.37. Heavy Rubber Mallet 1 R R % % 12

1.37. Electrical reel with 30m 1 R R % % 13 cable

1.37. Carborundum Cutter 1 R R % % 14

1.37. Chainsaw with carbide 1 R R % % 15 chain

1.37. 100mm Woodlands to 1 R R % % 16 115mm storz adaptor.

100mm Woodlands to 65mm British 1 R R % % 1.37. Instantaneous Female 17 coupling adaptor.

1.37. Bayonette type 1 R R % % 18 Standpipe, key and bar.

1.37. LRT thread type 1 R R % % 19 Standpipe, key and bar.

LVT thread type 1 R R % % 1.37. standpipe. 20

1.37. Pretoria type hydrant 1 R R % % 21 adaptor.

1.37. 18 inch Positive 1 R R % % 22 Pressure ventilator.

1.37. Fourway hydrant Key 2 R R % % 23

294

ITEM Local Denomin content ation of Foreign ESTIMATED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITIES (Excl.VAT) (Excl.VAT) exchang % e rate.

1.37. Hydrant wheel 2 R R % % 24

30 m x 100mm Type 3 1.37. fire hose with Storz 6 R R % % 25 Couplings

1.37. 23 m x 65mm type 3 fire 6 R R % % 26 hose with BI couplings

6 x 23 m x 45mm Type 1.37. 3 fire hose with BI 6 R R % % 27 couplings

1.37. High-rise Hose packs 4 R R % % 28

1.37. Safety Fuel Cans (10 2 R R % % 39 liter capacity each)

Heavy duty wheel 1.37. chocks, suitable for the 1 set R R % % 40 vehicle as offered

Section 1 Total

15% VAT

TOTAL INCLUDING VAT

295

SECTION 2

Local Denominat ITEM ESTIMAT content ion of Foreign ED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITI (Excl.VAT) (Excl.VAT) exchange % ES rate.

70 METER 30 % HYDRAULIC 1 R R % 2 PLATFORM

Crew Cabin xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

Super Structure xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

xxxxxxxx 100 % Assembly xxxxxxxxx xxxxxxxxx % x

Pneumatic Jump Cushion based on DIN standards for 60 2.37.1 1 R R % % meter rescue, including all fittings and test gauge.

4.5 kva generator mounted and wired to 2.37.2 the cage in a manner 1 R R % % to be able to rotate with the turntable.

Basket stretcher & 2.37.3 1 R R % % Bracket

2.37.4 2.8 m ceiling hook 2 R R % %

2.37.5 Flat headed axe 1 R R % %

Sledge hammer 1 R R % % 2.37.6

Pick headed axe, 2.37.7 manufactured for the 1 R R % % fire service.

2.37.8 Pry Axe 1 R R % %

Hydraulic Door 2.37.9 1 R R % % Breaker.

2.37.10 Halligan Tool 1 R R % %

2.37.11 Storz Spanners 4 R R % %

2.37.12 Heavy Rubber Mallet 1 R R % %

296

Local Denominat ITEM ESTIMAT content ion of Foreign ED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITI (Excl.VAT) (Excl.VAT) exchange % ES rate.

Electrical reel with 2.37.13 1 R R % % 30m cable

2.37.14 Carborundum Cutter 1 R R % %

Chainsaw with 2.37.15 1 R R % % carbide chain

100mm Woodlands 2.37.16 to 115mm storz 1 R R % % adaptor.

100mm Woodlands to 65mm British 2.37.17 Instantaneous 1 R R % % Female coupling adaptor.

Bayonette type 2.37.18 Standpipe, key and 1 R R % % bar.

LRT thread type Standpipe, key and 1 R R % % 2.37.19 bar.

LVT thread type 2.37.20 1 R R % % standpipe.

Pretoria type hydrant 2.37.21 1 R R % % adaptor.

18 inch Positive 2.37.22 1 R R % % Pressure ventilator.

2.37.23 Fourway hydrant Key 2 R R % %

2.37.24 Hydrant wheel 2 R R % %

30 m x 100mm Type 3 fire hose with Storz 6 R R % % 2.37.25 Couplings

23 m x 65mm type 3 2.37.26 fire hose with BI 6 R R % % couplings

6 x 23 m x 45mm 2.37.27 Type 3 fire hose with 6 R R % % BI couplings

297

Local Denominat ITEM ESTIMAT content ion of Foreign ED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITI (Excl.VAT) (Excl.VAT) exchange % ES rate.

2.37.28 High-rise Hose packs 4 R R % %

225l/min to 900l/min adjustable nozzles.( 2.37.29 4 R R % % suitable to operate at low pressure)

400 lpm spear branch (1.2 m with British 2.37.30 2 R R % % Instantaneous coupling)

2.37.31 1.8 kg hammers 2 R R % %

Oscillating monitor 2.37.32 1 R R % % (minimum 1200lpm)

65mm British Instantaneous male to 115mm lug 2 R R % % 2.37.33 distance Storz adaptors.

65mm British Instantaneous female 2..37.3 coupling to 115mm 1 R R % % 4 lug distance Storz adaptors.

Heavy duty 3mx 3m 2.37.35 PVC salvage sheet, 1 R R % % with tie down holes

Heavy duty 6mx 6m 2.37.36 PVC salvage sheet, 1 R R % % with tie down holes

9kg DCP 2.37.37 2 R R % % extinguishers

6.9 kg Carbon 2.37.38 Dioxide 2 R R % % extinguishers.

Safety Fuel Cans (10 2.37.39 2 R R % % liter capacity each)

Heavy duty wheel 2.37.40 chocks, suitable for 1 set R R % % the vehicle as offered

298

Local Denominat ITEM ESTIMAT content ion of Foreign ED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITI (Excl.VAT) (Excl.VAT) exchange % ES rate.

Section 2 Total

15% VAT

TOTAL INCLUDING VAT

SECTION 3

Local Denomin ITEM ESTIMA content ation of Foreign TED UNIT PRICE NO. DESCRIPTION TOTAL (Excl.VAT) % Foreign content QUANTI (Excl.VAT) exchang % TIES e rate.

68 METER 30% TURNTABLE 1 R R % 3 LADDER

xxxxxx 100 % Crew Cabin xxxxxxxx xxxxxxxx % xx

xxxxxx 100 % Super Structure xxxxxxxx xxxxxxxx % xx

xxxxxx 100 % Assembly xxxxxxxxx xxxxxxxxx % xxx

Pneumatic Jump Cushion based on DIN standards for 3.35.1 1 R R % % 60 meter rescue, including all fittings and test gauge.

4.5 kva generator 3.35.2 mounted and wired 1 R R % % to the cage in a

299

Local Denomin ITEM ESTIMA content ation of Foreign TED UNIT PRICE NO. DESCRIPTION TOTAL (Excl.VAT) % Foreign content QUANTI (Excl.VAT) exchang % TIES e rate.

manner to be able to rotate with the turntable.

Basket stretcher & 3.35.3 1 R R % % Bracket

3.35.4 2.8 m ceiling hook 2 R R % %

3.35.5 Flat headed axe 1 R R % %

3.35.6 Sledge hammer 1 R R % %

Pick headed axe, 3.35.7 manufactured for 1 R R % % the fire service.

3.35.8 Pry Axe 1 R R % %

Hydraulic Door 3.35.9 1 R R % % Breaker.

3.35.1 Halligan Tool 1 R R % % 0

3.35.1 Storz Spanners 4 R R % % 1

3.35.1 Heavy Rubber 1 R R % % 2 Mallet

3.35.1 Electrical reel with 1 R R % % 3 30m cable

3.35.1 Carborundum 1 R R % % 4 Cutter

3.35.1 Chainsaw with 1 R R % % 5 carbide chain

100mm Woodlands 3.35.1 to 115mm storz 1 R R % % 6 adaptor.

100mm Woodlands to 65mm British 3.35.1 Instantaneous 1 R R % % 7 Female coupling adaptor.

3.35.1 Bayonette type 1 R R % % 8 Standpipe, key and

300

Local Denomin ITEM ESTIMA content ation of Foreign TED UNIT PRICE NO. DESCRIPTION TOTAL (Excl.VAT) % Foreign content QUANTI (Excl.VAT) exchang % TIES e rate.

bar.

LRT thread type 3.35.1 Standpipe, key and 1 R R % % 9 bar.

3.35.2 LVT thread type 1 R R % % 0 standpipe.

3.35.2 Pretoria type 1 R R % % 1 hydrant adaptor.

3.35.2 18 inch Positive 1 R R % % 2 Pressure ventilator.

3.35.2 Fourway hydrant 2 R R % % 3 Key

3.35.2 Hydrant wheel 2 R R % % 4

30 m x 100mm 3.35.2 Type 3 fire hose 6 R R % % 5 with Storz Couplings

23 m x 65mm type 3.35.2 3 fire hose with BI 6 R R % % 6 couplings

6 x 23 m x 45mm 3.35.2 Type 3 fire hose 6 R R % % 7 with BI couplings

3.35.2 High-rise Hose 4 R R % % 8 packs

225l/min to 900l/min adjustable 3.35.2 nozzles.( suitable to 4 R R % % 9 operate at low pressure)

400 lpm spear branch (1.2 m with 3.35.3 British 2 R R % % 0 Instantaneous coupling)

3.35.3 1.8 kg hammers 2 R R % % 1

3.35.3 Oscillating monitor 1 R R % % 2 (minimum 1200lpm)

301

Local Denomin ITEM ESTIMA content ation of Foreign TED UNIT PRICE NO. DESCRIPTION TOTAL (Excl.VAT) % Foreign content QUANTI (Excl.VAT) exchang % TIES e rate.

65mm British Instantaneous male 3.35.3 to 115mm lug 2 R R % % 3 distance Storz adaptors.

65mm British Instantaneous 3.35.3 female coupling to 1 R R % % 4 115mm lug distance Storz adaptors.

Heavy duty 3mx 3m 3.35.3 PVC salvage sheet, 1 R R % % 5 with tie down holes

Heavy duty 6mx 6m 3.35.3 PVC salvage sheet, 1 R R % % 6 with tie down holes

3.35.3 9kg DCP 2 R R % % 7 extinguishers

6.9 kg Carbon 3.35.3 Dioxide 2 R R % % 8 extinguishers.

Safety Fuel Cans 3.35.3 (10 liter capacity 2 R R % % 9 each)

Heavy duty wheel 3.35.4 chocks, suitable for 1 set R R % % 0 the vehicle as offered

Section 3 Total

15% VAT

TOTAL INCLUDING VAT

302

SECTION 4

Local Denominati ITEM ESTIMATE content on of Foreign D UNIT PRICE NO. DESCRIPTION TOTAL (Excl.VAT) % Foreign content QUANTITI (Excl.VAT) exchange % ES rate.

MAJOR 30% 2 R R % 4 PUMPER

Crew Cabin xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

Super Structure xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

Assembly xxxxxxxxx xxxxxxxxx xxxxxxxxx 100 % %

Value of Chassis 2 R R % % Component

Value of Pump 2 R R % % Component

Value of Superstructure 2 R R % % Component

NFPA approved aluminum ladder 4.35.1( of 7.3m –2 2 R R % % a) sections.

4.35.1( Roof ladder 2 R R % % b)

Three meter hard 4.35.2 4 R R % % suction hoses

4.35.3( Chrome barrel 2 R R % % a) strainer

Low level strainer 4.35.3( fitting the suction 2 R R % % b) hoses

A three way 4.35.4( British 2 R R % % a) Instantaneous Adaptor,

NFPA approved 115mm lug 4.35.4( distance Storz 2 R R % % b) adaptor with a pressure relieve valve and a shut- off valve must be

303

Local Denominati ITEM ESTIMATE content on of Foreign D UNIT PRICE NO. DESCRIPTION TOTAL (Excl.VAT) % Foreign content QUANTITI (Excl.VAT) exchange % ES rate.

provided

4.8 m ceiling hook

4.35.5 2 R R % %

Flat headed axe 4.35.6 2 R R % %

Pick headed axe, manufactured for 4.35.7 the fire service. 2 R R % %

Spade 4.35.8 2 R R % %

Shovel 4.35.9 2 R R % %

4.35.1 Pitchfork 2 R R % % 0

Heavy duty 4.35.1 Industrial broom 4 R R % % 1

4.35.1 800mm Crow bar 2 R R % % 2

medium bolt 4.35.1 cutter( Solid arms 2 R R % % 3 and replaceable blades)

Large bolt cutter( Solid arms and 4.35.1 replaceable 2 R R % % 4 blades)

4.35.1 1.8kg hammer 2 R R % % 5

4.35.1 Sledge hammer 2 R R % % 6

304

Local Denominati ITEM ESTIMATE content on of Foreign D UNIT PRICE NO. DESCRIPTION TOTAL (Excl.VAT) % Foreign content QUANTITI (Excl.VAT) exchange % ES rate.

4.35.1 Pry Axe 2 R R % % 7

Hydraulic Door 4.35.1 Breaker. 2 R R % % 8

4.35.1 Halligan Tool 2 R R % % 9

4.35.2 Storz Spanners 8 R R % % 0

Heavy Rubber 4.35.2 Mallet 2 R R % % 1

18 m x 18mm 4.35.2 Static Suction 2 R R % % 2 Hose Rope

450 mm Road 4.35.2 Traffic Cones with 24 R R % % 3 reflective sleeve.

4.35.2 2.5 kva Generator 2 R R % % 4

Electrical reel with 4.35.2 30m cable 2 R R % % 5

Carborundum 4.35.2 Cutter 2 R R % % 6

Chainsaw with 4.35.2 carbide tip. 2 R R % % 7

100mm 4.35.2 Woodlands to 2 R R % % 8 115mm storz adaptor.

305

Local Denominati ITEM ESTIMATE content on of Foreign D UNIT PRICE NO. DESCRIPTION TOTAL (Excl.VAT) % Foreign content QUANTITI (Excl.VAT) exchange % ES rate.

100mm Woodlands to 4.35.2 65mm British 2 R R % % 9 Instantaneous Female coupling adaptor.

Bayonette type 4.35.3 Standpipe, key 2 R R % % 0 and bar.

LRT thread type 4.35.3 Standpipe, key 2 R R % % 1 and bar.

LVT thread type 4.35.3 standpipe. 2 R R % % 2

Pretoria type 4.35.3 hydrant adaptor. 2 R R % % 3

Fourway hydrant 4.35.3 Key 4 R R % % 4

4.35.3 Hydrant Wheels 4 R R % % 5

18 inch Positive 4.35.3 Pressure 2 R R % % 6 ventilator.

Phantom Pumper( 4.35.3 115mm storz lug 2 R R % % 7 distance and 65 mm BI couplings)

4.35.3 Jumbo Y 2 R R % % 8

Hand controlled 4.35.3 Dividing Bridging 2 R R % % 9 Piece

306

Local Denominati ITEM ESTIMATE content on of Foreign D UNIT PRICE NO. DESCRIPTION TOTAL (Excl.VAT) % Foreign content QUANTITI (Excl.VAT) exchange % ES rate.

30m x 100mm Type 3 fire hose 4.35.4 with Storz 12 R R % % 0 Couplings

23 m x 65mm 4.35.4 type 3 fire hose 20 R R % % 1 with BI couplings

23m x 45mm 4.35.4 Type 3 fire hose 16 R R % % 2 with BI couplings

4.35.4 Hose ramps for 2 R R % % 3 100mm hose.

Hose ramps for 4.35.4 65mm hose. 2 R R % % 4

225l/min to 900l/min 4.35.4 adjustable 8 R R % % 5 nozzles.( suitable to operate at low pressure)

Low expansion 4.35.4 foam attachments 8 R R % % 6 for the nozzles above.

Oscillating 4.35.4 Monitor 2 R R % % 7 (1200lpm).

400 lpm spearbranch(1.2 4.35.4 m with British 2 R R % % 8 Instantaneous coupling)

450l/min medium 4.35.4 expansion foam 2 R R % % 9 branch with inductor.

307

Local Denominati ITEM ESTIMATE content on of Foreign D UNIT PRICE NO. DESCRIPTION TOTAL (Excl.VAT) % Foreign content QUANTITI (Excl.VAT) exchange % ES rate.

65mm British Instantaneous 4.35.5 male to 115mm 2 R R % % 0 lug distance Storz adaptors.

65mm British Instantaneous female coupling to 4.35.5 115mm lug 4 R R % % 1 distance Storz adaptors.

Heavy duty 3mx 4.35.5 3m PVC salvage 2 R R % % 2 sheet, with tie down holes.

Heavy duty 6mx 4.35.5 6m PVC salvage 2 R R % % 3 sheet, with tie down holes.

4.35.5 Dual agent 2 R R % % 4 nozzle.

9kg DCP 4.35.5 extinguishers 2 R R % % 5

6.9 kg Carbon 4.35.5 Dioxide 4 R R % % 6 extinguishers.

Safety Fuel 4.35.5 Cans(10 liter 4 R R % % 7 capacity each)

4.35.5 Tally board with 8 2 R R % % 8 BA tally’s

set of heavy duty wheel chocks, 4.35.5 suitable for the 2 R R % % 9 vehicle as offered

308

Local Denominati ITEM ESTIMATE content on of Foreign D UNIT PRICE NO. DESCRIPTION TOTAL (Excl.VAT) % Foreign content QUANTITI (Excl.VAT) exchange % ES rate.

Section 4 Total

15% VAT

TOTAL INCLUDING VAT

309

SECTION 5

ITEM ESTIMAT Local Denomination Foreign ED UNIT PRICE TOTAL content of Foreign NO. DESCRIPTION content QUANTIT (Excl.VAT) (Excl.VAT) % exchange % IES rate.

HEAVY DUTY ALL 30% TERRAIN RESCUE PUMPER 2 R R % 5

Crew Cabin xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

Super Structure xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

xxxxxxxx 100 % Assembly xxxxxxxxx xxxxxxxxx % x

Value of Chassis 2 R R % % Component

Value of Pump 2 R R % % Component

Value of Superstructure 2 R R % % Component

National Fire Protection Association 5.47. (NFPA) 2 R R % % 1 approved aluminum ladder of 7.3m –2 sections.

5.47. Roof ladder 2 R R % % 1(b)

Three meter hard suction hoses with 5.47. 115mm lug 6 R R % % 2 distance storz couplings

5.47. 2.8 m ceiling hook 2 R R % % 3

5.47. Flat headed axe 2 R R % % 4

Pick headed axe, 5.47. manufactured for 2 R R % % 5 the fire service.

310

ITEM ESTIMAT Local Denomination Foreign ED UNIT PRICE TOTAL content of Foreign NO. DESCRIPTION content QUANTIT (Excl.VAT) (Excl.VAT) % exchange % IES rate.

Chrome barrel 5.47. strainer fitting the 2 R R % % 6 suction hoses (Storz).

Low level strainer 5.47. fitting the suction 2 R R % % 7 hoses ( Storz)

5.47. Pry Axe 2 R R % % 8

5.47. Hydraulic Door 2 R R % % 9 Breaker.

5.47. Halligan Tool 2 R R % % 10

5.47. Storz Spanners 8 R R % % 11

5.47. Rubber Mallet 2 R R % % 12

5.47. 18 m x 18mm Static 2 R R % % 13 Suction Hose Rope

5.47. 2.5 kva Generator 2 R R % % 14

5.47. Electrical reel with 2 R R % % 15 30m cable

5.47. Carborundum 2 R R % % 16 Cutter

5.47. Chainsaw with 720 2 R R % % 17 mm blade.

100mm Woodlands 5.47. to 115mm Storz 2 R R % % 18 adaptor.

100mm Woodlands to 65mm British 5.47. Instantaneous 2 R R % % 19 Female coupling adaptor.

Bayonette type 5.47. Standpipe, key and 2 R R % % 20 bar.

5.47. LRT thread type 2 R R % % 21 Standpipe, key and

311

ITEM ESTIMAT Local Denomination Foreign ED UNIT PRICE TOTAL content of Foreign NO. DESCRIPTION content QUANTIT (Excl.VAT) (Excl.VAT) % exchange % IES rate.

bar.

5.47. LVT thread type 2 R R % % 22 standpipe.

5.47. Pretoria type 2 R R % % 23 hydrant adaptor.

5.47. Fourway hydrant 2 R R % % 24 Key

5.47. Hydrant Wheel 2 R R % % 25

18 inch Positive 5.47. Pressure 2 R R % % 26 ventilator.

30 m x100mm Type 5.47. 3 fire hose with 12 R R % % 27 Storz Couplings

23 m x 65mm type 3 5.47. fire hose with BI 12 R R % % 28 couplings

23m x 45mm Type 5.47. 3 fire hose with BI 12 R R % % 29 couplings

225l/min to 900l/min 5.47. adjustable nozzles.( 8 R R % % 30 suitable to operate at ow pressure)

Low Expansion 5.47. foam attachments to 8 R R % % 31 fit the nozzles.

400 lpm spearbranch(1.2 5.47. m with British 2 R R % % 32 Instantaneous coupling)

5.47. 450l/min inductor. 4 R R % % 33

450l/min medium 5.47. expansion foam 2 R R % % 34 branch.

5.47. 65mm British 2 R R % % 35 Instantaneous male couplings to

312

ITEM ESTIMAT Local Denomination Foreign ED UNIT PRICE TOTAL content of Foreign NO. DESCRIPTION content QUANTIT (Excl.VAT) (Excl.VAT) % exchange % IES rate.

115mm lug distance Storz adaptors.

3 x 65mm Hand Controlled British Instantaneous 5.47. female coupling to 2 R R % % 36 115mm lug distance Storz divider.( Water thief)

Heavy duty 3mx 3m 5.47. PVC salvage sheet, 2 R R % % 37 with tie down holes

Heavy duty 6mx 6m 5.47. PVC salvage sheet, 4 R R % % 38 with tie down holes

5.47. 9kg DCP 4 R R % % 39 extinguishers

6.9 kg Carbon 5.47. Dioxide 4 R R % % 40 extinguishers

Safety Fuel 5.47. Cans(10 liter 4 R R % % 41 capacity each)

Heavy duty wheel 5.47. chocks, suitable for 2 R R % % 42 the vehicle as offered.

5.47. Spade 2 R R % % 43

5.47. Shovel 2 R R % % 44

5.47. Heavy duty 4 R R % % 45 Industrial broom

5.47. 800mm Crow bar 2 R R % % 46

medium bolt cutter( 5.47. Solid arms and 2 R R % % 47 replaceable blades)

Large bolt cutter( 2 5.47. R R % % Solid arms and

313

ITEM ESTIMAT Local Denomination Foreign ED UNIT PRICE TOTAL content of Foreign NO. DESCRIPTION content QUANTIT (Excl.VAT) (Excl.VAT) % exchange % IES rate.

48 replaceable blades)

5.47. 2 1.8kg hammer R R % % 49

5.47. 2 Sledge hammer R R % % 50

450 mm Road 5.47. Traffic Cones with 24 R R % % 51 reflective sleeve.

Hand controlled 2 5.47. Dividing Bridging R R % % 52 Piece.

5.47. Foldable Drum 2 R R % % 53 Trolley

5.47. 2 Sill shortening tool R R % % 54

5.47. Vehicle 2 R R % % 55 Stabilisation kit

5.47. Confined Space 2 R R % % 56 ventilator

5.47. 2 SRS protector R R % % 57

5.47. Glass Management 2 R R % % 58 Kit

5.47. Soft Edge 2 sets R R % % 59 Protection

5.47. Steps and Chocks 2 sets R R % % 60

5.47. Patient protection 2 R R % % 61 shield.

5.47. Basket Stretcher 2 R R % % 62 with lifting bridle.

5.47. Complete ILS jump 2 R R % % 63 bag

5.47. Heavy duty wheel 2 sets R R % % 64 chocks,

5.47. Jumbo Y 2 R R % % 65

5.47. Tally board with 8 2 R R % %

314

ITEM ESTIMAT Local Denomination Foreign ED UNIT PRICE TOTAL content of Foreign NO. DESCRIPTION content QUANTIT (Excl.VAT) (Excl.VAT) % exchange % IES rate.

66 tallies

5.47. 40 ton Pneumatic 2 R R % % 67 lift set

5.47. Oscillating monitor( 2 R R % % 68 1200lpm)

Section 5 Total

15% VAT

TOTAL INCLUDING VAT

315

SECTION 6

Local Denomi ITEM ESTIMA content nation Foreign TED UNIT PRICE TOTAL % of NO. DESCRIPTION content QUANTI (Excl.VAT) (Excl.VAT) Foreign % TIES exchan ge rate.

REAR MOUNTED 30%

PUMPER 2 R R % 6

xxxxxx 100 % Crew Cabin xxxxxxxx xxxxxxxx % xx

xxxxxx 100 % Super Structure xxxxxxxx xxxxxxxx % xx

xxxxxx 100 % Assembly xxxxxxxxx xxxxxxxxx % xxx

Value of Chassis 2 R R % % Component

Value of Pump 2 R R % % Component

Value of Superstructure 2 R R % % Component

National Fire Protection Association (NFPA) 6.46.1(a) 2 R R % % approved aluminum ladder of 7.3m –2 sections,

6.46.1(b) Roof ladder 2 R R % %

Three meter hard suction hoses with 6.46.2 4 R R % % 115mm lug distance storz couplings

6.46.3 2.8 m ceiling hook 2 R R % %

6.46.4 Flat headed axe 2 R R % %

Pick headed axe, 6.46.5 manufactured for the 2 R R % % fire service.

chrome barrel 6.46.6 strainer fitting the 2 R R % % suction hoses( Storz)

6.46.7 Low level strainer 2 R R % % fitting the suction

316

Local Denomi ITEM ESTIMA content nation Foreign TED UNIT PRICE TOTAL % of NO. DESCRIPTION content QUANTI (Excl.VAT) (Excl.VAT) Foreign % TIES exchan ge rate.

hoses ( Storz)

Pry Axe 6.46.8 2 R R % %

Hydraulic Door 6.46.9 Breaker. 2 R R % %

Halligan Tool 6.46.10 2 R R % %

6.46.11 Storz Spanners 8 R R % %

6.46.12 Rubber Mallet 2 R R % %

18 m x 18mm Static 6.46.13 2 R R % % Suction Hose Rope

6.46.14 2.5 kva Generator 2 R R % %

Electrical reel with 6.46.15 2 R R % % 30m cable

6.46.16 Carborundum Cutter 2 R R % %

Chainsaw with 720 6.46.17 2 R R % % mm blade.

100mm Woodlands to 6.46.18 115mm storz 2 R R % % adaptor.

100mm Woodlands to 65mm British 6.46.19 Instantaneous 2 R R % % Female coupling adaptor.

Bayonette type 6.46.20 Standpipe, key and 2 R R % % bar.

LRT thread type 6.46.21 Standpipe, key and 2 R R % % bar.

LVT thread type 6.46.22 2 R R % % standpipe.

6.46.23 Pretoria type hydrant 2 R R % %

317

Local Denomi ITEM ESTIMA content nation Foreign TED UNIT PRICE TOTAL % of NO. DESCRIPTION content QUANTI (Excl.VAT) (Excl.VAT) Foreign % TIES exchan ge rate.

adaptor.

6.46.24 Fourway hydrant Key 2 R R % %

6.46.25 Hydrant Wheel 2 R R % %

18 inch Positive 6.46.26 2 R R % % Pressure ventilator.

30 m x100mm Type 3 6.46.27 fire hose with Storz 12 R R % % Couplings

23 m x 65mm type 3 6.46.28 fire hose with BI 12 R R % % couplings

23m x 45mm Type 3 6.46.29 fire hose with BI 12 R R % % couplings

225l/min to 900l/min adjustable nozzles.( 6.46.30 8 R R % % suitable to operate at low pressure)

Low Expansion foam 6.46.31 attachments to fit the 8 R R % % nozzles.

400 lpm spearbranch(1.2 m 6.46.32 with British 2 R R % % Instantaneous coupling)

6.46.33 450l/min inductor. 4 R R % %

450l/min medium 6.46.34 expansion foam 2 R R % % branch.

65mm British Instantaneous male 6.46.35 couplings to 115mm 2 R R % % lug distance Storz adaptors.

3 x 65mm Hand Controlled British 6.46.36 Instantaneous 2 R R % % female coupling to 115mm lug distance

318

Local Denomi ITEM ESTIMA content nation Foreign TED UNIT PRICE TOTAL % of NO. DESCRIPTION content QUANTI (Excl.VAT) (Excl.VAT) Foreign % TIES exchan ge rate.

Storz divider.( Water thief)

Heavy duty 3mx 3m 6.46.37 PVC salvage sheet, 2 R R % % with tie down holes

Heavy duty 6mx 6m 6.46.38 PVC salvage sheet, 4 R R % % with tie down holes

9kg DCP 6.46.39 2 R R % % extinguishers

6.9 kg Carbon 6.46.40 Dioxide 4 R R % extinguishers

Safety Fuel Cans(10 6.46.41 4 R R % liter capacity each)

Heavy duty wheel 6.46.42 chocks, suitable for 4 R R % the vehicle as offered.

6.46.43 Spade 2 R R % %

6.46.44 Pitchfork 2 R R % %

6.46.45 Shovel 2 R R % %

Heavy duty Industrial 6.46.46 4 R R % % broom

6.46.47 800mm Crow bar 2 R R % %

medium bolt cutter( 6.46.48 Solid arms and 2 R R % % replaceable blades)

Large bolt cutter( 6.46.49 Solid arms and 2 R R % % replaceable blades)

6.46.50 1.8kg hammer 2 R R % %

6.46.51 sledge hammer 2 R R % %

450 mm Road Traffic 6.46.52 Cones with reflective 24 R R % % sleeve.

6.46.53 Hand controlled 2 R R % % Dividing Bridging

319

Local Denomi ITEM ESTIMA content nation Foreign TED UNIT PRICE TOTAL % of NO. DESCRIPTION content QUANTI (Excl.VAT) (Excl.VAT) Foreign % TIES exchan ge rate.

Piece

Foldable Drum 6.46.54 2 R R % % Trolley

6.46.55 Sill shortening tool 2 R R % %

Vehicle Stabilisation 6.46.56 2 R R % % kit

Confined Space 6.46.57 2 R R % % ventilator

6.46.58 SRS protector 2 R R % %

Glass Management 6.46.59 2 R R % % Kit

6.46.60 Soft Edge Protection 2 sets R R % %

6.46.61 Steps and Chocks 2 sets R R % %

Patient protection 6.46.62 2 R R % % shield

Basket Stretcher with 6.46.63 2 R R % % lifting bridle.

Complete ILS jump 6.46.64 2 R R % % bag

Heavy duty wheel 6.46.65 2 sets R R % % chocks,

6.46.66 Jumbo Y 2 R R % %

Tally board with 8 6.46.67 3 R R % % tallies

40 ton Pneumatic lift 6.46.68 3 R R % % set

Oscillating monitor( 6.46.69 3 R R % % 1200lpm)

Section 6 Total

15% VAT

TOTAL INCLUDING VAT

320

SECTION 7

Local Denomi ITEM ESTIMA conten nation Foreign TED UNIT PRICE TOTAL t % of NO. DESCRIPTION content QUANTI (Excl.VAT) (Excl.VAT) Foreign % TIES exchan ge rate.

7 GRASS FIRE UNIT 3 R R 30% %

Super Structure xxxxx xxxxxxxx xxxxxxxx 100 % %

Assembly xxxxx xxxxxxxxx xxxxxxxxx 100 % %

Value of Chassis 3 R R % % Component

Value of Pump 3 R R % % Component

Value of Superstructure 3 R R % % Component

First floor ladder on a 7.10.1.1 3 R R % % suitable gantry,

Medium Bolt cutter 7.10.1.1.2 with solid handles and 3 R R % % replaceable tips,

Suction hoses (3 7.10.1.1.3 meters in combined 3 R R % % length), 7.10.1.1.4 Standpipes(Bayonette) 3 R R % % (a)

7.10.1.1.4 Two standpipes( LVT), 3 R R % % (b)

7.10.1.1.5 Four way hydrant key, 3 R R % %

7.10.1.1.6 Hydrant wheel 3

7.10.1.1.7 Key and bar, 3 R R % %

7.10.1.1.8 Spade, 3 R R % %

7.10.1.1.9 Safety fuel container, 3 R R % % 30m x 38 mm Type 3 hose, with a suitable selectable nozzle of 95 710.1.1.1 liter per minute to 400 6 R R % % 0 liter per minute at 7 bar, with a low pressure foam attachment

321

Local Denomi ITEM ESTIMA conten nation Foreign TED UNIT PRICE TOTAL t % of NO. DESCRIPTION content QUANTI (Excl.VAT) (Excl.VAT) Foreign % TIES exchan ge rate.

Section 7 Total

15% VAT

TOTAL INCLUDING VAT

322

SECTION 8

Local Denomi ITEM ESTIMAT content nation Foreign ED UNIT PRICE % of NO. DESCRIPTION TOTAL (Excl.VAT) content QUANTITI (Excl.VAT) Foreign % ES exchan ge rate.

CAFS OFF ROAD 30% 8 3 R R % FIRE UNIT

Crew Cabin xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

Super Structure xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

xxxxxxxx 100 % Assembly xxxxxxxxx xxxxxxxxx % x

Value of Chassis 3 R R % % Component

Value of Pump 3 R R % % Component

Value of Superstructure 3 R R % % Component

8.10.1. First floor ladder on a 3 R R % % 1 suitable gantry,

Medium Bolt cutter 8.10.1. with solid handles 3 R R % % 1.2 and replaceable tips,

Suction hoses (3 8.10.1. meters in combined 3 R R % % 1.3 length),

8.10.1. Standpipes(Bayonett 3 R R % % 1.4(a) e)

8.10.1. Two standpipes( 3 R R % % 1.4(b) LVT),

8.10.1. Four way hydrant 3 R R % % 1.5 key, 8.10.1. Hydrant wheel 3 1.6

8.10.1. Key and bar, 3 R R % % 1.7

8.10.1. Spade, 3 R R % % 1.8

8.10.1. Safety fuel container, 3 R R % % 1.9

323

Local Denomi ITEM ESTIMAT content nation Foreign ED UNIT PRICE % of NO. DESCRIPTION TOTAL (Excl.VAT) content QUANTITI (Excl.VAT) Foreign % ES exchan ge rate.

30m x 38 mm Type 3 hose, with a suitable selectable nozzle of 810.1.1 95 liter per minute to 6 R R % % .10 400 liter per minute at 7 bar, with a low pressure foam attachment

Section 8 Total

15% VAT

TOTAL INCLUDING VAT

SECTION 9

Local Denomin ITEM ESTIMAT content ation of Foreign ED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTI (Excl.VAT) (Excl.VAT) exchang % TIES e rate.

WATERTANKER/PUM 30%

PER 4 R R % 9

xxxxxxx 100 % Super Structure xxxxxxxx xxxxxxxx % x

xxxxxxx 100 % Assembly xxxxxxxxx xxxxxxxxx % xx

Value of Chassis 4 R R % % Component

Value of Pump 4 R R % % Component.

Value of Superstructure 4 R R % % Component.

1 x NFPA approved 9.31.1 aluminum ladder of 4 R R % % (a) 7.3m –3 sections,

324

Local Denomin ITEM ESTIMAT content ation of Foreign ED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTI (Excl.VAT) (Excl.VAT) exchang % TIES e rate.

9.31.1 Roof ladder 4 R R % % (b)

Three meter hard 9.31.2 8 R R % % suction hoses

Chrome barrel strainer 9.31.3 and low level strainer 4 R R % % fitting the suction hoses

9.31.4 Three way British 4 R R % % (a) Instantaneous Adaptor

115mm lug distances Storz adaptors with a 9.31.4 pressure relieve valve 4 R R % % (b) and a shut-off valve for the suction intakes.

9.31.5 1 x Pry Axe 4 R R % %

9.31.6 2.8 m ceiling hook 4 R R % %

LVT Standpipe, key & 9.31.7 4 R R % % bar

Bayonette Standpipe, 9.31.8 4 R R % % Key & bar

9.31.9 Hydrant Four way key 4 R R % %

9.31.1 Hydrant Wheel 4 R R % % 0

9.31.1 100mm Woodlands 4 R R % % 1 Hydrant Adaptor

9.31.1 65mm Woodlands 4 R R % % 2 Hydrant adaptor

Medium Bolt cutter with 9.31.1 solid handles and 4 R R % % 3 replaceable tips.

9.31.1 Flat headed axe 4 R R % % 4

9.31.1 Pick headed axe 4 R R % % 5

9.31.1 Halligan Tool 4 R R % %

325

Local Denomin ITEM ESTIMAT content ation of Foreign ED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTI (Excl.VAT) (Excl.VAT) exchang % TIES e rate.

6

9.31.1 Suction Spanners 8 R R % % 7

9.31.1 Storz Spanners R R % % 8

9.31.1 Rubber Mallet 4 R R % % 9

9.31.2 18 m x 18mm Static 4 R R % % 0 Suction Hose Rope

9.31.2 Electrical reel with 30m 4 R R % % 1 cable

100mm Type 3 fire 9.31.2 hose with Storz 24 R R % % 2 Couplings

9.31.2 65mm type 3 fire hose 24 R R % % 3 with BIC couplings

9.31.2 45mm Type 3 fire hose 24 R R % % 4 with BIC couplings.

225l/min to 900l/min 9.31.2 adjustable nozzles.( 16 R R % % 5 suitable to operate at low pressure)

450l/min low expansion 9.31.2 foam branch with 4 R R % % 6 inductor.

450l/min medium 9.31.2 expansion foam branch 4 R R % % 7 with inductor.

65mm to115mm lug 9.31.2 distance Storz 8 8 adaptors.

9.31.2 Safety Fuel Cans (10 8 R R % % 9 litre capacity each)

Folding Tank of 10 000 9.31.3 l capacity in a 4 R R % % 0 hydraulically operated rack.

9.31.3 550lpm floating pump. 4 R R % % 1

326

Local Denomin ITEM ESTIMAT content ation of Foreign ED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTI (Excl.VAT) (Excl.VAT) exchang % TIES e rate.

Heavy duty wheel 9.31.3 chocks, suitable for the 4 sets R R % % 2 vehicle as offered

9.31.3 Spade 4 R R % % 3

9.31.3 Fork 4 R R % % 4

9.31.3 Shovel 4 R R % % 5

9.31.3 Jumbo Y 4 R R % % 6

9.31.3 Oscillating 4 R R % % 7 monitor(1200lpm)

9.31.3 Phantom Pumper 4 R R % % 8

Section 9 Total R R

15% VAT

TOTAL INCLUDING VAT

SECTION 10

Local Denomin ITEM ESTIMATE content ation of Foreign D UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITI (Excl.VAT) (Excl.VAT) exchang % ES e rate.

30% HAZARDOUS

10 MATERIALS 1 R R %

RESPONSE

VEHICLE Crew Cabin xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

Super Structure xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

Assembly xxxxxxxxx xxxxxxxxx xxxxxxxxx 100 % %

Value of Chassis 1 R R % %

327

Local Denomin ITEM ESTIMATE content ation of Foreign D UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITI (Excl.VAT) (Excl.VAT) exchang % ES e rate.

Component

Value of Compressor 1 R R % % Component

Value of Superstructure 1 R R % % Component

Heavy duty wheel 10.43. chocks, suitable for 1 set R R % % 1 the vehicle as offered

10.43. Non Sparking Xxxxx xxxxxx xxxxx xxxxxx xxxxxx 2 Tools

10.43. Non Sparking 2 R R % % 2.1 Halligan tool

10.43. Non Sparking 2 R R % % 2.2 Hammer

10.43. Non Sparking Crow 2 R R % % 2.3 bar

10.43. Non Sparking 2 R R % % 2.4 Plumber Wrenches

10.43. Non Sparking Bung 2 R R % % 2.5 Tool

10.43. Non Sparking 2 R R % % 2.6 Ceiling Hook

10.43. Non Sparking Yes 2 R R % % 2.7 tool.

10.43. 17 piece Spark 1 R R % % 2.8 proof toolkit

10.43. Hacksaw 2 R R % % 2.9

10.43. Polypropylene 4 R R % % 2.10 Shovel

10.43. Polypropylene 4 R R % % 2.11 Scoop

40 kg PAM powder 10.43. extinguishers( 2 R R % % 3 Polyacrylamide)

328

Local Denomin ITEM ESTIMATE content ation of Foreign D UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITI (Excl.VAT) (Excl.VAT) exchang % ES e rate.

10.43. 6.9 kgCO2 6 R R % % 4 Extinguishers

10.43. 9 kg DCP 6 R R % % 5 Extinguishers

20 kg Wheeled 10.43. Class D – 2 R R % % 6 Extinguishers.

10.43. Portable Oscillating 2 R R % % 7 Monitors (1200lpm)

10.43. Heavy Vehicle 2 R R % % 8 Stabilisation Kit

Lock Out tag kit to 10.43. lock valves, and 1 R R % % 9 switches

10.43. Heavy Duty Jacks( 4 R R % % 10 Rescue grade)

10.43. Salvage Sheets 3 4 R R % % 11 x3 m

10.43. Salvage Sheets 6 4 R R % % 12 x6 m

10.43. Overdrums. 6 R R % % 13

220 liter salvage 10.43. drums to fit into an 6 R R % % 14 over drum.

10.43. Chemical resistant 3 R R % % 15 Anti-Static Brooms

10.43. Chemical resistant 3 R R % % 16 squeegees

10.43. Foldable Drum 2 R R % % 17 Trolleys

10.43. Large Orange 18 R R % % 18 Traffic Cones

10.43. Set of vehicle 2 R R % % 19 Stabilising blocks

10.43. Portable battery 3 R R % % 20 operated LED Lighting system. (

329

Local Denomin ITEM ESTIMATE content ation of Foreign D UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITI (Excl.VAT) (Excl.VAT) exchang % ES e rate.

ATEX rated)

100kg Peat 10.43. Absorbents for 3 R R % % 21 Flammable liquids

Spill kit with pads, 10.43. cushions and 1 R R % % 22 booms.

25 litre 10.43. Degreaser/Emulsify 1 R R % % 23 ing Liquid for oil/diesel spills

100 kg Neutralising 10.43. Agent for Acids and 2 R R % % 24 Bases.

10.43. Plug & Patch kit 8 R R % % 25

Earthing Cables with clamps and 10.43. Spike suitable for 2 R R % % 26 gas/flammable liquid trucks and containers.

10.43. Pipe Sealing kit 2 R R % % 27

Tank sealing Kit 10.43. with all 2 R R % % 28 connections.

Flange Drain Bag 10.43. with all 1 R R % % 29 connections.

10.43. Vacuum Leak 1 R R % % 30 Drainage bag

Leak sealing lance 10.43. with all 2 R R % % 31 connections.

High Pressure leak 10.43. sealing hose, with 2 R R % % 32 all connections.

10.43. Manhole sealing 3 R R % % 33 bags with all

330

Local Denomin ITEM ESTIMATE content ation of Foreign D UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITI (Excl.VAT) (Excl.VAT) exchang % ES e rate.

connections.

10.43. Drain covers. 6 R R % % 34

10.43. Stormwater gully 6 R R % % 35 covers

Inflatable tank, pipe 10.43. and drum sealing 2 R R % % 36 kit

Floating booms, 3 10.43. meter for 6 R R % % 37 hydrocarbon product.

10.43. Drainage Gutter 2 R R % % 38 sets

Set Collection Containing Holders made from Glass Fibre Reinforced 10.43. polyester and come 2 R R % % 39 in a series of 9 stackable containers ranging from 170 l to 2540 liters.

Wet and Dry Drum 10.43. cover HEPA 1 R R % % 40 Vacuum (Air Driven)

10.43. Wet and Dry HEPA 1 R R % % 41 Vacuum (Electrical)

Manhole Cover 10.43. Lifters for heavy 1 R R % % 42 manholes.

10.43. External Dome 3 R R % % 43 Sealing Kit.

10.43. Emergency 2 R R % % 44 Chlorine Kit "A".

10.43. Emergency 2 R R % % 45 Chlorine Kit "B".

10.43. Emergency 1 R R % %

331

Local Denomin ITEM ESTIMATE content ation of Foreign D UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITI (Excl.VAT) (Excl.VAT) exchang % ES e rate.

46 Chlorine Kit "C".

Chlorine Institute 10.43. CHLOREP Device - 1 R R % % 47 Cylinder Valves

Chlorine Institute 10.43. CHLOREP Device - 1 R R % % 48 Cylinder Valves

Chlorine Institute 10.43. CHLOREP Device - 1 R R % % 49 Tank Car Valves

Sulphur Dioxide 10.43. Emergency Kit - 2 R R % % 50 Cylinders.

Sulphur Dioxide 10.43. Emergency Kit - 1 R R % % 51 Ton Containers.

Sulphur Dioxide 10.43. Emergency Kit - 1 R R % % 52 Tank Cars/Truck

Anhydrous 10.43. Ammonia Cylinder 1 R R % % 53 Kit

Anhydrous 10.43. Hydrogen Fluoride 1 R R % % 54 Tank Car Kit

Hazcat ID kit or 10.43. similar substance 2 R R % % 55 identification kit.

10.43. Multi Gas Test 2 R R % % 56 Tube detector

10.43. 1-5 Multigas % 2 R R 57 VOC/LEL Detector %

10.43. 4 Gas VOC/OX 2 R R % % 58 detectors

10.43. Gamma Radiation 2 R R % % 59 Detector

Portable long range 10.43. Infrared Heat 2 R R % % 60 detector

332

Local Denomin ITEM ESTIMATE content ation of Foreign D UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITI (Excl.VAT) (Excl.VAT) exchang % ES e rate.

Android based Ruggedized Laptop with Google Earth, 10.43. Cameo, Wizer and 1 R R % % 61 CHRIS manual, as well as software for the above gas detectors.

Weather station 10.43. linked to Cameo 1 R R % % 62 software.

10.43. Hazmat Guidebook 3 R R % % 63 ( SABS)

10.43. Binoculars 2 R R % % 64

10.43. 50 meter rolls of 12 R R % % 65 barrier tape.

10.43. Chemical burns first 3 R R % % 66 aid kit.

10.43. TETRA ATEX 6 R R % % 67 Radios

10.43. Safety handlamps 6 R R % % 68

Collapsible 10.43. decontamination 2 R R % % 69 showers

10.43. 4 piece Decon 3 R R % % 70 Hoops

Complete 2 line Decon Shelter with pneumatic or external folding frame, including:

10.43. Clean water 1 R R % % 71 bladder Decon Holding Tank

Water heater

Showers

333

Local Denomin ITEM ESTIMATE content ation of Foreign D UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITI (Excl.VAT) (Excl.VAT) exchang % ES e rate.

Decon mixer

Decon Transfer pump

Connection hoses

Decon Solutions A/B and C

Contaminated Equipment Holders

Complete 4 line % Mass % Decontamination System with pneumatic, or external folding frame for ambulatory and non-ambulatory victims, including:

Decon Holding Tank

10.43. Water heater 1 R R 72 Showers

Decon mixer

Decon Transfer pump

Connection hoses

Decon Solutions A/B and C

Contaminated Equipment Holders

Soft Brushes

2000 litre Bladder 10.43. Tanks for 2 R R % % 73 corrosives and flammable liquids

10.43. 6 KVA 3 phase 1 R R % % 74 Generator

334

Local Denomin ITEM ESTIMATE content ation of Foreign D UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITI (Excl.VAT) (Excl.VAT) exchang % ES e rate.

90 m Electric Extension Reel( 10.43. with waterproof and 1 R R % % 75 spark proof safety connections)

10.43. SAX320 Atex 1 R R % % 76 Ventilator

10.43. Peristaltic pump 1 R R % % 77

10.43. Football shape 30 R R % % 78 plugs

10.43. 38mm golf ball 30 R R % % 79 shaped plugs

Section 10 Total

15% VAT

TOTAL INCLUDING VAT

335

SECTION 11

ITEM Local Denomin content ation of Foreign ESTIMATED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITIES (Excl.VAT) (Excl.VAT) exchang % e rate.

HEAVY RESCUE 30% 11 1 R R % UNIT

Crew Cabin xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

Super Structure xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

Assembly xxxxxxxxx xxxxxxxxx xxxxxxxxx 100 % %

Value of Chassis 1 R R % % Component

Value of 1 Compressor R R % % Component

Value of 1 Superstructure R R % % Component

11.40. 150 mm x150 mm x 24 R R % % 1 3 m wooden shores

11.40. 150 mm x150 mm x 24 R R % % 1 3 m wooden shores

11.40. 150mm x 100mm 12 R R % % 2 wooden beams

11.40. 120mm x 20mm x 24 R R % % 3 3000mm planks

11.40. Cutheads 24 R R % % 4

11.40. Cribbing and 36 R R % % 5 stacking Wood

Wooden wedges. 11.40. (100mm x 100mm x 18 R R % % 6 400mm)

11.40. 12mm x 3m x 1.5m 12 R R % % 7 Marine ply boards

11.40. Carpenter Tool sets 6 R R % %

336

ITEM Local Denomin content ation of Foreign ESTIMATED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITIES (Excl.VAT) (Excl.VAT) exchang % e rate.

8 with tool belts.

11.40. Full Set of Spanners 1 R R % % 9 (up to 32)

Full set of sockets 11.40. and wrenches (Up to 1 R R % % 10 32)

11.40. LED work lights 12 R R % % 11

11.40. Hammers 12 R R % % 12

11.40. Nailing Guns 1 R R % % 13

11.40. Cordless Drills 2 R R % % 14

Pneumatic

11.40. Demolition/Jackham 2 R R % % 15(a) mers for Concrete breaking.

Electrical driven

11.40. Demolition/Jackham 2 R R % % 15(b) mers for Concrete breaking.

11.40. Hammer drills. 2 R R % % 16

2 sets (Up to

11.40. 100mm) Core Drills 2 sets R R % % 17 & Adaptors (Heavy Duty)

11.40. 2 sets Bi Metal hole 2 sets R R % % 18 saws (Up to 100mm)

Folding Workbench

11.40. with removable 1 R R % % 19 bench vice (200 mm opening).

337

ITEM Local Denomin content ation of Foreign ESTIMATED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITIES (Excl.VAT) (Excl.VAT) exchang % e rate.

11.40. Quicksaws 2 R R % % 20

11.40. Carborandum 2 R R % % 21 Cutters

11.40. Cordless Circular 2 R R % % 22 saws

Portable Circular 11.40. Saw with Work 1 R R % % 23 bench

11.40. Double bladed 2 R R % % 24 Rotary rescue saws

11.40. Battery Operated 2 R R % % 25 Rebar cutters

11.40. Power wrenches with 2 R R % % 26 adjustable sockets.

Torque converter 11.40. wheel spanners for 2 R R % % 27 truck wheels.

11.40. Tirfor tools (2 ton 6 R R % % 28 capacity with cable.)

11.40. Petrol driven 2 R R % % 30 Portable winch

Remote Auto locking Pneumatic strut with 11.40. all extensions to 6 R R % % 31 make a strut of up to 4500mm

11.40. Tilting Heads 18 R R % % 31.1

11.40. Swivel heads 36 R R % % 31.2

338

ITEM Local Denomin content ation of Foreign ESTIMATED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITIES (Excl.VAT) (Excl.VAT) exchang % e rate.

11.40. Cross Heads 36 R R % % 31.3

11.40. Beam Support heads 18 R R % % 31.4

11.40. V block heads 36 R R % % 31.5

11.40. Extensions for Raker 12 R R % % 31.6 bars

Pneumatic locknut locking struts with all

11.40. extensions to make a 12 R R % % 32.1 strut of up to 4500mm for follow up shoring,

11.40. % % Tilting Heads 18 R R 32.1

11.40. % % Swivel heads 36 R R 32.2

11.40. % % Cross Heads 36 R R 32.3

11.40. % % Beam Support heads 18 R R 32.4

11.40. % % V block heads 36 R R 32.5

11.40. Extensions for Raker % % 12 R R 32.6 bars

Sets Hydraulic Auto lock struts with all

11.40. extensions to make a 12 R R % % 33 strut of up to 4500mm with hand pump

11.40. Manual pin lock 12 R R % % 34 struts for follow up

339

ITEM Local Denomin content ation of Foreign ESTIMATED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITIES (Excl.VAT) (Excl.VAT) exchang % e rate.

shoring.

11.40. Concrete Chainsaws. 2 R R % % 35

11.40. Hydraulic Concrete 1 R R % % 36 saw.

11.40. Concrete drills 2 R R % % 37

11.40. Portable Oxy 2 R R % % 38 Acetylene set

11.40. Thermal Cutters/ 1 R R % % 39 Plasma Cutter

Complete Heavy Duty Jaws of Life with Push/Pull rams, telescopic rams, pedal cutter, Spreader, Cutter, 11.40. Wedge jack and 1 R R % % 40(a) Concrete breaker/chipper and chain set, and 4 x Heavy duty 20 ton Hydraulic Lifting jacks.

11.40. % Combi Tools 1 R R % 40(b)

Complete set of Self % Powered Hydraulic Rescue tools with 11.40. telescopic rams, 1 R R % 41 pedal cutter, Spreader, Cutter and Concrete breaker/chipper and

340

ITEM Local Denomin content ation of Foreign ESTIMATED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITIES (Excl.VAT) (Excl.VAT) exchang % e rate.

chain set.

11.40. Hydraulic Toe jacks % 2 R R % 42 with hand pump.

11.40. Heavy Motor Vehicle % 1 R R % 43 Rescue Platform.

11.40. Heavy Motor Vehicle % 2 R R % 44 Cab Restraining Kit

11.40. Airbag Restraining % 4 R R % 45 Kits

11.40. Rubble removing 6 R R % % 46 buckets

Extra thick rubble

11.40. removing tarpaulins 12 R R % % 47 (6m x 3 m with tie down eyes.)

Rubble removing % 11.40. chutes. (6m x 1 m 4 R R % 48 with tie down eyes.)

11.40. Heavy Duty Foldable % 36 R R % 49 spades

11.40. % Heavy Duty Spades 6 R R % 50

11.40. % Heavy Duty Shovels 6 R R % 51

Picks with % 11.40. plastic/rubber 6 R R % 52 handles

11.40. Sledge hammers % 6 R R % 53 with plastic handles

11.40. 4lb hammers with 6 R R % % 54 rubber/plastic

341

ITEM Local Denomin content ation of Foreign ESTIMATED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITIES (Excl.VAT) (Excl.VAT) exchang % e rate.

handles

Carbon Dioxide 11.40. Monitors with 2 R R % % 55 sampling tubes.

4 gas multi-gas

11.40. detectors for 2 R R % % 56 confined space rescue

11.40. Confined Space 1 R R % % 57 Communication Kit

11.40. Infra-red Levels with 2 R R % % 58 tripod.

Infrared range 11.40. finder/measuring 2 R R % % 59 tape.

11.40. Rescue tripods with 2 R R % % 60 winch.

11.40. % Auger Tool 2 R R % 61

11.40. % 1 x Slush pump 1 R R % 62

11.40. Confined Space % 2 R R % 63 Ventilator

22 ton Low Pressure % Pneumatic lift bags

11.40. with floating harness, 1 R R % 64 and all regulators and fittings, including hose.

High Pressure % 11.40. 1 R R % 65 Pneumatic lift bags (7 ton /24 ton and 70

342

ITEM Local Denomin content ation of Foreign ESTIMATED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITIES (Excl.VAT) (Excl.VAT) exchang % e rate.

ton) with all regulators and fittings, including hose.

Round interlocking % High Pressure lifting

11.40. bags (50 ton) and all 2 R R % 66 regulators and fittings, including hose.

11.40. 6 mx6 m Salvage 6 R R % % 67 Sheets

11.40. 3 mx3 m Salvage 45 R R % % 68 Sheets

11.40. Portable Ventilators, 2 R R % % 69 with hanging bars

60m x 18mm

11.40. Reinforced rubber 1 R R % % 70 Hose pipe and sprinkler on reel.

Large Diameter wheeled 11.40. Wheelbarrows with 2 R R % % 71 polyethylene/propyle ne bins.

11.40. Airline trolleys( % 1 R R % 72 Drager Compatible)

11.40. 4 hour rebreather % 4 R R % 73 sets

11.40. SCBA Escape sets( % 6 R R % 74 Drager Compatible)

343

ITEM Local Denomin content ation of Foreign ESTIMATED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTITIES (Excl.VAT) (Excl.VAT) exchang % e rate.

11.40. Thermal imaging % 4 R R % 75 cameras

11.40. % 100m utility rope 5 R R % 76

11.40. Road closing % 4 R R % 77 concertina barriers

Battery operated 11.40. portable LED flood 12 R R % % 78 lights.

11.40. Trolley waste bins 2 R R % % 79

11.40. Drum Trolley. 1 R R % % 80

Section 11Total

15% VAT

TOTAL INCLUDING VAT

344

SECTION 12

Local Denominat ITEM ESTIMA content ion of Foreign TED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTI (Excl.VAT) (Excl.VAT) exchange % TIES rate.

ALL TERRAIN 30% WATER AND HIGH 12 3 R R % ANGLE RESCUE VEHICLE

xxxxxx 100 % Crew Cabin xxxxxxxx xxxxxxxx % xx

xxxxxx 100 % Super Structure xxxxxxxx xxxxxxxx % xx

xxxxxx 100 % Assembly xxxxxxxxx xxxxxxxxx % xxx

Value of Chassis % 3 R R % Component

Value of % Superstructure 3 R R % Conversion Component

National Fire % Protection Association (NFPA) approved roof ladder, mounted 12.45. horizontally on the top 3 R R % 1 of the vehicle on a suitable purpose made gantry,

12.45. % 2.8 m Ceiling hooks 6 R R % 2

12.45. % Flat headed axe 6 R R % 3

12.45. % Pry Axe 6 R R % 4

12.45. Halligan Tool 6 R R % % 5

12.45. Rubber Mallet 6 R R % % 6

12.45. 6 R R % % 7 4lb Hammer

Battery operated 12.45. 3 R R % % combi tool,

345

Local Denominat ITEM ESTIMA content ion of Foreign TED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTI (Excl.VAT) (Excl.VAT) exchange % TIES rate.

8

12.45. 6 R R % % 9 Koevoet,

12.45. 6 R R % % 10 Bow saw,

12.45. 6 R R % % 11 Hacksaw,

Reciprocating saw( 12.45. battery operated), with 6 R R % % 12 charger and spare battery 12.45. % 6 R R % 13 Plumber wrenches,

12.45. 100 m x Utility Rope % 6 R R % 14

12.45. % Chainsaw 3 R R % 15

Heavy duty 3mx 3m % 12.45. PVC salvage sheet, 6 R R % 16 with tie down holes

12.45. Safety Fuel Cans(10 % 6 R R % 17 liter capacity each)

Set of heavy duty % 12.45. wheel chocks, suitable 6 R R % 18 for the vehicle as offered.

High lift jack with 12.45. footplate and wheel 3 R R % % 19 buddy.

Low Pressure airbag (6 tons capacity) with 12.45. all regulators, controls 3 R R % % 20 and fittings including hose.

Set of 31 m x Inflatable Rescue Paths 12.45. (Combination of 6m; 3 R R % % 21 10m and 15m) including all fittings and regulators.

346

Local Denominat ITEM ESTIMA content ion of Foreign TED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTI (Excl.VAT) (Excl.VAT) exchange % TIES rate.

12.45. Confined Space 3 R R % % 22 harnesses, 12.45. 3 R R % % 23 Rescue tripods,

12.45. Hand winch for tripod 3 R R % % 24 12.45. Confined space 3 R R % % 25 ventilator , 12.45. 6 R R % % 26 SKED stretcher,

12.45. % 6 R R % 27 Basket stretcher,

12.45. % 6 R R % 28 Rope thrower,

12.45. % Rescue catch net, 6 R R % 29 12.45. % Confined space 9 R R % 30 helmets, 12.45. % Gas detectors for 9 R R % 31 confined spaces, 12.45. % 3 R R % 32 AC/DC detector,

12.45. % 12 R R % 33 Traffic Cones.,

12.45. % Remote Search 3 R R % 34 camera, 12.45. % Thermal Imaging 6 R R % 35 camera. 12.45. % Inflatable boats( Croc 6 R R % 36 or similar) 12.45. 18 R R % % 37 Oars

12.45. Personal Flotation 18 R R % % 38 Devices 30m x 100mm 12.45. Inflatable hoses with 12 R R % % 39 tie down ropes, regulator and hoses.

347

Local Denominat ITEM ESTIMA content ion of Foreign TED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTI (Excl.VAT) (Excl.VAT) exchange % TIES rate.

12.45. Floating Throw ropes 8 R R % % 40 in bags ropes, 12.45. 12 R R % % 41 Swift water helmets,

12.45. 9 R R % % 42 Torpedo rescue buoys,

12.45. 9 R R % % 43 Round throw buoys

12.45. Automatic 3 R R % % 44 Defibrillator, 12.45. B.A compatible % 3 R R % 45 Portable Resuscitator set, 12.45. % Battery Operated 3 R R % 46 Suction Unit 12.45. % Fully equipped ILS 3 R R % 47 Jump Bag, 12.45. % 3 R R % 48 Floating markers,

12.45. % 3 R R % 49 Helicopter collars.

12.45. 150 m x 12mm Non % 6 R R % 50 static Kernmantle ropes, 12.45. High Angle rescue 6 R R % % 51 harnesses, 12.45. Rescue Anchor Straps 6 R R % % 52

12.45. Rescue Pick Off Strap 6 R R % % 53

12.45. Load Release Strap 6 R R % % 54

12.45. Adjustable anchor 6 R R % % 55 strap

12.45. Shoulder straps for % 6 R R % 56 rope clamp

Tool holder for % 12.45. organizing gear on a 6 R R % 57 harness

348

Local Denominat ITEM ESTIMA content ion of Foreign TED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTI (Excl.VAT) (Excl.VAT) exchange % TIES rate.

12.45. Rope rescue % 6 R R % 58 equipment bags

12.45. Rescue etrier with tie- % 6 R R % 59 in.

12.45. % Gear sling 6 R R % 60

Special rescue % 12.45. harness: Triangle with 6 R R % 61 shoulder straps

12.45. Utility loops, 0,6 m 9 R R % % 62

12.45. 100m Rescue Rope( 6 R R % % 63 11 mm) Kernmantle

12.45. 100m Rescue Rope( 6 R R % % 64 11mm)Static

12.45. 100m Rescue Rope( 3 R R % % 65(a) 13 mm) Kernmantle

12.45. 100m Rescue Rope( 3 R R % % 65(b) 13 mm)Static

Large opening steel 12.45. carabiners- D ring 9 R R % % 66 shaped

12.45. Locking semi-circle 9 R R % % 67 carabiner

Large opening steel 12.45. carabiners- pear 9 R R % % 68 shaped

Large opening steel % 12.45. carabiners- oval 9 R R % 69 shaped

Directional connector % 12.45. with large gate 9 R R % 70 opening and automatic locking

12.45. % Steel O-ring 9 R R % 71

12.45. % Quick Link 9 R R % 72

349

Local Denominat ITEM ESTIMA content ion of Foreign TED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTI (Excl.VAT) (Excl.VAT) exchange % TIES rate.

12.45. % Rescue Pulleys 9 R R % 73

12.45. High efficient self- % 9 R R % 74 jamming pulley

12.45. Lightweight swing % 9 R R % 75 sided pulley

12.45. Double swing sided % 9 R R % 76 prussic pulley

High efficient double % 12.45. swing sided Prussik 9 R R % 77 pulley

12.45. Tandem cable pulleys % 9 R R % 78 for Tyrolean traverse

12.45. Swing sided rescue 9 R R % % 79 pulley

12.45. Knot passing pulley 9 R R % % 80

12.45. Rescue Brake Bar 9 R R % % 81 Racks

12.45. Fig of 8 Descender 18 R R % % 82 with ears.

12.45. Controlled Rate 9 R R % % 83 Descender

Self-braking 12.45. descender and belay 9 R R % % 84 device(single rope)

12.45. Rescue 9 R R % % 85 Ascenders(cam)

Ascenders(handled) 12.45. Left and right handed 9 R R % % 86 options

12.45. Chest mount rope % 6 R R % 87 clamp/grab

12.45. Foot mounted rope % 6 R R % 88 clamp

12.45. Rescue swivel large % 9 R R % 89 opening

12.45. Emergency rope 6 R R % %

350

Local Denominat ITEM ESTIMA content ion of Foreign TED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTI (Excl.VAT) (Excl.VAT) exchange % TIES rate.

90 clamp

12.45. % Edge Protectors 12 R R % 91

12.45. % Rescue swivel 12 R R % 92

12.45. % Rigger Plates 12 R R % 93

12.45. Anchor multiplying % 12 R R % 94 plate (cat paw)

12.45. Compact adjustable % 6 R R % 95 lanyard (3 meter)

Adjustable lanyard 12.45. with hook connector (3 6 R R % % 96 meter)

Compact adjustable 12.45. lanyard with hook 6 R R % % 97 connector (5 meter)

Adjustable lanyard 12.45. with Large hook 6 R R % % 98 connector (3m)

Nonadjustable 12.45. dynamic rope 6 R R % % 99 lanyard(1 m)

Non Adjustable 12.45. dynamic rope lanyard 6 R R % % 100 with Large hook connector (1.5m)

12.45. Energy absorbers 6 R R % % 101 webbing lanyard

Y shaped Energy 12.45. absorbers webbing 6 R R % % 102 lanyard and 2 large opening connectors

Asymmetrical Y 12.45. shaped lanyard- flat 6 R R % % 103 sewn webbing

12.45. % Mobile fall arrestors 6 R R % 104

Self-braking Single % 12.45. 6 R R % rope descender/belay

351

Local Denominat ITEM ESTIMA content ion of Foreign TED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTI (Excl.VAT) (Excl.VAT) exchange % TIES rate.

105 device

Self-braking Single % 12.45. rope descender/belay 6 R R % 106 device( for inclined surfaces)

12.45. Self-braking single % 6 R R % 107 rope descender.

12.45. Adjustable webbing % 9 R R % 108 foot loop

12.45. % 3 m Webbing 12 R R % 109

12.45. % 3m Prussik Cord 7mm 12 R R % 110

12.45. % 6m Prussik Cord 7mm 9 R R % 111

12.45. % 3m Prussik Cord 8mm 9 R R % 112

12.45. 6m Prussik Cord 8mm 30 R R % % 113

12.45. 3m Prussik Cord 9mm 30 R R % % 114

12.45. 6m Prussik Cord 9mm 30 R R % % 115

12.45. Adjustable Positioning 30 R R % % 116 Lanyard

12.45. Tie Back Lanyard 9 R R % % 117

12.45. Bypass Lanyard 9 R R % % 118

12.45. Folding spades, 12 R R % % 119

12.45. Air Traffic radio 3 R R % % 120

12.45. Mobile Off Road % 18 R R % 121 Rescue Unit radios, with vehicle charger 12.45. % 3 R R % 122 White board,

352

Local Denominat ITEM ESTIMA content ion of Foreign TED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTI (Excl.VAT) (Excl.VAT) exchange % TIES rate.

12.45. % 9 R R % 123 Portable Searchlights,

12.45. 400w LED balloon % 3 R R % 124 lights with foldable stands 12.45. Cartridge 1 burner gas % 3 R R % 125 stove in protective case Rechargeable, IP67 % 12.45. floating torches, with 12 R R % 126 charger and spare batteries. LED headlamps( 12.45. submersible and 18 R R % % 127 suitable for search and rescue) 12.45. % 3 sets R R % 128 Set of Mud planks,

12.45. % 3 R R % 129 12 ton recovery slings,

12.45. % 3 R R % 130 12 ton snatch ropes,

12.45. % 3 R R % 131 Winch blanket,

12.45. % 3 R R % 132 Mud anchor,

12.45. % 3 R R % 133 Snatch block,

12.45. Reusable Helium 3 R R % % 134 marker balloon and canister on roof winch, 12.45. 3 R R % % 135 Night binoculars,

12.45. 18 R R % % 136 Reflective vests.

12.45. 3 R R % % 137 Folding table,

12.45. 12 R R % % 138 Folding chairs.

12.45. Smoke grenades,( all 3 sets R R % % 139 emergency signalling colours)

353

Local Denominat ITEM ESTIMA content ion of Foreign TED UNIT PRICE TOTAL NO. DESCRIPTION % Foreign content QUANTI (Excl.VAT) (Excl.VAT) exchange % TIES rate.

12.45. Helicopter docking 3 R R % % 140 signal, 12.45. Helicopter landing 3 R R % % 141 lights. 12.45. % 3 R R % 142 7000 watt Inverter

Android Mobile Data % 12.45. Terminal (Ruggedized 3 R R % 143 Laptop) with GPS and TRACKS for Africa. 12.45. % 3 R R % 144 Satellite phone

12.45. % Portable Hikers GPS’s 6 R R % 145 for search and rescue 12.45. Topographic maps for % 3 R R % 146 Gauteng covered with writable plastic 12.45. Rapid deployment 4 % 3 R R % 147 man canvas tents( Oz Tent or similar) 12.45. Portable chemical 3 R R % % 148 toilets, 12.45. 3 R R % % 149 Toilet tents

Section 12 Total

15% VAT

TOTAL INCLUDING VAT

354

SECTION 13 Non DTI determination

Denomi ITEM ESTIMAT nation Foreign ED UNIT PRICE of NO. DESCRIPTION TOTAL (Excl.VAT) content QUANTIT (Excl.VAT) Foreign % IES exchan ge rate.

PRIME MOVER 13 VEHICLE/CRANE TRUCK

Value of Chassis 1 R R % Component

Value of Crane 1 R R % and Hooklift

Value of conversion of 1 R R % vehicle

Hooklift Trailer 4 R R %

Section 13 Total

15% VAT

TOTAL INCLUDING VAT

355

SECTION 14 Non DTI determination

Denomi ITEM ESTIMA nation Foreign TED UNIT PRICE of NO. DESCRIPTION TOTAL (Excl.VAT) content QUANTI (Excl.VAT) Foreign % TIES exchan ge rate.

HI VOLUME WATER SUPPLY AND RELAY SYSTEM

14.2.1 PUMP UNIT ON SKID. 2 R R %

HOSE LAYING 14.7 CONTAINER ON 12 R R % SKID

HOSE RECOVERY 14.8 2 R R % UNIT

AUTOMATIC HOSE FLAKING MACHINE 14.9 12 R R % AND HOSE LAYING CONTAINER

DUAL CONTAINER 14.10 3 R R % SKID

INTERCOM/ REAR 14.11 2 R R % VIEW CAMERA

300 MM RUBBER xxxxxx xxxxxxxxx xxxxx xxxxxx 14.12 HOSE with couplings xxx

14.12.1 10m 6 R R %

14.12.1 20m 6 R R %

14.12.1 50m 12 R R %

14.12.1 100m 12 R R %

14.12.1 150m 84 R R %

250 MM RUBBER xxxxxx xxxxxxxxx xxxxx xxxxxx 14.13 HOSE with couplings xxx

14.13 10m 12 R R %

14.13 20m 12 R R %

14.13 50m 24 R R %

14.13 100m 24 R R %

14.13 150m 24 R R %

xxxxxx xxxxxxxxx xxxxx xxxxxx 14.14 HARDWARE xxx

356

Denomi ITEM ESTIMA nation Foreign TED UNIT PRICE of NO. DESCRIPTION TOTAL (Excl.VAT) content QUANTI (Excl.VAT) Foreign % TIES exchan ge rate.

14.14.1 Hose bridges 6 R R %

14.14.2 Large Diameter hose 6 R R % ramps.

14.14.3 Spanners 12 R R %

14.14.4 Gate valve 252 mm 2 R R %

14.14.5 Manifold divider 2 (gated) 300mm x 4 x R R % 115 mm

14.14.6 Manifold divider 2 R R % (gated) 252 mm

14.14.7 Manifold divider 2 (gated) 300mm x 8 x R R % 115mm

14.14.8 Open manifold Divider 2 (gated) 252 mm x 6 x R R % 115mm

14.14.9 Open manifold Divider 2 (gated) 252 mm x 4 x R R % 115mm

14.14.1 Open manifold Divider 2 R R % 0 (gated) 300mm

14.14.1 2 Y- Piece 252 mm R R % 1

14.14.1 Y- Piece 300 mm x 2 2 R R % 2 x 252mm

14.14.1 Adaptors 250mm to 2 R R % 3 115mm

14.14.1 Adaptors 300mm to 2 R R % 4 250mm

14.14.1 Adaptors250mm to 2 R R % 5 150mm

14.14.1 Non return valves. 252 2 R R % 6 mm

357

Denomi ITEM ESTIMA nation Foreign TED UNIT PRICE of NO. DESCRIPTION TOTAL (Excl.VAT) content QUANTI (Excl.VAT) Foreign % TIES exchan ge rate.

14.14.1 Non return valves 2 R R % 7 300mm

OFFROAD TRAILER 14.15 4 R R % FOR HARDWARE

HOSE RAMP BOX 14.16 2 R R % CONTAINER

HOSE RAMP BOX 14.17 CONTAINER 4 R R % TRAILER

CONTAINER 14.18 4 R R % TRAILER

Section 14 Total

15% VAT

TOTAL INCLUDING VAT

358

SECTION 15 Non DTI determination

Denom ITE ination ESTIMAT Foreig M of ED UNIT PRICE n DESCRIPTION TOTAL (Excl.VAT) Foreig NO. QUANTIT (Excl.VAT) content n IES % exchan ge rate.

DIESEL 15 3 R R % REFUELLING UNIT

Section 15 Total

15% VAT

TOTAL INCLUDING VAT

SECTION 16 Non DTI determination

Denom ination ITEM ESTIMA Foreig of TED UNIT PRICE n NO. DESCRIPTION TOTAL (Excl.VAT) Foreig QUANTI (Excl.VAT) content n TIES % exchan ge rate.

DRY/WET VACUUM 16 3 R R % RESCUE TRUCK

Section 16 Total

15% VAT

TOTAL INCLUDING VAT

359

SECTION 17 Non DTI determination

Denomi ITEM ESTIMAT nation Foreig ED UNIT PRICE of n NO. DESCRIPTION TOTAL (Excl.VAT) QUANTIT (Excl.VAT) Foreign content IES exchan % ge rate.

17 MOBILE TOILET 3 R R %

Section 17 Total

15% VAT

TOTAL INCLUDING

360

SECTION 18

Local Denom content ination ITEM ESTIMAT Foreig % of ED UNIT PRICE n NO. DESCRIPTION TOTAL (Excl.VAT) Foreig QUANTIT (Excl.VAT) content n IES % exchan ge rate

LIGHT RESCUE 30% 18 3 PUMPER

Crew Cabin xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

Super Structure xxxxxxxx xxxxxxxx xxxxxxxx 100 % %

xxxxxxxx 100 % Assembly xxxxxxxxx xxxxxxxxx % x

Value of Chassis 3 R R % % component

Value of pump 3 R R % % component

Value of Superstructure 3 R R % % component

18.40.1 1 x Roof ladder 3 R R % %

2 x Three meter 18.40.2 hard suction 6 R R % % hoses.

1 x 2.8 m ceiling 18.40.3 3 R R % % hook

1 x Flat headed 18.40.4 3 R R % % axe.

1 x Pick headed axe, 18.40.5 manufactured 3 R R % % for the fire service.

18.40.6 1 x Pry Axe. 3 R R % %

1 x Halligan 18.40.7 3 R R % % Tool.

1 x 2.5 kva 18.40.8 3 R R % % Generator.

1 x Electrical 18.40.9 reel with 30m 3 R R % % cable.

361

Local Denomi ITEM ESTIMAT content nation Foreign ED UNIT PRICE NO. DESCRIPTION TOTAL (Excl.VAT) % of content QUANTIT (Excl.VAT) Foreign % IES content

1 x 18.40. Carborundum 3 R R % % 10 Cutter.

1 x Chainsaw 18.40. with 720 mm 3 R R % % 11 blade.

1 x Bayonette 18.40. type Standpipe, 3 R R % % 12 key and bar.

1 x LRT thread 18.40. type Standpipe, 3 R R % % 13 key and bar.

18.40. 1 x LVT thread 3 R R % % 14 type standpipe.

18.40. 1 x Pretoria type 3 R R % % 15 hydrant adaptor.

18.40. 1 x Fourway 3 R R % % 16 hydrant Key

18.40. 1 x Hydrant 3 R R % % 17 Wheel

2 x 23m x 38mm Type 3 fire hose with BI couplings 18.40. with 85 lpm to 6 R R % % 18 400 lpm adjustable nozzle with foam attachment.

1 x Heavy duty 3mx 3m PVC 18.40. salvage sheet, 3 R R % % 19 with tie down holes

362

Local Denom ITEM ESTIMAT content ination Foreig DESCRIPTIO ED UNIT PRICE % of n NO. TOTAL (Excl.VAT) N QUANTIT (Excl.VAT) Foreig content IES n % content

18.40. 2 x 9kg DCP 6 R R % % 20 extinguishers

2 x 6.9 kg 18.40. Carbon 6 R R % % 22 Dioxide extinguishers

1 x Safety Fuel 18.40. Cans(10 liter 3 R R % % 23 capacity each)

1 set Heavy duty wheel 18.40. chocks, 3 R R % % 24 suitable for the vehicle as offered.

18.40. 1 x Spade 3 R R % % 25

2 x Heavy duty 18.40. Industrial 6 R R % % 26 broom

18.40. 1 x 800mm 3 R R % % 27 Crow bar

1 x Medium bolt cutter( 18.40. Solid arms and 3 R R % % 28 replaceable blades)

18.40. 1 x 1.8kg 3 R R % % 29 hammer

18.40. 1 x Sledge 3 R R % % 30 hammer

14 x 450 mm Road Traffic 18.40. Cones with 42 R R % % 31 reflective sleeve.

18.40. 1 x Sill 3 R R % % 32 shortening tool

18.40. 1 x Vehicle 3 R R % % 33 Stabilisation kit

363

Local Denomi ITEM ESTIMA content nation Foreign DESCRIPT TED UNIT PRICE NO. TOTAL (Excl.VAT) % of content ION QUANTI (Excl.VAT) Foreign % TIES content

1 x 18.40 Confined 3 R R % % .34 Space ventilator

18.40 2 x SRS 6 R R % % .35 protector

1 x Glass 18.40 Manageme 3 R R % % .36 nt Kit

1 set Soft 18.40 Edge 3 R R % % .37 Protection

1 set Steps 18.40 and 3 R R % % .38 Chocks

1 x Patient 18.40 protection 3 R R % % .39 shield

1 x Basket 18.40 Stretcher 3 R R % % .40 with lifting bridle.

1 x 18.40 Complete 3 R R % % .41 ILS jump bag

364

1 set 18.40 Heavy duty 3 R R % % .42 wheel chocks,

1 set Round 18.40 interlocking 3 R R % % .43 High Pressure lifting bags

1 set Battery 18.40 operated 3 R R % % .44 hydraulic rescue set

Section 18 Total R R

15% VAT

TOTAL INCLUDING VAT

365

NB: PLEASE NOTE:

CONSUMER PRICE INDEX PERIOD ONE (01)

 BID PRICE(S) MUST BE FIXED FOR THE FIRST 12 MONTHS AFTER THE BASE MONTH WITH BASE MONTH BEING ONE MONTH PRIOR TO CLOSING OF BID

PERIOD TWO (02)

 BID PRICE(S) IS/ARE SUBJECT TO ESCALATION OF CPI FOR THE FOLLOWING 12 MONTHS WITH THE BASE MONTH BEING THE 12th MONTH OF PERIOD ONE (01)

PERIOD THREE (03)

 BID PRICE(S) IS/ARE SUBJECT TO ESCALATION OF CPI FOR THE REMAINING PERIOD WITH THE BASE MONTH BEING THE 12th MONTH OF PERIOD TWO (02)

Bidders should note that the above quantities are for evaluation purpose only. This bid shall be evaluated per section and CoE’s intention is to award to more than one bidder. Delivery period must be not more than 11 Months from date of order. If any portion of the bid contains imported goods, that portion must be indicated (%) and based on a rate of exchange indicated below, for evaluation purposes.

 1 US $ = R14.50

 1 Euro = R17.00

 1 British pound = R18.00 Prices for orders will be based on the exchange rate on date of order. Any forward cover will be for the account of the successful bidder.

366

PLEASE NOTE: As this bid is estimated to exceed a rand value of R10 million (VAT, escalation and contingencies included), all bidders are required to furnish, - (1) If a bidder is a registered company required by law to have its annual financial statements audited or independently reviewed in compliance with the requirements of the Companies Act ,Act No.71 of 2008, or any other law, audited or independently reviewed annual financial statements, as the case may be, prepared within six (6) months of the end of the bidders most recent financial year together with the audited or independently reviewed annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted. (2) If a bidder is a registered close corporation, annual financial statements in compliance with the provisions of the Close Corporations Act, Act No. 69 of 1984, prepared within nine (9) months of the end of the bidders most recent financial year together with the annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted. (3) Annual financial statements submitted must comply with the requirements of the Companies Act or the Close Corporations Act. (4) If the bidder only commenced business within the past three years, the bidder is required to submit annual financial statements in compliance with the provisions of (1) and (2) above for each of its financial years since commencing business. If a bidder is not required by law to have its annual financial statements audited or independently reviewed, or is not a Close Corporation, then non-audited annual financial statements for the periods referred to above must be submitted

Signature of person authorised to sign bid documents

Name in block letters

Designation Date

367

FORM “L”

CITY OF EKURHULENI GENERAL CONDITIONS OF CONTRACT

1. Definitions

The following terms shall be interpreted as indicated: 1.1 “Closing time” means the date and hour specified in the bidding documents for the receipt of bids. 1.2 “Contract” means the written agreement as contained in the bidding documents, including all attachments and appendices thereto and all documents incorporated by reference therein that comes into existence between the Municipality and the successful bidder on acceptance of the bid by way of a letter of acceptance. 1.3 “Contract price” means the price payable to the supplier under the contract for the full and proper performance of his contractual obligations. 1.4 “Corrupt activities” means any corrupt activities as contemplated in the Prevention and Combating of Corrupt Activities Act 2004 (Act no. 12 of 2004) 1.5 “Countervailing duties” are imposed in cases where an enterprise abroad is subsidized by its government and encouraged to market its products internationally. 1.6 “Country of origin” means the place where the goods were mined, grown or produced or from which the services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembly of components, a commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from its components. 1.7 “Day” means calendar day. 1.8 “Delivery” means delivery in compliance of the conditions of the contract or order. 1.9 “Dumping” occurs when a private enterprise abroad markets its goods on own initiative in the RSA at lower prices than that of the country of origin and which have the potential to harm the local industries in the RSA. 1.10 ”Force majeure” means an event beyond the control of the supplier and not involving the supplier’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes. 1.11 “GCC” means the General Conditions of Contract. 1.12 “Goods” means all of the equipment, machinery, and/or other materials that the supplier is required to supply to the purchaser under the contract. 1.13 “Imported content” means that portion of the bidding price represented by the cost of components, parts or materials which have been or are still to be imported (whether by the supplier or his subcontractors) and which costs are inclusive of the costs abroad, plus freight and other direct importation costs such as landing costs, dock dues, import duty, sales duty or other similar tax or duty at the South African place of entry.

368

1.14 “Local content” means that portion of the bidding price, which is not included in the imported content, provided that local manufacture does take place. 1.15 “Manufacture” means the production of products in a factory using labour, materials, components and machinery and includes other related value-adding activities. 1.16 “Order” means an official written order issued for the supply of goods or works or the rendering of a service. 1.17 “Purchaser” means the organization purchasing the goods. 1.18 “Republic” means the Republic of South Africa. 1.19 “SCC” means the Special Conditions of Contract. 1.20 “SCM” means Supply Chain Management. 1.21 “Services” means those functional services ancillary to the supply of the goods, such as transportation and any other incidental services, such as installation, commissioning, provision of technical assistance, training, catering, gardening, security, maintenance and other such obligations of the supplier covered under the contract. 1.22 “Supplier” means the successful bidder who is awarded the contract to maintain and administer the required and specified service(s) to the State. 1.23 “Written” or “in writing” means hand-written in ink or any form of electronic or mechanical writing.

2. Application 2.1 These general conditions are applicable to all bids, contracts and orders including bids for functional and professional services (excluding professional services related to the building and construction industry), sales, hiring, letting and the granting or acquiring of rights, but excluding immovable property, unless otherwise indicated in the bidding documents. 2.2 Where applicable, special conditions of contract are also laid down to cover specific goods, services or works. 2.3 Where such special conditions of contract are in conflict with these general conditions, the special conditions shall apply.

3. General 3.1 Unless otherwise indicated in the bidding documents, the purchaser shall not be liable for any expense incurred in the preparation and submission of a bid. Where applicable a non- refundable fee for documents may be charged. 3.2 Invitations to bid are usually published in locally distributed news media, the municipality/municipal entity website and the eTender Publication Portal.

4. Standards The goods supplied shall conform to the standards mentioned in the bidding documents and specifications.

5. Use of contract documents and information inspection 5.1 The supplier shall not, without the purchaser’s prior written consent, disclose the contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or

369

information furnished by or on behalf of the purchaser in connection therewith, to any person other than a person employed by the supplier in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The supplier shall not, without the purchaser’s prior written consent, make use of any document or information mentioned in GCC clause 5.1 except for purposes of performing the contract. 5.3 Any document, other than the contract itself mentioned in GCC clause 5.1 shall remain the property of the purchaser and shall be returned (all copies) to the purchaser on completion of the supplier’s performance under the contract if so required by the purchaser. 5.4 The supplier shall permit the purchaser to inspect the supplier’s records relating to the performance of the supplier and to have them audited by auditors appointed by the purchaser, if so required by the purchaser.

6. Patent Rights and Copyright 6.1 The supplier shall indemnify the purchaser against all third-party claims for infringement of patents, copyright, trademarks, or industrial design rights arising from use of the goods or any part thereof by the purchaser. 6.2 The ownership of any intellectual property, i.e. patents, copyright, trademarks and industrial design, developed by the supplier within the scope of this contract shall vest in the purchaser.

7. Performance security 7.1 Within thirty (30) days of receipt of the notification of contract award, the successful bidder shall furnish to the purchaser performance security in the amount specified in SCC. 7.2 The proceeds of the performance security shall be payable to the purchaser as compensation for any loss resulting from the supplier’s failure to complete his obligations under the contract. 7.3 The performance security shall be denominated in the currency of the contract, or in a freely convertible currency acceptable to the purchaser and shall be in one of the following forms: (a) a bank guarantee or an irrevocable letter of credit issued by a reputable bank located in the purchaser’s country or abroad, acceptable to the purchaser, in the form provided in the bidding documents or another form acceptable to the purchaser; or (b) a cashier’s or certified cheque 7.4 The performance security will be discharged by the purchaser and returned to the supplier not later than thirty (30) days following the date of completion of the supplier’s performance obligations under the contract, including any warranty obligations, unless otherwise specified.

8. Inspections, tests and analyses 8.1 All pre-bidding testing will be for the account of the bidder.

370

8.2 If it is a bid condition that goods to be produced or services to be rendered should at any stage be subject to inspections, tests and analyses, the bidder or contractor’s premises shall be open, at all reasonable hours, for inspection by a representative of the purchaser or organization acting on behalf of the purchaser. 8.3 If there are no inspection requirements indicated in the bidding documents and no mention is made in the contract, but during the contract period it is decided that inspections shall be carried out, the purchaser shall itself make the necessary arrangements, including payment arrangements with the testing authority concerned. 8.4 If the inspections, tests and analyses referred to in clauses 8.2 and 8.3 show the goods to be in accordance with the contract requirements, the cost of the inspections, tests and analyses shall be defrayed by the purchaser. 8.5 Where the goods or services referred to in clauses 8.2 and 8.3 do not comply with the contract requirements, irrespective of whether such goods or services are accepted or not, the cost in connection with these inspections, tests or analyses shall be defrayed by the supplier. 8.6 Goods and services which are referred to in clauses 8.2 and 8.3 and which do not comply with the contract requirements may be rejected. 8.7 Any contract goods may on or after delivery be inspected, tested or analysed and may be rejected if found not to comply with the requirements of the contract. Such rejected goods shall be held at the cost and risk of the supplier who shall, when called upon, remove them immediately at his own cost and forthwith substitute them with goods which do comply with the requirements of the contract. Failing such removal the rejected goods shall be returned at the suppliers cost and risk. Should the supplier fail to provide the substitute goods forthwith, the purchaser may, without giving the supplier further opportunity to substitute the rejected goods, purchase such goods as may be necessary at the expense of the supplier. 8.8 The provisions of clauses 8.4 to 8.7 shall not prejudice the right of the purchaser to cancel the contract on account of a breach of the conditions thereof, or to act in terms of Clause 22 of GCC.

9. Packing 9.1 The supplier shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packing, case size and weights shall take into consideration, where appropriate, the remoteness of the goods’ final destination and the absence of heavy handling facilities at all points in transit. 9.2 The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the contract, including additional requirements, if any, and in any subsequent instructions ordered by the purchaser.

10. Delivery and documents Delivery of the goods and arrangements for shipping and clearance obligations, shall be made by the supplier in accordance with the terms specified in the contract.

371

11. Insurance The goods supplied under the contract shall be fully insured in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified.

12. Transportation Should a price other than an all-inclusive delivered price be required, this shall be specified.

13. Incidental Services 13.1 The supplier may be required to provide any or all of the following services, including additional services, if any: (a) performance or supervision of on-site assembly and/or commissioning of the supplied goods; (b) furnishing of tools required for assembly and/or maintenance of the supplied goods; (c) furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied goods; (d) performance or supervision or maintenance and/or repair of the supplied goods, for a period of time agreed by the parties, provided that this service shall not relieve the supplier of any warranty obligations under this contract; and (e) training of the purchaser’s personnel, at the supplier’s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied goods. 13.2 Prices charged by the supplier for incidental services, if not included in the contract price for the goods or services, shall be agreed upon in advance by the parties before it is provided and shall not exceed the prevailing rates charged to other parties by the supplier for similar goods or services.

14. Spare parts 14.1 As specified, the supplier may be required to provide any or all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the supplier: (a) such spare parts as the purchaser may elect to purchase from the supplier, provided that this election shall not relieve the supplier of any warranty obligations under the contract; and (b) in the event of termination of production of the spare parts: (i) advance notification to the purchaser of the pending termination, in sufficient time to permit the purchaser to procure needed requirements; and (ii) following such termination, furnishing at no cost to the purchaser, the blueprints, drawings, and specifications of the spare parts, if requested.

15. Warranty 15.1 The supplier warrants that the goods supplied under the contract are new, unused, of the most recent or current models, and that they incorporate all recent improvements in design and materials unless provided otherwise in the contract. The supplier further warrants that all goods supplied under this contract shall have no defect, arising from design, materials, or workmanship (except when the design and/or material is required by the purchaser’s

372

specifications) or from any act or omission of the supplier, that may develop under normal use of the supplied goods in the conditions prevailing in the country of final destination. 15.2 This warranty shall remain valid for twelve (12) months after the goods, or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the contract, or for eighteen (18) months after the date of shipment from the port or place of loading in the source country, whichever period concludes earlier, unless specified otherwise. 15.3 The purchaser shall promptly notify the supplier in writing of any claims arising under this warranty. 15.4 Upon receipt of such notice, the supplier shall, within the period specified and with all reasonable speed, repair or replace the defective goods or parts thereof, without cost to the purchaser. 15.5 If the supplier, having been notified, fails to remedy the defect(s) within the period specified, the purchaser may proceed to take such remedial action as may be necessary, at the supplier’s risk and expense and without prejudice to any other rights which the purchaser may have against the supplier under the contract.

16. Payment 16.1 All payments to bidders will only be made by means of Electronic Fund Transfer (EFT). Successful bidders will be requested to submit within 14 days after appointment, the following documents:  An original letter from the banking institution to confirm full details of the bank account to the Council (Company name, account number)  An original cancelled cheque (if applicable)  An original letter on the bidding entity’s letterhead confirming bank account details into which all contract payments must be made, signed by an authorised official of bidding entity 16.2 The method and conditions of payment to be made to the supplier under this contract shall be specified. 16.3 The supplier shall furnish the purchaser with an invoice accompanied by a copy of the delivery note and proof of fulfilment of other obligations stipulated in the contract. 16.4 Payments shall be made promptly by the purchaser, but in no case later than thirty (30) days after submission of the documentation referred to in 16.3 above. 16.5 Payment will be made in Rand unless otherwise stipulated.

17. Prices Prices charged by the supplier for goods delivered and services performed under the contract shall not vary from the prices quoted by the supplier in his bid, with the exception of any price adjustments authorized or in the purchaser’s request for bid validity extension, as the case may be.

18. Variation orders In cases where the estimated value of the envisaged changes in purchase does not vary more than 15% of the total value of the original contract, the contractor may be instructed to deliver the goods or render the services as such. In cases of measurable quantities, the contractor may be

373

approached to reduce the unit price, and such offers may be accepted provided that there is no escalation in price.

19. Assignment The supplier shall not assign, in whole or in part, its obligations to perform under the contract, except with the purchaser’s prior written consent.

20. Subcontracts The supplier shall notify the purchaser in writing of all subcontracts awarded under this contract if not already specified in the bid. Such notification, in the original bid or later, shall not relieve the supplier from any liability or obligation under the contract. A supplier shall not be awarded points for B-BBEE status level if it is indicated in the tender documents that such a supplier intends subcontracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a supplier qualifies for, unless the intended sub-contractor is an exempted micro enterprise that has the capability and ability to execute the sub-contract. A supplier awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an exempted micro enterprise that has the capability and ability to execute the sub-contract. A supplier awarded a contract in relation to a sector designated by the Department of Trade and Industry, or a contract where it is a specific condition that only locally produced services, works or goods or locally manufactured goods with a minimum threshold for local production and content will be considered, may not, in terms of Regulation 12(2) of the Preferential Procurement Regulations, 2017, sub-contract in such a manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold.

21. Delays in the supplier’s performance 21.1 Delivery of the goods and performance of services shall be made by the supplier in accordance with the time schedule prescribed by the purchaser in the contract. 21.2 If at any time during performance of the contract, the supplier or its subcontractor(s) should encounter conditions impeding timely delivery of the goods and performance of services, the supplier shall promptly notify the purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the supplier’s notice, the purchaser shall evaluate the situation and may at his discretion extend the supplier’s time for performance, with or without the imposition of penalties, in which case the extension shall be ratified by the parties by amendment of contract. 21.3 The right is reserved to procure outside of the contract small quantities or to have minor essential services executed if an emergency arises, where the supplier’s point of supply is not situated at or near the place where the goods are required, or the supplier’s services are not readily available. 21.4 Except as provided under GCC Clause 25, a delay by the supplier in the performance of its delivery obligations shall render the supplier liable to the imposition of penalties, pursuant to GCC Clause 22, unless an extension of time without the application of penalties is agreed upon, pursuant to GCC Clause 21.2. 21.5 Upon any delay beyond the delivery period in the case of a goods contract, the purchaser shall, without cancelling the contract, be entitled to purchase goods of a similar quality and up to the same quantity in substitution of the goods not supplied in conformity with the

374

contract and to return any goods delivered later at the supplier’s expense and risk, or to cancel the contract and buy such goods as may be required to complete the contract and without prejudice to its other rights, be entitled to claim damages from the supplier.

22. Penalties Subject to GCC Clause 25, if the supplier fails to deliver any or all of the goods or to perform the services within the period(s) specified in the contract, the purchaser shall, without prejudice to its other remedies under the contract, deduct from the contract price, as a penalty, a sum calculated on the delivered price of the delayed goods or unperformed services using the current prime interest rate calculated for each day of the delay until actual delivery or performance. The purchaser may also consider termination of the contract pursuant to GCC Clause 23.

23. Termination for default 23.1 The purchaser, without prejudice to any other remedy for breach of contract, by written notice of default sent to the supplier, may terminate this contract in whole or in part: (a) if the supplier fails to deliver any or all of the goods within the period(s) specified in the contract, or within any extension thereof granted by the purchaser pursuant to GCC Clause 21.2; (b) if the supplier fails to perform any other obligation(s) under the contract; or (c) if the supplier, in the judgement of the purchaser, has committed any corrupt or fraudulent act during the bidding process or the execution of the contract. 23.2 In the event that the purchaser lawfully terminates the contract in whole or in part, the purchaser may procure, upon such terms and in such manner, as it deems appropriate, goods, works or services similar to those undelivered, and the supplier shall be liable to the purchaser for any excess costs for such similar goods, works or services. However, the supplier shall continue performance of the contract to the extent not terminated. 23.3 Where the purchaser lawfully terminates the contract in whole or in part, the purchaser may decide to have a restriction penalty imposed on the supplier by causing such supplier to be prohibited from doing business with the public sector for a period not exceeding 10 years.

23.4 If a purchaser intends to have a restriction imposed on the supplier or any person associated with the supplier, the supplier will be allowed a time period of not more than fourteen (14) days to provide reasons why the envisaged restriction should not be imposed. Should the supplier fail to respond within the stipulated fourteen (14) days, the purchaser may regard the supplier as having no objection and proceed to cause the supplier to be restricted. 23.5 Any restriction imposed on any person will also be applicable to any other enterprise or any partner, manager, director or other person who wholly or partly exercises or exercised or may exercise control over the enterprise of the first-mentioned person, and with which enterprise or person the first-mentioned person, is or was in the opinion of the purchaser actively associated. 23.6 If the purchaser intends to have a restriction imposed on the supplier, the purchaser must, within five (5) working days of such decision, furnish the National Treasury, with the following information:

(i) written submissions as to whether the supplier should be restricted from conducting business with any organ of state; and

375

(ii) written representations from the supplier as to why that tenderer should not be restricted from conducting business with any organ of state.

23.7 If a court of law convicts a person of an offence as contemplated in sections 12 or 13 of the Prevention and Combating of Corrupt Activities Act, No. 12 of 2004, the court may also rule that such person’s name be endorsed on the Register for Tender Defaulters. When a person’s name has been endorsed on the Register, the person will be prohibited from doing business with the public sector for a period not less than five years and not more than 10 years. The National Treasury is empowered to determine the period of restriction and each case will be dealt with on its own merits. According to section 32 of the Act the Register must be open to the public. The Register can be perused on the National Treasury website.

24. Antidumping and countervailing duties and rights When, after the date of bid, provisional payments are required, or anti-dumping or countervailing duties are imposed, or the amount of a provisional payment or anti-dumping or countervailing right is increased in respect of any dumped or subsidized import, the Purchaser is not liable for any amount so required or imposed, or for the amount of any such increase. When, after the said date, such a provisional payment is no longer required or any such anti-dumping or countervailing right is abolished, or where the amount of such provisional payment or any such right is reduced, any such favourable difference shall on demand be paid forthwith by the supplier to the purchaser or the purchaser may deduct such amounts from moneys (if any) which may otherwise be due to the supplier in regard to goods or services which he delivered or rendered, or is to deliver or render in terms of the contract or any other contract or any other amount which may be due to him.

25. Force Majeure 25.1 Notwithstanding the provisions of GCC Clauses 22 and 23, the supplier shall not be liable for forfeiture of its performance security, damages, or termination for default if and to the extent that his delay in performance or other failure to perform his obligations under the contract is the result of an event of force majeure. 25.2 If a force majeure situation arises, the supplier shall promptly notify the purchaser in writing of such condition and the cause thereof. Unless otherwise directed by the purchaser in writing, the supplier shall continue to perform its obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the force majeure event.

26. Termination for insolvency The purchaser may at any time terminate the contract by giving written notice to the supplier if the supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the supplier, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the purchaser.

27. Settlement of Disputes The settlement of disputes will be in terms of paragraph 50 of the COE SCM Policy, which provides as follows: “50. (1) The accounting officer must appoint an independent and impartial person, not directly involved in the supply chain management processes –

376

(a) to assist in the resolution of disputes between the municipality and other persons regarding - (i) any decisions or actions taken in the implementation of the supply chain management system; or (ii) any matter arising from a contract awarded in the course of the supply chain management system; or (b) to deal with objections, complaints or queries regarding any such decisions or actions or any matters arising from such contract. (2) The accounting officer, or another official designated by the accounting officer, is responsible for assisting the appointed person to perform his or her functions effectively. (3) The person appointed must – (a) strive to resolve promptly all disputes, objections, complaints or queries received; and (b) submit monthly reports to the accounting officer on all disputes, objections, complaints or queries received, attended to or resolved. (4) A dispute, objection, complaint or query may be referred to the relevant provincial treasury if – (a) the dispute, objection, complaint or query is not resolved within 60 days; or (b) no response is forthcoming within 60 days. (5) If the provincial treasury does not or cannot resolve the matter, the dispute, objection, complaint or query may be referred to the National Treasury for resolution. (6) This paragraph must not be read as affecting a person’s rights to approach a court at any time.

28. Governing language The contract shall be written in English. All correspondence and other documents pertaining to the contract that is exchanged by the parties shall also be written in English.

29. Applicable law The contract shall be interpreted in accordance with South African laws, unless otherwise specified. 29.1 Every written acceptance of a bid shall be posted to the supplier concerned by registered or certified mail and any other notice to him shall be posted by ordinary mail to the address furnished in his bid or to the address notified later by him in writing and such posting shall be deemed to be proper service of such notice 29.2 The time mentioned in the contract documents for performing any act after such aforesaid notice has been given, shall be reckoned from the date of posting of such notice. 30. Taxes and duties 30.1 A foreign supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the purchaser’s country. 30.2 A local supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of the contracted goods to the purchaser. 30.3 No contract shall be concluded with any bidder whose tax matters are not in order. Prior to the award of a bid SARS must have certified that the tax matters of the preferred bidder are in order.

377

30.4 No contract shall be concluded with any bidder whose municipal rates and taxes and municipal services charges are in arrears.

31. Transfer of contracts The contractor shall not abandon, transfer, cede assign or sublet a contract or part thereof without the written permission of the purchaser

32. Amendment of contracts No agreement to amend or vary a contract or order or the conditions, stipulations or provisions thereof shall be valid and of any force unless such agreement to amend or vary is entered into in writing and signed by the contracting parties. Any waiver of the requirement that the agreement to amend or vary shall be in writing, shall also be in writing.

33. Prohibition of restrictive practices 33.1 In terms of section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, an agreement between, or concerted practice by, firms, or a decision by an association of firms, is prohibited if it is between parties in a horizontal relationship and if a bidder(s) is/ are or a contractor(s) was / were involved in collusive bidding. 33.2 If a bidder(s) or contractor(s) based on reasonable grounds or evidence obtained by the purchaser has / have engaged in the restrictive practice referred to above, the purchaser may refer the matter to the Competition Commission for investigation and possible imposition of administrative penalties as contemplated in section 59 of the Competition Act No 89 0f 1998. 33.3 If a bidder(s) or contractor(s) has / have been found guilty by the Competition Tribunal of the restrictive practice referred to above, the purchaser may, in addition and without prejudice to any other remedy provided for, invalidate the bid(s) for such item(s) offered, and / or terminate the contract in whole or part, and / or restrict the bidder(s) or contractor(s) from conducting business with the public sector for a period not exceeding ten (10) years and / or claim damages from the bidder(s) or contractor(s) concerned.

378

FORM “M”

CITY OF EKURHULENI

SPECIAL CONDITIONS AND UNDERTAKINGS:

1 1.1 DEFINITIONS: 1.1.1 “Accounting Officer” in relation to the Municipality, means the Municipal Manager 1.1.2 Bid" means an offer to supply goods and/or services to the COE at a specified price or rate; 1.1.3 "Bidder" means any person offering to supply goods and/or services to the COE; 1.1.4 “CCC” shall mean Customer Care Centre 1.1.5 “CM” shall mean City Manager of COE appointed in terms of Section 82 of the Local Government: Municipal Structures Act 117 of 1998 1.1.6 "Contractor(s)" means the bidder whose bid has been accepted by the COE; 1.1.7 “ED” means the Executive Director of the Department in the COE responsible for this bid or her/his duly authorised representative; 1.1.8 "COE" or “Municipality” shall mean the CITY OF EKURHULENI; 1.1.9 "Final delivery certificate" means the document issued by the COE confirming that all the known defects have been rectified and that the works, goods or services appear in good order and have been accepted; 1.1.10 "Letter of acceptance" means the written communication by the COE to the Contractor recording the acceptance by the COE of the Contractor's bid subject to the further terms and conditions to be included in the contract; 1.1.11 "Signature date" and in relation to any contract, means the date of the letter of acceptance; 1.1.12 "Termination date" - in relation to any contract means the date therein indicated as the termination date, or the final delivery certificate, the completion certificate or the occupancy certificate whichever is the latest; 1.1.13 "Value added" means that portion of the bid price not constituting the cost of materials; 1.1.14 "Warranties" - means collectively any and all warranties (if any) given by the Bidder in terms of this agreement.

1.2 Interpretation: 1.2.1 In this agreement clause headings are for convenience and shall not be used in its interpretation and, unless the context clearly indicates a contrary intention:- 1.2.2 An expression which denotes- 1.2.2.1 any gender includes the other gender; 1.2.2.2 a natural person includes an artificial or juristic person and vice versa; 1.2.2.3 the singular includes the plural and vice versa; 1.2.3 Any reference to any statute, regulation or other legislation or official policy shall be a reference to that statute, regulation or other legislation or national policy as at the signature date, and as amended or re-enacted from time to time;

379

1.2.4 When any number of days is prescribed, such shall be reckoned as calendar days, exclusively of the first and inclusively of the last day, unless the last day falls on a day which is not a business day, in which case the last day shall be the next succeeding day which is a business day; 1.2.5 Where any term is defined within a particular clause, other than the interpretation clause, that term shall bear the meaning ascribed to it in that clause wherever it is used in this agreement.

2 GENERAL UNDERTAKINGS BY THE BIDDER 2.1 I/we hereby bid: 2.1.1 to supply all or any of the supplies and/or to render all or any of the services described in the attached documents [Forms, Schedule(s), and/or Annexure(s)] to the COE; 2.1.2 on the terms and conditions and in accordance with the specifications stipulated in the bid documents (and which shall be taken as part of and incorporated into, this bid); 2.1.3 at the prices and and/or rates on the terms regarding time for delivery and/or execution inserted therein. 2.2 I/we agree further that: 2.2.1 the offer herein shall remain binding upon me/us and open for acceptance by the COE during the validity period indicated and calculated from the closing time of the bid. 2.2.2 this bid and its acceptance shall be subject to the terms and conditions contained in the Forms, Schedule(s) and/or Annexure(s) attached hereto with which I am/we are fully acquainted. 2.2.3 notwithstanding anything to the contrary in the Forms, Schedule(s) and/or Annexure(s) attached hereto: 2.2.3.1 if I/we withdraw my/our bid within the period for which I/we have agreed that the bid shall remain open for acceptance, or fail to fulfil the contract when called upon to do so, the COE may, without prejudice to its other rights, agree to the withdrawal of my/our bid or cancel the contract that may have been entered into between me/us and the COE; 2.2.3.2 in such event, I/we will then pay to the COE any additional expense incurred by the COE for having either to accept any less favourable bid or, if fresh bids have to be invited, the additional expenditure incurred by the invitation of fresh bids and by the subsequent acceptance of any less favourable bid; 2.2.3.3 the COE shall also have the right in these circumstances, to recover such additional expenditure by set-off against monies which may be due or become due to me/us under this or any other bid or contract or against any guarantee or deposit that may have been furnished by me/us or on my/our behalf for the due fulfilment of this or any other bid or contract; 2.2.3.4 pending the ascertainment of the amount of such additional expenditure the COE may retain such monies, guarantee or deposit as security for any loss the COE may sustain, as determined hereunder, by reason of my/our default. 2.2.4 if my/our bid is accepted, that acceptance may be communicated to me/us by letter or facsimile or electronic mail and that proof of delivery of such acceptance to SA Post Office Ltd or the production of a document confirming that a fax or e-mail has been sent, shall be treated as delivery to me/us.

380

2.2.5 I/we have satisfied myself/ourselves as to the correctness and validity of this bid, that the price(s) and rate(s) quoted cover all the work/item(s) specified in the bid documents and that the price(s) and rate(s) cover all my/our obligations under a resulting contract and that I/we accept that any mistakes regarding price(s) and calculations will be at my/our risk. 2.2.6 I/we accept full responsibility for the proper execution and fulfilment of all obligations and conditions defaulting on me/us under this agreement as the principal(s) liable for the due fulfilment of this contract. 2.2.7 Notwithstanding the amount or cause of action involved I hereby consent to the jurisdiction of the Magistrate Court.

GENERAL BID CONDITIONS & DIRECTIVES

3 It is a condition of all requests or invitations to bid that Bidders accept, as a condition of bidding, that the obligation rests, without exception, on the Bidder/s to fully acquaint themselves with all requirements and conditions of a request, including, but not limited to, compliance with all policies and legislation to which the COE adheres. 4 Without limiting the generality of the provisions of Clause 3 above, Bidders are required to acquaint themselves and to comply in their bid with the following policy documents of the COE: 4.1 SUPPLY CHAIN MANAGEMENT POLICY; 4.2 PREFERENTIAL PROCUREMENT POLICY (read with the Preferential Procurement Policy Framework Act, Act No.5 of 2000, and the regulations made in accordance therewith from time to time)

Bidders are expressly required to acquaint themselves with the requirements and standards of these and all other applicable policy documents prior to completing and submitting any bids as these policies are deemed to be incorporated into the Conditions of all the COE's Requests for Bids. 5 Failure on the part of the Bidder to sign this bid form and thus to acknowledge and accept the conditions in writing or to complete the attached forms, questionnaires and specifications in all respects, shall invalidate this bid. Each and every part of the bid document shall be deemed to be material. 6 Bid prices must be submitted on the official bid Form “K” – “Schedule of Prices” form, which must be filled in and completed in all respects. 7 Bids must be submitted in sealed envelopes. 8 Separate envelopes must be used for each bid invitation. 9 The address, bid number and closing date must appear on the front of the envelope. 10 The name and address of the Bidder must appear on the back of the envelope. 11 Each bid document is allocated with a certain bid box number in which the bid documents must be deposited and NO bid document found to be deposited in the wrong bid box as specified, subsequent to the closing date and time of the bid, will be considered. 12 Posted bid documents will not be considered, unless they were received and deposited in the correct bid box, by a Municipality representative, before the closing date and time of the bid. The COE accepts no responsibility nor liability in this regard for any bid not timeously placed in the correct bid box by such Municipality representative or any person or employee. 13 13.1 All Bidders are advised that it is an express Condition of this bid that all Bidders will be required to furnish proof, on demand, that the Bidder, or in the case of an artificial or juristic person - including its trustees, members or directors as the case may be - are in good

381

standing in respect of any levy, rates, fine, service charge or the like due to the COE or any other municipality or municipal entity. 13.2 In the event of the Bidder/Contractor not being in good standing and that the Bidder/Contractor is indebted to the COE, as contemplated in this clause which arises after the signature date and before final payment has been made to the Contractor, the Contractor hereby consents to the COE deducting from the amount of the bid awarded such amount/s as may be lawfully owing to the COE and/or to any CCC located within the area of jurisdiction of the COE. 13.3 The books and records of the COE, or any extracts there from certified by the City Manager or other officer authorised thereto by the COE shall, for the purposes of this clause be prima facie evidence of the amounts lawfully owing to the COE. 13.4 For purposes of this clause the term "in good standing" means that the Bidder shall not be in any way lawfully indebted to the COE and/or to any CCC located within the area of jurisdiction of the COE, and/or that such indebtedness shall not be older than thirty (30) days and/or that the Bidder has concluded an agreement or compromise to settle the indebtedness and is not in breach of such agreement or compromise; 14 In the event that a contract is awarded, the COE shall accept the bid that scores the highest total number of points, having regard to the provisions of Regulations 6 and 7 of the Preferential Procurement Regulations, 2017, unless objective criteria justify the award to another Bidder as contemplated in Section 2(1)(f) of the Preferential Procurement Policy Framework Act, Act No.5 of 2000. The COE reserves the right to negotiate additional conditions with the Bidder and/or to award a bid, where it deems appropriate, to more than one (1) Contractor/Bidder. 15 The Bidder undertakes that it will make itself and its members, officials, employees and agents, aware of the appropriate regulations and by-laws of the COE that might have application on the Bidder's activities in terms hereof. 16 Neither the COE nor any official in the COE will be held responsible for loss of a potential opportunity to bid due to the failure of the Bidder to comply with any of the requirements of these instructions, including, but not limited to, the failure to properly describe and/or categorise any requirements.

17 DETAILS OF OFFERS MADE 17.1 The covering letter or other matter submitted with the official bid document may explain, amplify or illustrate, but not replace any part of the official document or the information furnished therein; 17.2 The main offer shall be in accordance with the specifications and alternative offers shall be adequately and clearly described and differentiated, if necessary, by submitting additional schedules or a separate bid document. 17.3 ADJUDICATION OF BIDS Bidders' attention is drawn to the fact that the adjudication of bids will be based on a point system as indicated in Form “A” - “Procurement Form", included in this bid document. Form “A” – “Procurement Form”, must be completed by bidders and submitted together with their bid documents by the closing date and time of the bid.

18. VARIATIONS AND OMISSIONS Where offers depart from requirements of the specification, such departure shall be fully described on the official bid Form “J” – “Variations and Omissions” document.

382

GENERAL CONTRACTUAL UNDERTAKINGS

19 QUALITY OF GOODS Notwithstanding anything to the contrary in this agreement: 19.1 The goods to be supplied under the contract are to be, in all aspects, of the best description and according to the sample (if any) and specifications provided. 19.2 In every case the goods shall be subject to the inspection and approval of the ED or his duly authorised representative, who shall be at liberty to reject them and in cases of such rejection, the Bidder agrees to be bound by the rejection of the ED or his duly authorised representative. 19.3 In the event of the approval of the goods by the said ED or his duly authorised representative and if it is later discovered that the goods are in any way defective, the COE may reject same, in spite of such approval by its ED or his duly authorised representative. 19.4 Tests and analyses may be made as deemed necessary and the cost thereof shall be borne by the COE provided that the goods are of the stipulated quality, failing which such cost shall be defrayed by the Bidder. The COE shall have the right to deduct such cost from payments due to the Bidder, or otherwise to recover the same from him. 19.5 No second-hand/refurbished materials/parts will be used in the final goods to be delivered by the Bidder, only new materials/parts bearing the SABS mark of quality will be considered.

20 INDEMNITY 20.1 Without prejudice to any of the rights of the COE arising from any of the provisions of this agreement, the Bidder indemnifies and holds the COE harmless against all loss, liability, damage, claim, proceeding or expense of any nature whatever (including without limiting the generality of the aforegoing all party and party and attorney and client costs incurred by the COE) which the COE may suffer as a result of or which may: 20.1.1 be attributable to- 20.1.1.1 any liability of the Bidder, whether actual or contingent; 20.1.1.2 any liability of the Bidder for taxation, for which purpose the terms "taxation" shall include: 20.1.1.2.1 normal taxation; 20.1.1.2.2 value added tax; 20.1.1.2.3 minimum or secondary taxation on companies; 20.1.1.2.4 all other forms of levies or taxation. 20.1.1.3 any penalties or interest as a result thereof. 20.1.2 arise out of or in the course of or by reason of the Bidder's performance in terms of this agreement; 20.2 The Bidder undertakes to indemnify the COE in respect of all actions, prosecutions or claims of any nature that might be brought in any manner against the COE as a consequence of the negligence of the bidder, its employees, members or any persons under its control; 20.3 The Bidder shall not be liable for such liability, loss, damage, claim, proceeding or expense where same was due to any act or neglect of the COE or any person for whose actions the COE is legally liable.

21 POWERS OF THE COE IN THE EVENT OF GOODS BEING DEFECTIVE 21.1 In the event of the goods being defective in quantity or quality, it is agreed that, either- 21.1.1 the ED shall have power to purchase other goods or make good the deficiency in any manner he may deem fit, and any excess costs so incurred over the contract price,

383

together with all charges and expenses attending the purchase, shall be recoverable from the Bidder; or, 21.1.2 if the COE so determines, the Bidder shall, at his own expense, replace the affected goods or make good the deficiency at once, or within such period or at such time as the COE may fix. 21.2 Nothing contained in this clause or with regard to delivery conditions, shall prejudice the power of the COE in terms of clause 23 of the GCC, or of the dispute resolution provisions of this agreement.

22 DELIVERY OF GOODS 22.1 The goods shall be delivered, at the Bidder's risk and expense, subject to clause 10 of the GCC, to: The Offices of the CITY OF EKURHULENI, Corner Cross and Roses Streets, Germiston; or, such other place in the Municipal Area of the COE as may be specified and at the time/s and in the manner appointed by the ED; 22.2 Each delivery must be accompanied by a correct delivery note; 22.3 All invoices (accompanied by TAX invoices) must be forwarded to the COE without delay, clearly stating the contract and order numbers. 22.4 All equipment and material shall be marked with the appropriate contract and order numbers. 22.5 Bidders shall state in their bids as well as on the official Form “I” – “Schedule of Prices” document, the minimum time required to effect delivery of the goods required under this contract, after receipt of official order. 22.6 Delivery shall be made in accordance with the requirements set out in the contract. 22.7 All goods under contract arising from this bid shall be supplied only when ordered upon an official letter or form or order issued by the COE.

23 RATE OF DELIVERY As and when required, during the period of this contract.

24 FAILURE TO DELIVER GOODS 24.1 In the event- 24.1.1 of the Bidder failing to deliver the stipulated quantity of goods of the contract quality at the time and in the manner appointed by the ED, or 24.1.2 of the Bidder, if required to deliver by instalments, failing to deliver any instalment, either in whole or in part, at the time and in the manner appointed by the ED, or 24.1.3 of the COE suffering damage by delay while rejected goods are being replaced under Clause 19, it is agreed that the Bidder shall pay liquidated damages and not by way of penalty, to the COE; 24.2 Such liquidated damages shall be determined in each case by the City Manager of the COE and shall be: 24.2.1 With regard to 24.1.1: a sum equal to any excess cost incurred by the COE over the contract price in making good the deficiency in such manner as it may deem fit, together with all charges and expenses connected therewith; 24.2.2 With regard to 24.1.2: a sum equal to any excess cost incurred by the COE over the contract price in making good the deficiency in such manner as it may deem fit, together with all charges and expenses connected therewith;

384

24.2.3 With regard to 24.1.3: a sum not exceeding the actual damage so incurred by the COE. 24.3 A certificate by the City Manager or his duly authorised representative shall constitute prima facie evidence of the indebtedness of the Contractor. 24.4 The City Manager of the COE shall also determine the manner in which and the time when, such payment of excess costs or damages shall be made and the decision of the City Manager of the COE shall be binding in every case. 24.5 Notwithstanding the above, the Bidder shall not be held liable to enforcement of the penalties stated above should such failure be due to vis major.

25 SURETY 25.1 The Bidder shall, if it is required of him/her, provide good and sufficient surety for the due fulfilment of the contract to the satisfaction of the COE and such surety shall remain in force until the handing over of a final delivery certificate by the COE; 25.2 The only surety acceptable to the COE is cash, a certified cheque, or a bank guarantee from a banking institution registered in terms of the Banks Act, 1990 (Act. No 94 of 1990) or from an Insurer registered in terms of the Insurance Act, 1998 (Act No. 53 of 1998). Any surety shall be valid for the entire contract period and beyond if required by the COE

Guarantees will be required as follows:

CATEGORY PROJECT VALUE (INCL. OF VAT) GUARANTEE A < R500 000 2,5% B R500 001 – R1 000 000 5% C R1 000 001 – R2 000 000 7,5% D >R2 000 000 10%

25.3 Unless otherwise provided for, the security shall be for 0% of the total value of the bided price; 25.4 The cost of obtaining any such surety shall be borne by the Bidder; 25.5 The liability under such surety shall terminate upon the issue of a final delivery Certificate 25.6 In the event of the bidder providing a cash amount (deposit) or a bank guaranteed cheque from a registered bank drawn in favour of the COE, the COE will not be held accountable nor obliged to pay the Bidder interest earned as a result of such action.

26 ACCEPTANCE 26.1 Unless otherwise specified in the invitation to bid, this bid shall remain open for acceptance by the COE for a period of one hundred and twenty (120) days from the date on which bids are due and during this period the Bidder agrees not to withdraw its bid or impair or derogate from its effect; 26.2 The written approval of this bid by the COE, by way of letter of acceptance, shall constitute a contract binding on both parties incorporating all the terms and conditions set out in the bid documents and the letter of acceptance; 26.3 Notwithstanding anything to the contrary in this agreement, the contract shall come into existence with effect from the signature date.

385

27 PRICE The price and/or rates quoted shall be nett and shall include cost of delivery and shall be quoted inclusive of all taxes excluding VAT.

28 GOVERNMENT PRICE CONTROL 28.1 Where the price of any item place on contract is controlled by legislation, the contract price shall in the event of any amendment to the price ruling at the time the bid was submitted, be subject to a like increase or decrease as the case may be. 28.2 In the event of price control over any item of contract being withdrawn during the currency of the contract, the contract price applicable to such item after the date of such withdrawal shall be the contract price in operation immediately prior to the withdrawal of price control. 28.3 Bidders shall, where appropriate, submit with their bid, details of present controlled prices. Failure to do this, shall render the bid liable to rejection on the grounds of being incomplete. 28.4 Any subsequent claims for increases in the prices shall be substantiated by documentary proof acceptable to the ED.

29 CONTRACT PRICE ADJUSTMENT Should no price adjustment or variation clauses be included in the bid documents, the prices will be considered as being firm and the COE will not, under any circumstances, accept for it’s account, any increase in the prices bided during the duration of the contract.

30 PAYMENT Payment will be made within thirty (30) days after goods are supplied and date of invoice. The COE may deduct any sum due to it by the Bidder under any of the provisions of this contract from any sum due to the Bidder. All payments to bidders will only be made by means of Electronic Fund Transfer (EFT). Successful bidders will be requested to submit within 14 days after appointment, the following documents:  An original letter from the banking institution to confirm full details of the bank account to the Council (Company name, account number)  An original cancelled cheque (if applicable)  An original letter on the bidding entity’s letterhead confirming bank account details into which all contract payments must be made, signed by an authorised official of bidding entity

31 PERIOD OF CONTRACT This contract is for a period with effect from date of award by the Municipality, until 30 June 2022.

32 ORDERS FOR REQUIREMENTS During the period of the contract official orders for the Municipality’s requirements will be placed with the Bidder/s and the Bidder/s shall only supply the items required under this contract on receipt of such official orders.

33 DISCOUNT A minimum of 2,5% settlement discount must be allowed on this bid for payment made within 30 days from date of receipt of invoice.

386

34 CONFIDENTIALITY 34.1 It is recorded that the Bidder, by virtue of his/her association with the COE, will become possessed of and will have access to confidential information belonging to the COE including, but without limiting the generality of the aforegoing, the following matters: 34.1.1 the contractual and financial arrangements between the COE and other Bidders; 34.1.2 the COE's financial matters; 34.1.3 all other matters which relate to the COE's business and in respect of which information is not readily available in the ordinary course of business to a competitor. 34.2 Notwithstanding the aforegoing provisions of this clause, the information referred to therein as confidential information shall cease to be confidential information if: 34.2.1 it is publicly available or becomes publicly available other than as a result of a breach of this contract; 34.2.2 it comes or came into the possession of the Bidder other than by virtue of the Bidder's relationship with the COE. 34.3 Having regard to the facts recorded above, the Bidder undertakes that in order to protect the proprietary interest of the COE in the confidential information- 34.3.1 he/she will not during the period that he/she is a Bidder or at any time thereafter, directly or indirectly, either use or disclose any of the confidential information, other than as may be required by his/her contract with the COE or as may be required to comply with any law or to enforce the Bidder's rights in terms of this contract; 34.3..2 any written or other instructions, drawings, notes, memoranda or records relating to the confidential information which are made by him/her or which come into his/her possession by any means whatever shall be deemed to be the property of the COE. Such property of the COE shall be surrendered to the COE on demand and in any event on the termination date and the Bidder shall not retain any copies thereof or extracts therefrom. 34.4 Any action which can be construed as a contravention of the condition referred to in clause 34.3.1 and 34.3.2 above, will expose any bidder to the rejection of his bid by the COE alternatively the summary termination of any contract entered into.

35 BREACH 35.1 Should either the Bidder or the COE commit a breach of any material provision of this agreement and fail to remedy such breach within fourteen (14) days after receiving written notice from the party aggrieved thereby requiring the defaulting party to do so, then the aggrieved party shall be entitled, without prejudice to the aggrieved party's other rights in law, to cancel this agreement or to claim immediate specific performance of all of the defaulting party's obligations whether or not due for performance, in either event without prejudice to the aggrieved party's right to claim damages; 35.2 Should any party permit a non-material breach of any provision of this agreement and fail to remedy such breach within fourteen (14) days of receiving written notice from any other party to the contract requiring it to do so, then the aggrieved party shall be entitled to claim immediate specific performance of all of the defaulting party's obligations whether or not due for performance, without prejudice to the aggrieved party's other rights in law, including the right to claim damages.

36 PUBLICITY None of the parties shall issue any public document or make any press release relating to or arising out of this agreement or its subject matter without obtaining the prior written approval of the COE, to the contents thereof and the manner of its presentation and publication; provided that such approval shall not be unreasonably withheld or delayed.

387

37 SEVERABILITY OF THE CONTRACT TERMS 37.1 Each provision of this agreement is, notwithstanding the grammatical relationship between that provision and the other provisions of this agreement, severable from the other provisions of this agreement; 37.2 any provision of this agreement which is or becomes invalid, unenforceable or unlawful in any jurisdiction shall, in such jurisdiction only, be treated as pro non scripto to the extent that it is so invalid, unenforceable or unlawful, without invalidating or affecting the remaining provisions of this agreement which shall remain of full force and effect. 37.3 The parties declare that it is their intention that this agreement would be executed without such invalid, unenforceable or unlawful provision if they were aware of such invalidity, unenforceable or unlawful at the execution of this agreement.

38 WAIVER OF RIGHTS 38.1 No party's partial exercise of, failure to exercise or delay in exercising any right, power, privilege or remedy in terms of this agreement shall be construed as a waiver by that party; 38.2 Such partial exercise or failure shall not operate so as to preclude that party from exercising its rights strictly in accordance with this agreement, unless such party has expressly waived or otherwise foregone its ability to exercise such right, power, privilege or remedy (at all or in part or until after such period of delay) in terms of a written document signed by such party; 38.3 In the event of a party having concluded such a written document same shall be strictly construed.

39 CESSION OF RIGHTS 39.1 Save as is otherwise expressly stipulated in this agreement, this agreement is personal to the parties; 39.2 No party may cede, delegate or assign any of its rights or obligations in terms of this agreement without the prior written consent of the other parties, which consent shall not be unreasonably withheld or delayed. 39.3 Should the COE be succeeded or replaced by any other entity that entity shall automatically substitute the COE in this agreement unless the succeeding entity notifies the contractor to the contrary within 120 days, in writing.

40 DOMICILE & NOTICES 40.1 The parties choose their domicile for all purposes relating to this agreement; including the giving of any notice, the payment of any sum, the serving any process, as follows- 40.1.1 THE CITY OF EKURHULENI Physical - Finance Head Office 68 Woburn Avenue Benoni 1501 Postal - Private Bag x 65 Benoni 1500 Fax - +27.(0)11.999-7511

40.1.2 [THE BIDDER / CONTRACTOR] (PROVIDE DETAILS OF BIDDING ENTITY}

388

Physical Address ………………………………………………………………….

…………………………………………………………………

…………………………………………………………………

Postal Code …………………………………………….

Postal Address ……………………………………………

……………………………………………

……………………………………………

Postal Code …………………………………………….

Fax Number ……………………………………………

40.2 Each party shall be entitled from time to time, by giving written notice to the others, to vary its physical domicile to any other physical address (not being a post office box or Post Restante) within the Republic or to vary its postal domicile or its facsimile domicile to any other within the Republic. 40.3 Any notice given or any payment made by any party to any other ("addressee") which is- 40.3.1 delivered by hand between the hours of 08h00 and 16h15 on any business day to the addressee's physical domicile for the time being, shall be deemed to have been received by the addressee at the time of delivery; 40.3.2 posted by registered post to the addressee's postal domicile for the time being, shall be presumed to have been received by the addressee on the fourteenth day after date of posting. 40.4 Any notice given by any party to any other which is sent by facsimile to the addressee's facsimile domicile for the time being shall be deemed to have been received by the addressee on the day immediately succeeding the date of successful transmission thereof. 40.5 This domicile clause shall not operate so as to invalidate the giving or receipt of any notice which is actually received by the addressee other than by a method referred to in this clause. 40.6 Any notice required or permitted to be given in terms of this agreement shall be valid and effective only if in writing.

41 TOTALITY OF AGREEMENT This agreement constitutes the sole record of the agreement between the parties in relation to the subject matter hereof. No party shall be bound by any express or implied term, representation, warranty, promise or the like not recorded herein. This agreement supersedes and replaces all prior commitments, or representations, whether oral or written, between the parties in respect of the subject matter hereof.

42 APPLICABLE LAW This contract shall be governed by the laws of the Republic of South Africa and notwithstanding the amount or cause of action involved and the rights of either party to approach any other court having jurisdiction, the parties consent to the jurisdiction of, the Magistrates Court .

389

43 DEFAULT/CANCELLATION OF BID AND/OR CONTRACT Should it appear to the COE that the Bidder is not executing the contract in accordance with the true intent and meaning thereof, or that the Bidder is refusing or delaying the execution of the contract or is not carrying on the work at such rate of progress as to ensure delivery by the date of delivery or, in the event of default by the Bidder, then in any such event the COE may give notice in writing to the Bidder to make good the failure or default, and should the Bidder fail to comply with the notice within the period specified therein, then and in such case the COE shall, without prejudice to any of its rights under the contract, be at liberty forthwith to perform such work as the Bidder may have neglected to do, or to take the contract wholly or in part out of the Bidder’s hands and order from any other person. The Bidder shall be responsible for any loss the COE may sustain by reason of such action as the COE may take in terms of this clause.

44 PACKING All goods shall be crated, packed or battened securely in such a manner as to prevent damage during loading, transport and off-loading. Unless otherwise specified, packing cases and packing materials are included in the contract price and shall be and remain the property of the COE.

45 FALSE INFORMATION Should it come to the attention of COE that false information has been given in whatever way with the intention of the Bidder/Contractor to position himself/herself to be awarded the bid/contract or in respect of the performance of the contract, the COE holds the right to disqualify the bid and/or terminate the contract.

46 LABOUR CONDITIONS The bidder shall ensure that all remuneration paid to employees is in line with the relevant sectoral determination in terms of the Basic Conditions of Employment Act, No 75 of 1997.

390

FORM – “N”

CONTRACT FORM - RENDERING OF SERVICES

CITY OF EKURHULENI CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

PART 1 (TO BE COMPLETED BY THE SUCCESSFUL BIDDER AFTER AWARD OF CONTRACT)

THIS FORM MUST BE COMPLETED IN DUPLICATE BY BOTH THE SERVICE PROVIDER (PART 1) AND THE PURCHASER (PART 2). BOTH FORMS MUST BE SIGNED IN THE ORIGINAL SO THAT THE SERVICE PROVIDER AND THE PURCHASER WOULD BE IN POSSESSION OF ORIGINALLY SIGNED CONTRACTS FOR THEIR RESPECTIVE RECORDS.

1. I hereby undertake to render services described in the attached bid documents to (name of the institution)……………………………………. in accordance with the requirements and task directives / proposals specifications stipulated in Bid Number………….……….. at the tendered price/s. My offer/s remain binding upon me and open for acceptance by the COE during the validity period indicated and calculated from the closing date of the bid .

2. The bid documents shall be deemed to form and be read and construed as part of this agreement:

3. I confirm that I have satisfied myself as to the correctness and validity of my bid; that the price(s) and rate(s) tendered cover all the services specified in the bid documents; that the price(s) and rate(s) cover all my obligations and I accept that any mistakes regarding price(s) and rate(s) and calculations will be at my own risk.

4. I accept full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on me under this agreement as the principal liable for the due fulfilment of this contract.

5. I declare that I have no participation in any collusive practices with any bidder or any other person regarding this or any other bid.

6. I confirm that I am duly authorised to sign this contract.

NAME (PRINT) ………………………………………………………………………. WITNESS: CAPACITY ………………………………………………………………………. 1 …….…………… SIGNATURE ……………………………………………………………………….………….

NAME OF FIRM ……………………………………………………………………….DATE:……………… ………… DATE ……………………………………………………………………….

391

FORM – “N”

CONTRACT FORM - RENDERING OF SERVICES

CITY OF EKURHULENI CONTRACT NUMBER: A-DEMS 07-2019

THE APPOINTMENT OF SERVICE PROVIDERS TO SUPPLY, DELIVER AND COMMISSION VARIOUS TYPES OF SPECIALISED EMERGENCY SERVICES VEHICLES BY MEANS OF OUTRIGHT PURCHASE ON AN AS AND WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2022

CONTRACT FORM - RENDERING OF SERVICES PART 2 (TO BE COMPLETED BY THE COE)

1. I……………………………………………. in my capacity as ………………………….……………….. ……...……………………………….. accept your bid under reference number .……………dated………………………for the rendering of services indicated hereunder and/or further specified in the annexure(s).

2. I undertake to make payment for the services rendered in accordance with the terms and conditions of the contract, within 30 (thirty) days after receipt of an invoice.

3. I confirm that I am duly authorised to sign this contract.

SIGNED AT ………………………………………ON………………………………..

NAME (PRINT) …………………………………………… SIGNATURE………………………………

WITNESS: OFFICIAL STAMP 1 ….………………… ……….

392