HomeMy WebLinkAbout12-99 RESOLUTION•
ri
• •
RESOLUTION NO. 12- 9 9
A RESOLUTION AWARDING BID NO. 99-11 IN THE AMOUNT
OF $167,747 TO FERRARA FIRE APPARATUS, INC. FOR A
NEW FIRE DEPARTMENT PUMPING ENGINE.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1 That the City Council hereby awards Bid No. 99-11 in the amount of
$167,747 to Ferrara Fire Apparatus, Inc. for a new fire department pumping engine. A copy of the
bid tabulation is attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this day of February , 1999.
��,..
` f A�=, APPROVED /
••'"•
•
•
( r.- .
ei . ty?'
• ATT 1!
7 eather Woodruff, City Clerk
By.
red Hanna, Mayor
NAME OF FILE:
•
•
kcs . /7- 91-4ex Ph ,4.zkt APlARA 7 -Ws; Z . ope_ztic
E,UCTiUZ-
CROSS REFERENCE:
Date
Contents of File
Initials
.?-D,?-99
l& -s. /2. - 99
4-ArsIT If (itez1 7:42L/,c.4? T-zoza )
/-/3-99
.mg/7ZD
To esr/ Coji,Ucz,L
2-oi 99
. rRkF.
hiliEGJ
DESCRIPTION: PUMPER TYPE FIRE APPARATUS
•
O O 0
0 O O
Q 14 10 0
2 b n T
W
F- m m m
1•
alt 5199,546.00
0 O
O 9 • C♦G
.1.
O O
A CO '1
•0 h A
10
n
FIRE EQUIP
LUVERNE FIRE APPARATUS
DAVIDS FIRE EQUIP
JACK JENNINGS FIRE EQUIP
SMEAL FIRE APPARATUS
•
EXHIBIT A
t
U
81/
TAdlLCA
GN
1
I
I I
V I U
INVITATION
TO
BID
BID #
99-11
DATE
ISSUED:
December 15, 1998
DATE AND TIME
January
OF OPENING
7 1999
at
2:00
p.m.
BUYER'
City of Fayetteville, AR
DATE REQUIRED:
As scheduled
by
Project
Manager
DELIVERY
DATE:
BUYER'S
(501)
575-8289
PHONE #
GUARANTEED
F. O. B
Fayetteville
AR
ITEM #
DESCRIPTION
QUANTITY
1 UNIT
PRICE
j-TOTAL
1
Per attached
PUMPER
FIRE
RESTRICTIONS
TO THE
TYPE
APPARATUS
BID
specifications:
OR
MUST
BE
EXCEPTIONS
NOTED:
I
$167,747.00
$167,747.0
(furnish
Upon
requirements
conditions
signing
this Bid,
set forth
and pertinent
these articles at
the
in
bidder
this bid
information
the prices
certifies
proposal,
stated.
EXECUTION
regarding
OF
that they
including
the
BID
have
specifications,
articles
read
and
being bid
agree to
terms
on,
the
and standard
and agree
to
UNSIGNED
BIDS
'ILL
BE
NAME OF
Ferrara
FIRM:
Fire
Apparatus,
Ittc443-9006
PHONE
800-
FED ID#
72-112-9363
SUS[NEss ADD-•ESS:l
Rd
CITY
holden,
AND
STATE'
!.A
W7:44rtEJECTED
•-TH6,;`'
-
NATURE:
TITLE:
Chris
Ferrara,Presideht
DATE:
1/5/99
•
• • EXHIBIT B
1999 SPECIFICATIONS FOR PUMPER TYPE FIRE APPARATUS
FOR THE FAYETTEVILLE, ARKANSAS FIRE DEPARTMENT
INTENT OF SPECIFICATIONS
It is the intent of these specifications to cover the furnishing
and delivery of one (1) complete triple combination pumper type
fire apparatus as hereinafter specified, to the Fayetteville,
Arkansas Fire Department. These specifications cover the
requirements regarding construction and tests to which the
apparatus must conform with certain other details pertaining to
finish, equipment, and appliances which must be made a part of the
completed and delivered apparatus. Details of construction and
materials, where not otherwise specified, are left to the
discretion of the manufacturer and/or bidder, who shall be solely
responsible for the design and construction of all features. The
apparatus shall conform to the requirements of National Fire
Protection Association Pamphlet 1901, 1997 Edition, as a minimum
specification, and exceed the requirements of said pamphlet where
specified herein or where the manufacturer's standard equipment or
quality of construction exceeds said requirements.
Prospective bidders who desire to submit bids for this apparatus
within the bidding rules, but who may not be able to meet the
specifications exactly in every detail are invited to submit their
bids anyway, and such bids will be considered in deciding to whom
a contract will be awarded, provided that all such deviations from
these specifications must be listed in writing with the respective
bid, and an explanation of the deviation from specification
included. In any case however, the City of Fayetteville, Arkansas,
represented by its Mayor, City Council, Purchasing Director, and
Page - 1
•
•
•
Fire Chief (hereinafter referred to as "the Purchaser"), retains
the right to refuse any and/or all bids submitted for this project,
and to determine fully by itself which bid is deemed best overall
in the interests of the City of Fayetteville and its Fire
Department.
The apparatus will be inspected and performance tested upon
delivery prior to acceptance for compliance with the specifications
and generally accepted good practices. Deviations will not be
acceptable unless agreed to by the Purchaser prior to the executing
of the contract or by subsequent agreement executed in writing by
the Purchaser. Deviations from the specifications and/or generally
accepted good practices not previously agreed to by the Purchaser
will be deemed cause for rejection of the apparatus.
If at any time during the life of the apparatus, it is discovered
that it did not meet the specifications herein contained when
delivered and accepted, the bidder and/or manufacturer shall assume
liability
and make the necessary modifications or repairs at no cost to the
Purchaser.
The following requirements will be strictly adhered to by the
Purchaser, and bidders who cannot meet these requirements will be
disqualified from consideration for bid award:
1 Company proposed to build the apparatus must be an
established, reputable fire apparatus manufacturer,
having been in business a minimum of ten (10) years and
having built at least one hundred (100) apparatuses
similar in design to the type specified herein. The
company must be able to furnish a list of purchasers of
similar apparatuses from their company if requested, with
whom the Purchaser can check as to the quality and
dependability of the unit(s) furnished.
Page - 2
1999 Pumper Type Fire Apparatus Specifications
2. The company proposed to build the apparatus must
ascertain capability of furnishing parts, service, and
technical assistance related to the apparatus for the
next twenty (20) years.
3. The apparatus must be completely built and assembled in
one or more plants inside the continental United States.
The builder shall furnish to the Purchaser information
regarding the location of the factory(s) where the
apparatus is to be built.
DUALITY AND WORKMANSHIP
The design of the apparatus must embody the latest approved
automotive engineering practices. Modular design and construction
technique is preferred.
Workmanship must be of the highest quality in its respective field.
Special consideration will be given to the following:
accessibility of the various components which require periodic
maintenance; ease of overall operation; and symmetrical
proportioning of the overall apparatus.
Construction must be rugged with safety a high priority as it
relates to design, construction, and operation of the apparatus.
The apparatus must be designed to carry the loads of the rig as
specified, with reserve, and to meet the road requirements and
speed conditions as set forth later in these specs.
Welding shall not be employed in the assembly of the apparatus in
a manner that will prevent the removal of any component parts for
service or repair. All welding must be done by certified welders.
PERFORMANCE TESTS AND REQUIREMENTS
A road test will be conducted with the apparatus fully loaded, and
a continuous run of ten miles or more will be made under varying
road conditions. During this test the apparatus shall show no loss
of power, overheating, or other malady indicative of inability to
Page - 3
• •
1999 Pumper Type Fire Apparatus Specifications
perform normally. The drive train shall run quietly and be free
from abnormal vibration or noise throughout the operating range of
the apparatus. The apparatus, when loaded, shall have not less
that 25% nor more than 45% of its weight on its front axle and not
less than 55% nor more than 75% of its weight on its rear axle.
The following tests will be conducted with the apparatus fully
loaded and ready for service with the Fayetteville Fire Department:
1. Standing start acceleration test - must achieve 45 mph
within 30 seconds on level concrete or asphalt roadway -
must not exceed recommended governed speed of the engine;
must accomplish without manually changing the initially
selected transmission range(drive).
2. Top speed test - must achieve 60 mph on level roadway
without exceeding recommended governed engine speed.
3 Service brake test - must stop vehicle within 30 feet at
20 mph level roadway.
4 Parking brake test - parking brake system must hold
vehicle motionless for a period of five minutes on an
incline of approximately 20% with engine idling and
transmission in neutral; tests to be conducted with
brakes holding against both forward and backward motion.
5 The manufacturer shall conduct the standard Underwriters'
Laboratories tests for such apparatus and furnish
documentation of successful completion of said tests.
FAILURE TO MEET TEST REOUIREMENTS
In the event the apparatus fails to meet the test requirements of
these specifications on first trials, second trials may be made at
the option of the manufacturer within thirty (30) days of the date
of the first trials. Such trials shall be final and conclusive,
and failure to comply with the requirements specified herein shall
be cause for rejection of the apparatus.
Page - 4
• •
1999 Pumper Type Fire Apparatus Specifications
Permission to keep or store the apparatus in any building owned or
occupied by the Purchaser or its use by the Fayetteville Fire
Department during the above specified period with the permission of
the manufacturer shall not constitute acceptance.
LIABILITY
The successful bidder shall defend any and all suits and assume all
liability for the use of any patented process, device, or article
forming a part of the apparatus or any appliance furnished under
the contract.
pELIVERY
The manufacturer shall state with his bid the number of working
days and/or calendar days needed for construction and delivery of
the apparatus after the contract is executed.
The manufacturer shall deliver the unit to the Purchaser and shall
furnish to the Purchaser a qualified delivery engineer who shall
remain in the City of Fayetteville a sufficient length of time to
instruct Fire Department personnel in the operation, care, and
maintenance of the apparatus.
Method of delivery is left to the discretion of the manufacturer,
but subject to the approval of the purchaser. Overland delivery
will be acceptable provided that the apparatus is driven to
Fayetteville via the shortest and/or most direct route from the
manufacturer's factory to the City of Fayetteville. Diversion to
alternative locations for purposes of storage, display, showing,
mounting equipment, or for any other reason will not be acceptable
without the expressed consent of the Purchaser.
Bidders are advised that no final payment for the apparatus
will be made upon delivery until the completed apparatus and all
equipment included in these specifications have been delivered,
tested, and accepted. The unit will be paid for when it and all
equipment listed herein have been accepted and are ready to be put
Page - 5
•
• •
1999 Pumper Type Fire Apparatus Specifications
into service.
The following documents must be delivered with the apparatus:
1. Two copies of complete operations and maintenance manuals
for the chassis, engine, pump, apparatus wiring,
transmission, and equipment.
2. All required U.L. Certification Test documents.
3. Any other documentation expressly specified herein.
WARRANTY
The manufacturer shall warrant the entire apparatus to be free of
defects in workmanship or materials for a period of one (1) year
from the date of acceptance by the Fayetteville Fire Department.
Warranties on components exceeding one year shall remain in force
and shall be passed on by the apparatus manufacturer. This
warranty shall cover the costs of parts and labor for the warranty
period. Bidders shall submit with their proposals a complete
description of the warranty to be furnished.
AWARDING OF CONTRACT
The contract will be awarded to the bidder deemed by the Purchaser
to have submitted the best bid overall subject to the Purchaser's
retained right to not accept any of the bids.
CHASSIS CAB, AND POWER TRAIN SPECIFICATIONS
The cab/chassis shall be a Freightliner, Model FL 80, with four
door cab. It shall have riding spaces for at least five personnel,
two in the front and at least three in the rear. Fire personnel
shall be able to ride comfortably in the cab when outfitted with
full protective clothing. Each riding position shall be designed
with comfort and safety as primary factors. Provision shall be
made at each rear cab riding position and at the officer's position
Page - 6
• •
1999 Pumper Type Fire Apparatus Specifications
in the front section for mounting of self-contained breathing
apparatus (Scott Air Pak Model "Fifty", 2216psi). This shall be
accomplished by the mounting of seats specifically designed for
this purpose ("SCBA seats").
The driver's seat shall be of the adjustable air ride type,
high backed, and designed for maximum comfort and safety.
All four doors of the apparatus shall open outward from the
side of the cab. Front and rear doors on each side shall open in
parallel arcs. Each cab door shall have a stainless steel or
polished aluminum scuff plate installed on the inside of the door,
covering from the bottom of the door to at least nine inches (9")
above the bottom.
The entire interior of the cab shall be as one compartment
with no dividing partition between the front section and the rear
section.
Each riding position including the driver's shall be large
enough to accommodate a fully geared firefighter approximately six
feet, five inches tall, weighing approximately two hundred and
twenty-five pounds (225) with adequate head, leg, and side room.
STRENGTH, STABILITY, AND DURABILITY OF CHASSIS
The apparatus manufacturer shall certify that the chassis being
furnished for this unit is structurally and operationally sound for
the application intended and is designed to maintain that soundness
for the life of the unit, given normal use and maintenance.
Factors to be included in determining the structural and
operational soundness of the chassis shall include, but not be
limited to the following:
1. The frame and sub -frame.
2. The wheelbase (Fayetteville is a city of hills and short
radius turns. Thus it is the desire of the purchaser to
keep the wheelbase as short as practical, keeping
Page - 7
•
• •
1999 Pumper Type Fire Apparatus Specifications
personnel safety and operational efficiency as primary
factors. Bidders should include a specific reference
with their bids stating the wheel base of the finished
unit they are proposing).
3. The front axle and suspension system. Front axle to have
minimum capacity rating of 12,000 pounds. Heavy duty
telescoping shock absorbers (Monroe Magnum 70, or equal)
are to be used on the front axle. Oil seals with viewing
windows must be provided also, Chicago Rawhide oil seals,
or equal.
4. Rear axle and suspension system. Single rear axle
required. Rear axle capacity rating not less than 23,000
pounds. Single speed differential required allowing a
top speed of 65 m.p.h., ± 5. All springs shall be
compatible with the corresponding axle and shall have
readily accessible lubrication fittings. Front springs
shall be of the taper leaf type.
5. The wheels and tires - tires to have expected service
life of not less than ten years for this application.
Front tires to be Michelin XZA2UR22.5, 14 -ply highway
tread, rear tires to be Michelin XDN11R22.5, 16 -ply all
terrain type. Wheels to be steel disc, ten hole, Budd
Accuride type 8.25" X 22.5".
6. The cooling system - radiator core, tubing, fittings,
etc., shall be of brass and copper materials, all heavy
duty. Cooling system shall meet or exceed requirements of
engine manufacturer under all truck operating conditions.
Low coolant sight glass required.
7. The fuel storage and fuel pumping system - minimum fuel
storage capacity of fifty gallons required; aluminum fuel
tank required.
8. The exhaust system (exhaust system not expected to last
the life of the unit, but must be designed to properly
Page - 8
• •
1999 Pumper Type Fire Apparatus Specifications
vent' the engine) - exhaust gases shall discharge from
a chrome tipped pipe in front of the right rear wheels.
9. The drive train (engine/transmission
contained later herein).
specifications
10. The steering system - Heavy duty integral hydraulic power
assisted steering required, rated for this chassis and
its intended use. Steering wheel diameter minimum
nineteen inches.
11. The braking system - must meet or exceed Federal Standard
FMVSS-121; full air brakes required with rapid pressure
build up system; compressor capacity at least 15.5 CFM;
must build up to 70 psi within 30 seconds when system is
empty. Heated air dryer required. Brakes to be disc
type on all wheels; spring activated emergency/parking
brakes required on rear axle chambers with control and
indicator light in cab; automatic slack adjusters
provided on all brakes. All anti-lock brake system (ABS)
required with Acceleration Slip Resistance (ASR) or
Automatic Traction Control (ATC) or comparable anti -slip
features included.
12. ELECTRICAL SYSTEM
The body electrical system shall be designed as an
integrated electrical package specifically engineered for fire
apparatus application. The integrated electrical system will be
comprised of a central power distribution panel which interfaces to
the body and chassis through an engineered harness system.
The electrical distribution panel and circuits must be
housed in a sealed enclosure. All circuit entry points to the
distribution panel must be made through locking bulkhead style
connectors which are sealed at the panel wall by formed gaskets.
The distribution panel will incorporate a sealed bulkhead style
stud for the main power source connection to the internal circuits.
A grounding stud shall be incorporated onto the panel enclosure.
Page - 9
• •
1999 Pumper Type Fire Apparatus Specifications
All internal wire end terminals, including locking bulkhead
connectors, shall be mechanically affixed to the wire ends by
machine terminal crimping presses. No hand crimped terminals will
be acceptable.
All internal splices shall be ultrasonically welded
connections....no butt style connections will be acceptable. All
internal wiring shall be of the high temperature GXL type wire and
shall be protected by wiring duct wherever possible.
The electrical distribution panel shall consist of seven (7) power
distribution relays. The power distribution relays shall be
replaceable, SPDT automotive style, rated at a minimum of 30
amperes. The power distribution relay activation circuit polarity
shall be selectable between positive or ground input. Each relay
shall be protected by an appropriately rated circuit breaker.
Diagnostic LED's shall be present to indicate when the switch input
is activated, the polarity of the switch activation signal, power
to the relay buss, and power through the relay when activated.
The power distribution relays shall incorporate separate inputs
which are able to readily accept outputs from a load management
system. The load management inputs must allow for the addition of
a load management system before, during or after the time of
delivery without requiring and rewiring of the existing
distribution panel circuits. The input switch diagnostic LED's
shall be configured so that the indicator is controlled by the load
management inputs.
Connections to the distribution panel shall utilize spring loaded
"cage clamp" style connectors (Wago or equivalent) wherever
possible. Screw clamp type connections are not acceptable.
The electrical distribution panel shall incorporate a pump
interlock module. The module shall control the interlock circuit
to meet the current NFPA pump engagement requirements. Diagnostic
LED's shall be present to indicate the interlock signals of Park -
Brake, Neutral, Pump -in -Gear and O.K.-to-Pump circuits.
Page - 10
•
• •
1999 Pumper Type Fire Apparatus Specifications
The pump interlock module shall be programmable to accept the
specific input polarity of the interlock signals to minimize the
use of redundant inverting circuits.
The distribution panel shall also contain circuits ancillary to the
required DOT signals and other body functions.
The complete body electrical system shall be 100% documented and
contain independent circuit diagrams with point to point wiring
information, as well as a general component diagram attached to the
inside cover of the distribution panel enclosure.
The body electrical panel shall be capable of being completely
disconnected and fully tested by a computerized circuit analyzer.
A computer printout of the tested enclosure shall be provided upon
request.
All electrical equipment switches shall be mounted on a removable
switch panel mounted in the cab easily accessible and serviceable.
Light switches shall be of the rocker type with integral indicator
light to show when lights are energized. All switches shall be
appropriately identified. Also, all switches used on this panel
shall be of the type that are readily available at local auto/truck
parts outlets and shall not require special ordering from the
apparatus manufacturer.
12 VOLT TESTING
The apparatus low voltage system shall be tested and certified. A
copy of certification shall be provided to the purchaser with the
apparatus.
RESERVE CAPACITY TEST
The unit shall be run until all engine and engine compartment
temperatures are stabilized and the battery system is fully
charged. The engine shall be shut off and the minimum continuous
electrical load shall be activated for ten (10) minutes. All
electrical loads shall be shut-off after (10) minutes and the
battery system shall then be capable of restarting the engine.
Page - 11
•
• •
1999 Pumper Type Fire Apparatus Specifications
ALTERNATOR PERFORMANCE TEST AT IDLE
The alternator shall be tested to assure that it will handle all
normal loads including warning lights at engine idle.
TOTAL SYSTEM MANAGER - CLASS 1
The apparatus shall be equipped with a Class 1 Total System Manager
or comparable electrical system load management system.
The system manager shall have a digital display to indicate system
voltage in normal operation mode and also indicate the output
configuration during programmable mode.
The system manager shall be protected against reverse polarity and
shorted outputs, and be enclosed in a metal enclosure to enhance
EMR/RFI protection.
The system manager shall have a cab display to indicate power on,
low battery, and fast idle activation.
FLUID CAPACITY PLATE
A permanently affixed fluid date plate shall be installed in the
driving compartment to indicate the type and qualities of the
following fluids used in the vehicle.
A. Engine Oil
B . Engine Coolant
C. Chassis Transmission Fluid
D . Pump Transmission Lubrication Fluid
E . Pump Primer Fluid (if applicable)
F. Drive Axle Lubrication Fluid
G . Air Conditioning Refrigerant
H . Air Conditioning Lubrication Oil
I. Power Steering Fluid
J . Cab Tilt Mechanism Fluid
K . Transfer Case Fluid
L . Air Compressor System Lubricant
Page - 12
• •
1999 Pumper Type Fire Apparatus Specifications
M. Generator System Lubricant
The following information shall also be supplied on the Fluid Data
Plate:
A. Chassis Manufacturer
B . Production Number
C. Paint Number
D . Year Built
E . Date Shipped
F. Vehicle Identification Number
POWER TRAIN
The engine shall be a Cummins ISC 330 horsepower @ 2200 RPM. The
engine shall be equipped with all standard and optional equipment
recommended by Cummins for this application.
The transmission shall be an Allison Model MD 3066R with specialty
rating and all other standard and optional features recommended by
Allison for this application. An electric backup alarm shall also
be provided. The transmission shall have only one overdrive ratio
above direct drive, five forward ratios total. Transmission shall
also be equipped with brake assisting speed retarder.
TOW HOOKS AND EYES
Two heavy duty chrome plated tow hooks or eyes shall be provided on
the front and rear of the apparatus, bolted directly to the frame.
CAB LIGHTING
The cab shall be equipped with the standard array of headlights,
spot lights, turn indicators, emergency flashers, ICC flashers,
clearance and marker lights, cab dome lighting, and door operated
step lights at cab entrances normally used for such applications.
ADDITIONAL SPECIFICATIONS APPLYING TO VEHICLE CAB
Page - 13
•
1999 Pumper Type Fire Apparatus Specifications
In addition to the requirements previously specified herein, the
vehicle cab shall be equipped with the following instruments:
1. Electronic tachometer, with hour meter.
2. Electronic speedometer, with odometer.
3. Dual air gauges with warning lights and buzzer.
4. Oil pressure and water temperature gauges.
5. Voltmeter and Ammeter.
6. Fuel level gauge.
7. Headlight high beam indicator.
8. Self -canceling turn indicator with hazard switch.
9. Large capacity, heavy duty heater/defroster.
10. 45,000 BTU air conditioning unit inside cab with 65,000
condenser. All cab walls to be insulated with one inch
(1") Styrofoam. Insulation to be hidden behind vinyl or
metal liner...same color as cab interior.
11. One outside spot light on each side of the front of the
cab, operable from inside cab, mounted through doorpost
or front of cab, Unity or equal, minimum 6 inches in
diameter, with halogen lamp.
12. Cab map light with 20 inch flexible goose neck, integral
switch, and 15 watt halogen bulb.
13. Deluxe VelVac or comparable "Bus Type" stainless steel
mirrors with 6.5" x 10" flat and 6" x 6.5" convex
sections mounted on each side of cab. Mirrors to be
electrically adjustable from inside apparatus cab.
14. Siren - There shall be one electronic (Federal Model PA -
Page - 14
a
• •
1999 Pumper Type Fire Apparatus Specifications
500-F, or comparable) siren. The electronic siren shall
be operable from controls on the siren amplifier only and
shall feed its audio into one Federal or comparable
speaker (100 watt) which shall be mounted recessed into
the cab bumper.
15. Air horns - Two Grover #1501 stutter tone, or comparable,
air horns shall be mounted recessed into the cab bumper
with activating controls easily accessed by both officer
and driver.
16. Alternator - The truck shall come equipped with a heavy
duty alternator, minimum rated output of 270 amps.
17. Radio compartment, waterproof, located beneath officer's
seat or between seats; compartment must allow for
mounting of two-way radio in such a way as to be easily
accessible for maintenance and repair.
18. Heavy duty insulation package to provide sound
penetration rating of not over 85 decibels while the
vehicle is in full emergency response mode.
19. Padded dashboard and firewall.
20. Padded cab doors with map pockets.
21. Cab instrumentation shall comply with SAE Standard J6808.
22. Handrails - 1 1/4" heavy duty brushed stainless steel or
polished aluminum with polished chrome brackets - one
each side at each entrance to assist entering each
safely.
23. Manufacturer's standard cab interior where not otherwise
specified herein.
24. A quick connect coupling for air tools or for charging
system shall be provided with female twist quick release
mounted in an easily accessible location.
Page - 15
• •
1999 Pumper Type Fire Apparatus Specifications
25. Individual, electric windshield wipers.
BODY/COMPARTMENTS SPECIFICATIONS
It is the intention of the Purchaser not to "write out" any
reputable pumper/apparatus manufacturer on the basis of body and
compartment construction. We will accept any reputable
(established) pumper manufacturer's standard body compartment
configuration as long as the following provisions are met:
1. Manufacturer's top of the line all aluminum construction
and configuration.
2 Left side - not less than four (4) compartments, each as
large as practical, with at least two "high side"
compartments each large enough to accommodate three
thirty -minute SCBA units mounted in Ziamatic type
brackets with room for masks and regulators and mounted
in such a way as to be easily and quickly removable for
fast donning. The rear high side compartment shall come
equipped with the proper Ziamatic brackets for three
thirty minute rated (2216 psi fill) Scott "Fifty" air
packs, mounted so that the Scott SCBA will stand in the
brackets with the cylinder valves up or toward the top of
the compartment. Ziamatic brackets shall be mounted in a
"runway" attached to the apparatus body having slotted
centers so that the brackets are easily movable
(adjustable) frontward or rearward and easily removable
and replaceable.
3. Right side - Two compartments, 1 each in front of and
behind rear wheels, with each as large as can be safely
and effectively functionally provided.
4. A rectangular compartment above the right side
compartments and the right rear wheels, running the
entire length of the body from the rear of the right rear
compartment to the front of the right front compartment
(under ladders), as deep as can be practically made, and
having two horizontally hinged, downward opening doors,
each of the same dimensions. Door opening height for
Page - 16
1999 Pumper Type Fire Apparatus Specifications
these compartments shall be at least seven (7) inches.
5. One compartment at rear above rear step - minimum size
forty inches (40) wide, twenty-eight (28) inches high
,twenty-two (22) inches deep. This compartment shall be
single and separate from the side compartments behind the
rear wheels.
6. A tool compartment shall be provided below the hosebed
above the rear compartment. Minimum door opening for this
compartment; 10" high x 30" wide x 12" deep.
7. Dri-Deck flooring shall be installed in all the above
compartments.
8. There shall be four (4) tubular type SCBA cylinder
compartments located in the rear wheel wells, two on each
side. These compartments shall be well affixed to the
wheel well by seam welding. The bottom of the tubes
shall also be supported to eliminate cracking from
vibration. The tubes shall be vented to prevent moisture
accumulation. Doors for these compartments shall be cast
aluminum with a positive latch. Compartments shall be
lined with a material to protect the air cylinder finish.
9. Doors for all compartments except the long rectangular
compartments under the ladders, and the tool compartment
immediately below the hose bed, shall be of the "roll -up"
type. These shall be heavy duty, designed for fire
service applications. All roll -up doors shall be
Rollomatic/Robinson Shutters, or equal, installed
according to the manufacturer's instructions.
10. The horizontally hinged doors for the long rectangular
compartments and the rear tool compartment shall be of
the manufacturer's top quality, designed to make these
compartments water tight when closed. These doors shall
have Eberhard #206 double catching two point safety slam
type latches with flush mounted "D" ring handles designed
for easy use while wearing gloves. They shall have
Page - 17
1999 Pumper Type Fire Apparatus Specifications
polished stainless steel continuous hinges with a pin
diameter of at least .1875 inch. These doors shall also
have positive mechanical stops or holders to hold the
doors open in a position perpendicular or nearly
perpendicular to the apparatus body, and easily released
for closing.
11. All compartments must be well lighted, lights to come on
when doors are open with battery switch on; lights
shall go off when doors are closed.
12. Doors must adequately vent compartment when door is
closed.
FENDERS. RUNNING BOARDS, AND EDGES
Fenders shall
be heavy duty
design, fabricated
for long life. They
shall be the
manufacturer's
top of the line.
Rear fenders shall
have chrome or
polished aluminum fenderettes
around facings.
All running boards, steps, and trim pieces shall be of minimum 1/8"
bright finish aluminum tread plate. All edges and corners shall be
rounded and deburred to prevent snagging and injury. Additional
tread plate shall be furnished as follows:
1. 4" kickplates above running boards wherever necessary to
protect body.
2. All surfaces over compartments or on top of body where
personnel may walk or equipment may be mounted.
3. Entire rear face of body.
4. Battery box covers.
HOSE BED
The hose bed shall be of aluminum construction throughout,
Page - 18
1999 Pumper Type Fire Apparatus Specifications
reinforced where necessary. The interior shall be smooth and free
from all projections such as nuts, sharp angles, or brackets which
might damage the hose.
The hose bed shall be divided into six (6) compartments, each
having a capacity as follows: Standing behind the truck and facing
the rear of the truck, the first hose compartment on the left
(driver's side) can be counted as number 1, the next one to the
right as number 2, and so on across the hose bed from left to
right, numbered consecutively.
Hose bed #1 shall have ample space to carry 250 feet of 1 3/4" 100%
synthetic double jacketed fire hose connected together from five
(5) fifty foot sections.
Hose bed #2 shall be the same as hose bed #1.
Hose bed #3 shall have ample space to carry 800 feet of 3" 100%
synthetic double jacketed fire hose, connected together from
sixteen (16) fifty foot sections.
Hose
bed #4 shall
have ample
space to carry 800 feet of 5" hose,
Snap
Tite DuraLite,
or equal,
connected together from eight (8) 100
foot
sections with
Storz type
couplings.
Hose beds #5 and #6 shall be the same as hose beds #1 and #2.
Each hose bed compartment shall be partitioned off from the
adjacent compartment by an aluminum divider. All dividers shall be
mounted in such a way as to be readily movable without removing the
divider from the hose bed. Dividers shall also be designed though
to be readily removable from the bed if needed.
BOOSTER TANK
The booster tank shall be a UPF Poly -Tank II E, with a minimum of
750 gallons capacity. The tank shall have a lifetime warranty
against corrosion and any other type of tank failure not related to
misuse or abuse. The booster tank shall be connected to the intake
Page - 19
1999 Pumper Type Fire Apparatus Specifications
side of the fire pump with hard rubber tubing through a 3 % inch or
larger full flow ball valve with the control at the pump panel.
Tank to pump line shall run straight (no elbows) from the tank to
the pump. There shall be a check valve in the pump inlet opening
to prevent water under pressure admitted to the pump from another
source from
backing up into the tank (3/16" hole in check valve ok).
Tank mounting, removal capability, baffling, filler, overflow, and
other pertinent features shall comply with the requirements of NFPA
#1901.
FIRE PUMP AND ACCESSORIES
The fire pump shall be a
Waterous single
stage, centrifugal,
rated
at 1250 gpm capacity at
150 psi net
pump pressure and
fully
complying with NFPA 1901
requirements.
The driver of the apparatus must be able to completely engage the
pump on the apparatus without leaving the cab. Indicator lights
shall be provided to tell the operator when the vehicle is in
pumping mode, road mode, or neutral. Said lights shall be located
in the cab in front of the driver's position and just adjacent to
the throttle control on the pump operator's panel.
The pump shall be equipped with a positive, efficient pressure
control device which, when properly set, will not allow a pressure
increase of more than twenty (20) psi when a flow of 1250 gpm is
slowly shut off. Pressure control indicator shall be included to
show when the device is operating or in stand-by readiness.
The pump shall be equipped with an electrically driven, positive
displacement, rotary type priming device.
Each main pump suction shall include a removable strainer to
prevent entry of damaging particles into the pump impeller.
Other required features related to the fire pump:
Page - 20
I
1999 Pumper Type Fire Apparatus Specifications
1. Six inch main pump inlet manifold on each side of
apparatus with a Snap Tite (or comparable) 6" NST female
(swivel) to 5" Storz connector adapter (gated) on each
side. All inlet valves shall have air bleeders on the
hose side of the valve with minimum air passage ways of
1/4 inch with no restriction when air bleeder valve is
open. Main pump inlet manifolds to be of the short type,
protruding not more than 2 4 inches outside body panels.
2. All essential pump controls including intake and
discharge valves, relief valve, primer, throttle control,
gauges, heat exchanger, etc., shall be operable from the
pump operator's position amidship on the left side of the
apparatus except the right side Snap Tite inlet valve,
and the gated wye controls on the rear of the apparatus
as to be specified subsequently herein.
3. There shall be two (2) 2 34" discharges on each side of
the apparatus, on and directly across from the pump
panel, each controlled by a ball type, push-pull
operated, all bronze bodied, full flow 2 34" valve.
4. There shall also be two 2 34" outlets, one on each side,
at the rear, protruding out the rear panels just below
the hose bed. The outlets shall be piped off the pump
with three inch (3") piping, controlled by separate 3"
ball type, push-pull, bronze, full flow valves. The
three inch pipes shall culminate into a 3" N.P.T. female
to 2 34" N.S.T. male chrome plated or polished aluminum
adaptor. Adequate clearance shall be allowed on each
rear discharge to connect a 2 34" x 1 34" x 1 3S" gated wye
adapter and freely open and close the gates on the wye
when it is in the horizontal position. However, these
outlets shall not be located so as to interfere with hose
being pulled out or being paid out of any section of the
hose bed. 3" rear discharge piping shall not pass through
booster tank.
5. Each 2 34" outlet shall have a 3/4" drain valve, connected
on the discharge side of the outlet valve and controlled
Page - 21
I . I
0
1999 Pumper Type Fire Apparatus Specifications
by easily accessible valve controls, three on each side
of the truck. Rear discharge drain controls may be at
the rear of the truck, directly under the outlet.
6. There shall also be a 3" deck gun riser coming off the
pump discharge in such a way that a permanently mounted
deck gun can be used effectively and safely. This
piping shall be installed securely so that no movement
occurs when the deck gun is in use at high flows and/or
high pressures. This riser shall be gated and controlled
at the pump operator's panel also. This valve shall be of
the slow -close type prohibiting opening/closing of the
valve in less than three seconds.
GAUGES
There shall be a discharge gauge connected to each of the six 2 y,"
outlets, connected on the discharge side of the valve, and mounted
on the pump operator's panel, numbered and color coded to
correspond with the outlet to which each gauge is connected. Valve
controls, gauges, and drains shall be common color code
identifiable.
There shall also be an individual discharge pressure gauge in the
piping to the deck gun, also connected on the discharge side of the
valve and mounted on the pump panel. This gauge and valve control
shall be color coded red with white letters.
All the aforementioned gauges are to be 3" in diameter, graduated
to 400 psi, liquid filled, freeze resistant type, products of Span
Instruments of Plano, Texas, or equal.
There shall also be a master discharge gauge (0 - 600 psi)
connected to the pump chamber as close as practical to where the
water leaves the pump and mounted on the pump panel in a readily
distinguishable setting. There shall also be an intake pressure
(compound) gauge (30 in. Hg to 300 or 400 psi) connected as close
Page - 22
Ll
1999 Pumper Type Fire Apparatus Specifications
as practical to where the water enters the pump and mounted on the
pump panel in a readily distinguishable setting. These master
gauges shall be at least 4 34 inches in diameter, liquid filled,
freeze resistant type, products of Span Instrument, or equal.
The pump to gauge lines shall be designed with enough
flexibility to allow the gauge panel on the pump panel to be of the
vertically hinged "swing out" type for easy access to the rear of
all gauges.
The gauge panel and pump operator's panel shall be covered with a
non -glaring, non -reflective black vinyl surface material.
Lighting, sufficient to well illuminate the pump operator's panel,
shall be provided controlled by a switch on the panel.
Additionally, the pump operator's panel shall contain an electronic
type engine throttle control and a control for a heat exchanger
type auxiliary engine cooling device (no radiator fill valve).
Other control devices on the pump panel shall be provided as
required by NFPA #1901.
BOOSTER HOSE REELS
The truck shall have one (1) booster hose reel mounted directly
behind the cab, either side, at the frontmost part of the body,
above the pump. The reel shall come equipped with two hundred fifty
feet (250') of one inch (1") booster hose, 800 psi test. The one
inch hose line shall have a KR Products Model DQS40 nozzle rated at
5-10-24-40 gpm at 100 psi. This nozzle shall be mounted in some
kind of substantial holder on the same side of the apparatus as the
reel and in such a way as to make accessing and pulling the booster
line off the reel as easy as practical. The reel shall be of the
electric rewind type with push button switches, hand or foot
operable, on the corresponding side of the truck. The reel shall
have stainless steel rollers to act as guides to make pulling and
rewinding the hose easier. The outside hose guide rollers shall be
constructed and mounted in such a way that the hose will pass over
the roller approximately six inches (6") outside the apparatus
body. The hose guide rollers shall also be mounted in such a way as
Page - 23
C
I
1999 Pumper Type Fire Apparatus Specifications
to allow
the reel hose line to be
pulled from
either side of the
truck.
The reel
shall be mounted in such a
way that at
least the top half
of the reel
and the hose wound thereon
are
visible to someone
standing
on the ground beside the
apparatus and directly beneath
the reel.
The piping to the reel shall include a push-pull operated valve,
controllable from the pump panel. The piping from the pump to the
reel hose line shall be adequate to enable the reel hose line to be
flowing fifty (50) gallons of water per minute with a pressure
loss not exceeding twenty (20) psi between the pump master gauge
and the reel inlet.
DECK GUN
Mounted between the front (cab end) of the hose bed and the front
of the apparatus body, on the side opposite the hose reel in a
location readily accessible for manual operation, shall be a Akron
Apollo Style 3422 deckgun connected to the pump discharge by piping
not smaller than 3 inches (3"), coming off a 3" slow open valve
connected directly to the pump discharge provided for a deck gun,
and operable from the pump panel.
The deck gun shall be mounted in such a manner as to have freedom
to turn 360 degrees in either direction and to discharge water at
or below horizontal. It should also be mounted in such a manner as
to be safe for operating by one firefighter while discharging 1,100
gallons per minute through a 1 3/4" nozzle tip at 150 psi nozzle
pressure in any operable position. It shall also be mounted and
piped in such a way that when a water flow of 1,000 gallons per
minute is discharging from the nozzle tip, the pressure loss
between the master pump discharge gauge and a pitot tube gauge
reading the nozzle pressure will not exceed 50 psi.
The deck gun shall have a detachable, lightweight stream shaper
with thread on each end to be 2 %" NST, Akron style 3488, or equal.
Page - 24
1999 Pumper Type Fire Apparatus Specifications
Nozzles for the deck gun shall be stacked solid stream tips of 1
3/8", 1 y", 1 3/4", and 2" (Akron style 2499 Akrolite, or equal).
Also, included shall be the optional portable monitor base for the
Apollo gun, having two 2 34" female swivel inlets.
LADDERS
Three (3) ladders shall be furnished and mounted on the apparatus
as follows:
On the right side shall be a twenty-four (24) foot, two -
section extension ladder and a fourteen (14) foot roof ladder, each
of aluminum construction. These shall be products of, or equal to
similar products of, the Duo -Safety Company of Oshkosh, Wisconsin.
Also included shall be a ten (10) foot folding aluminum attic
ladder (Duo -Safety or equal). This ladder shall be mounted in an
accessible location and in such a way as to be readily removable.
ELECTRIC LIGHTS AND WARNING DEVICES
In addition to the lights furnished and/or required with the
chassis, there shall be provided the following lights and warning
devices:
Emergency Scene Lighting.. Two telescoping emergency scene
floodlights mounted onto the rear of the apparatus cab, or onto the
front (cab end) of the body, one on each side. These lights shall
be capable of 360 degree manual rotation when extended. They shall
also be wired directly to a switch or circuit breaker box which has
a power cord permanently extended to the generator compartment and
which can be manually plugged into a generator outlet. Lamps for
these lights shall be 500 watt, quartz type. Extending flood lights
shall be Fire Research Corporation model LT530-S, or equal.
Two 6" diameter rear swivel deck lights mounted above the
tailboard handrail, one on each side, with flood type lamps, not
less than 6,000 candle power (halogen type) each.
Page - 25
•
light bar with red lenses
takedown style lights to t
on the front, and clear sol
switches for this system to
to the driver. Additional
necessary to comply with t
1999 Pumper Type Fire Apparatus Specifications
Two Public Safety Equipment Company Model 550 rotating red
lights (or comparable) , one each side, installed above the hosebed.
These lights to be controlled by a switch in the cab.
Two alternately flashing red lights on the front of the cab,
one each side, mounted inside the headlights. The same switch
shall control these and the rear rotating red lights.
Mounted atop the truck cab shall be a Federal Street Hawk
on both sides and with amber flashing
e rear, clear flashing takedown lights
d "alley lights" to each side. Control
also be in truck cab readily accessible
warning lighting shall be provided as
e current requirements of NFPA #1901.
PREPARATION AND PAINTING - BODY AND CAB
All exposed metal surfaces not chrome plated, polished stainless
steel, or bright aluminum tread plate shall be thoroughly cleaned
and prepared for painting. The aluminum surfaces shall be properly
etched using a high pressure and high temperature acid etching
system. All steel surfaces shall be properly treated using a 3 -
phase high temperature cleaning/phosphatizing system. All
irregularities in painted surfaces shall be rubbed down and all
seams shall be caulked before the application of the finish coat.
Both the cab and body shall be painted.
All removable items such as wheels, brackets, compartment doors,
door hinges, trim, etc. shall be removed and painted separately to
insure finish paint behind all mounted items. Body assemblies that
cannot be finish painted after assembly are to be finish painted
before assembly. Both aluminum and steel surfaces to be painted
shall be primed with a two -component primer which is compatible
with the finish coat.
The apparatus is to be finish coated red with premium quality
urethane topcoat, providing a surface gloss of 90 percent
reflection measured on a 60 degree geometry. The color is to be
Page - 26
_ . .
I
1999 Pumper Type Fire Apparatus Specifications
Candy Apple Red.
An isolation tape or gasket material is to be used prior to
reassembly or reinstallation of the lights, handrails, door
hardware, etc. to prevent any damage to the finished painted
surfaces.
Compartment interiors shall be painted with a mar/scratch/chip
resistant finish.
LETTERING
Mylar/Mylar, gold/black shaded lettering, 3, is to be provided as
follows:
(1) On each front door of the apparatus are to be the words:
FAYETTEVILLE FIRE DEPARTMENT.
STRIPING
Mylar gold striping is to be provided along the top, bottom, front,
and rear edges of the body with scrolls in each corner, accented
with a pin stripe.
A ten inch (10") white scotchlite band shall be provided around the
apparatus at headlight level. This band shall surround the entire
truck, breaking only where necessary for obstructions, door
openings, etc.
ADDITIONAL EQUIPMENT TO BE INCLUDED (PER UNIT)
1 - Red nylon hose bed cover, installed.
4 - Akron brass "Assault" nozzles rated at 125 GPM at 75PSI with
pistol grip handles, Akron style #4820.
Pike Poles One ten foot, one (1) six foot, products of Duo -
Safety, or equal; fiberglass handles required,
Page - 27
. .•
0
1999 Pumper Type Fire Apparatus Specifications
mounted.
Axes One 6 pound pick head and one 6 pound flat head axe,
fire service quality, with brackets, mounted prior
to acceptance; all axes to have fiberglass handles.
Hand Lights Two streamlight SL -20 lights with vehicle chargers
mounted inside truck cab, one in front, one in
rear; and two Streamlight SL -40 Fire System hand
lights with vehicle chargers mounted, one in front,
one in rear of cab.
Generator - One Honda Model EM -5000S generator to be mounted in
the low side compartment, right rear, mounted to
slide in and out on a tray,or sliding frame/skid,
operable on the slide or removed for remote
operation; generator to be wired into chassis
electrical system to allow starting off truck
batteries.
Wye Adapters -Two 2 34" NST(F) to two 1 34" NST(M) gated, Akron
#2581, or equal.
Double Male/Female Adapters - One set, lightweight, NST.
Wrenches - Four combination storz/hydrant wrenches with holders,
mounted; 2 spanner wrenches (Akron #10); 2 spanner
wrenches (Akron #19);
Other - Six (6) Elkhart #320 running board mounts, not
mounted on delivery.
One, (1) Akron #1828 - 2 34" hydrant valve,
mounted.
PPV Fan One (1) RamFan Model GF165
Miscellaneous -At least one of
any special
tools
required
in
the
normal maintenance, testing,
disassembly,
or
assembly
of
the
Page - 28
1999 Pumper Type Fire Apparatus Specifications
apparatus or its component parts shall be included with the
apparatus upon delivery. This does not include regular wrenches or
other devices normally available from local outlets, but custom
made or designed tools specifically necessary to properly work on
this apparatus or its parts.
APPARATUS TESTS
The apparatus shall be subjected to and approved by each of the
following tests:
1. Underwriters Laboratories Certification Test at the
manufacturer's plant, results of which must be delivered
with the apparatus. It shall be at the option of the
Purchaser whether to have a representative witness this
test, but if it is decided to do so, the Purchaser will
furnish the travel expenses necessary.
2. Various acceptance tests conducted by the Purchaser after
delivery, but before acceptance, to ascertain that the
apparatus meets certain specific requirements of these
specifications.
EXCEPTIONS TO SPECIFICATIONS
Interested representatives who cannot exactly meet these
specifications are invited to submit proposals anyway, provided
that all exceptions which they propose to these specifications are
listed in writing with the respective proposal.
CHASSIS PRE -PAYMENT OPTION
Each bid shall include an option of pre -paying the cost of the
chassis upon receipt by the apparatus manufacturer with an
explanation of any corresponding decrease in the total bid.
Page - 29
...
1999 Pumper Type Fire Apparatus Specifications
QUESTIONS, INQUIRIES
Questions or inquiries concerning the specifications
pertaining to the apparatus described herein may be directed to:
Mickey Jackson, Chief
Fayetteville Fire Department
303 West Center
Fayetteville, Arkansas 72701
501-575-8365
Questions pertaining to the bidding process should be directed
to:
Peggy Vice, Purchasing Director
113 West Mountain
Fayetteville, Arkansas 72701
501-575-8289
Page - 30
• INVITATION TO BID
1 l) I V` I I V I ¼_I1
BID 99-11
1.C.3
it
rer anacnea specircations:
1 PUMPER TYPE
FIRE APPARATUS
$167,747.001$167,747.
RESTRICTIONS OR EXCEPTIONS
TO THE BID MUST BE NOTED:
I I
EXECUTION OF BID
Upon signing this Bid, the bidder certifies that they have read and agree to the
requirements set forth in this bid proposal, including specifications, terms and standard
conditions, and pertinent information regarding the articles being bid on, and agree to
furnish these articles at the prices stated.
UNSIGNED NAME OF FIRM: PHONE: 800- FED ID#
,BIDS Ferrara Fire Apparatus, Itl 443-9006 72-112-9363
'ILL BE 9yy'E�S ADD E S: CITY AND STATE: 7U i4 4
rfEJECTED al° s el Rd. Ilolden, LA
TH IGNATURE: EE: DATE:
Chris Fcrrara,Presidc t 1/5/99
• N '- r T n ti a W
0 m A a
C n ...I REP
0 y m A m I <m ppN0.
T m T < m A T O
m D
T
z m p nil
m'
> N m >m m w rn
_T C D O O
y ml r
m A m
m
M
M
M
N
N
N
M
M
J
-S
J
J
J
a
J
V
V
q
q
q
to
O
1.1
q
V
N
N
O
U.
V
a
V
A
ID
V
a
q
O
V
N
1G
In
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
T
O
m
N
0
z
T
C
m
m
i
A
m
m
T
m
v
Dp
C
C
N
tCY1
11-660111
• • BID 99-11
1.C.5
1999 SPECIFICATIONS FOR PUMPER TYPE FIRE APPARATUS
FOR THE FAYETTEVILLE, ARKANSAS FIRE DEPARTMENT
INTENT OF SPECIFICATIONS
It is the intent of these specifications to cover the furnishing
and delivery of one (1) complete triple combination pumper type
fire apparatus as hereinafter specified, to the Fayetteville,
Arkansas Fire Department. These specifications cover the
requirements regarding construction and tests to which the
apparatus must conform with certain other details pertaining to
finish, equipment, and appliances which must be made a part of the
completed and delivered apparatus. Details of construction and
materials, where not otherwise specified, are left to the
discretion of the manufacturer and/or bidder, who shall be solely
responsible for the design and construction of all features. The
apparatus shall conform to the requirements of National Fire
Protection Association Pamphlet 1901, 1997 Edition, as a minimum
specification, and exceed the requirements of said pamphlet where
specified herein or where the manufacturer's standard equipment or
quality of construction exceeds said requirements.
Prospective bidders who desire to submit bids for this apparatus
within the bidding rules, but who may not be able to meet the
specifications exactly in every detail are invited to submit their
bids anyway, and such bids will be considered in deciding to whom
a contract will be awarded, provided that all such deviations from
these specifications must be listed in writing with the respective
bid, and an explanation of the deviation from specification
included. In any case however, the City of Fayetteville, Arkansas,
represented by its Mayor, City Council, Purchasing Director, and
Page -1
BID 99-11 •
1.C.6
I
Fire Chief (hereinafter referred
the right to refuse any and/or all
and to determine fully by itself
in the interests of the City
Department.
to as "the Purchaser"), retains
bids submitted for this project,
which bid is deemed best overall
of Fayetteville and its Fire
The apparatus will be inspected and performance tested upon
delivery prior to acceptance for compliance with the specifications
and generally accepted good practices. Deviations will not be
acceptable unless agreed to by the Purchaser prior to the executing
of the contract or by subsequent agreement executed in writing by
the Purchaser. Deviations from the specifications and/or generally
accepted good practices not previously agreed to by the Purchaser
will be deemed cause for rejection of the apparatus.
If at any time during the life of the apparatus, it is discovered
that it did not meet the specifications herein contained when
delivered and accepted, the bidder and/or manufacturer shall assume
liability
and make the necessary modifications or repairs at no cost to the
Purchaser.
The following requirements will be strictly adhered to by the
Purchaser, and bidders who cannot meet these requirements will be
disqualified from consideration for bid award:
1. Company proposed to build the apparatus must be an
established, reputable fire apparatus manufacturer,
having been in business a minimum of ten (10) years and
having built at least one hundred (100) apparatuses
similar in design to the type specified herein. The
company must be able to furnish a list of purchasers of
similar apparatuses from their company if requested, with
whom the Purchaser can check as to the quality and
dependability of the unit(s) furnished.
Page - 2
• • BID 99-11
1.C.7
1999 Pumper Type Fire Apparatus Specifications
2. The company proposed to build the apparatus must
ascertain capability of furnishing parts, service, and
technical assistance related to the apparatus for the
next twenty (20) years.
3. The apparatus must
one or more plants
The builder shall
regarding the loc
apparatus is to be
QUALITY AND WORKMANSHIP
be completely built and assembled in
inside the continental United States.
furnish to the Purchaser information
ration of the factory(s) where the
built.
The design of the apparatus must embody the latest approved
automotive engineering practices. Modular design and construction
technique is preferred.
Workmanship must be of the highest quality in its respective field.
Special consideration will be given to the following:
accessibility of the various components which require periodic
maintenance; ease of overall operation; and symmetrical
proportioning of the overall apparatus.
Construction must be rugged with safety a high priority as it
relates to design, construction, and operation of the apparatus.
The apparatus must be designed to carry the loads of the rig as
specified, with reserve, and to meet the road requirements and
speed conditions as set forth later in these specs.
Welding shall not be employed in the assembly of the apparatus in
a manner that will prevent the removal of any component parts for
service or repair. All welding must be done by certified welders.
PERFORMANCE TESTS AND REQUIREMENTS
A road test will be conducted with the apparatus fully loaded, and
a continuous run of ten miles or more will be made under varying
road conditions. During this test the apparatus shall show no loss
of power, overheating, or other malady indicative of inability to
Page - 3
BID 99-11 • •
1.C.8
1999 Pumper Type Fire Apparatus Specifications
perform normally. The drive train shall run quietly and be free
from abnormal vibration or noise throughout the operating range of
the apparatus. The apparatus, when loaded, shall have not less
that 25% nor more than 45% of its weight on its front axle and not
less than 55% nor more than 75% of its weight on its rear axle.
The following tests will be conducted with the apparatus fully
loaded and ready for service with the Fayetteville Fire Department:
1. Standing start acceleration test - must achieve 45 mph
within 30 seconds on level concrete or asphalt roadway -
must not exceed recommended governed speed of the engine;
must accomplish without manually changing the initially
selected transmission range(drive).
2. Top speed test - must achieve 60 mph on level roadway
without exceeding recommended governed engine speed.
3. Service brake test - must stop vehicle within 30 feet at
20 mph level roadway.
4. Parking brake test - parking brake system must hold
vehicle motionless for a period of five minutes on an
incline of approximately 20% with engine idling and
transmission in neutral; tests to be conducted with
brakes holding against both forward and backward motion.
5. The manufacturer shall conduct the standard Underwriters'
Laboratories tests for such apparatus and furnish
documentation of successful completion of said tests.
FAILURE TO MEET TEST REQUIREMENTS
In the event the apparatus fails to meet the test requirements of
these specifications on first trials, second trials may be made at
the option of the manufacturer within thirty (30) days of the date
of the first trials. Such trials shall be final and conclusive,
and failure to comply with the requirements specified herein shall
be cause for rejection of the apparatus.
Page - 4
• • BID 99-11
1.C.9
1999 Pumper Type Fire Apparatus Specifications
Permission to keep or store the apparatus in any building owned or
occupied by the Purchaser or its use by the Fayetteville Fire
Department during the above specified period with the permission of
the manufacturer shall not constitute acceptance.
The successful bidder shall defend any and all suits and assume all
liability for the use of any patented process, device, or article
forming a part of the apparatus or any appliance furnished under
the contract.
DELIVERY
The manufacturer shall state with his bid the number of working
days and/or calendar days needed for construction and delivery of
the apparatus after the contract is executed.
The manufacturer shall deliver the unit to the Purchaser and shall
furnish to the Purchaser a qualified delivery engineer who shall
remain in the City of Fayetteville a sufficient length of time to
instruct Fire Department personnel in the operation, care, and
maintenance of the apparatus.
Method of delivery is left to the discretion of the manufacturer,
but subject to the approval of the purchaser. Overland delivery
will be acceptable provided that the apparatus is driven to
Fayetteville via the shortest and/or most direct route from the
manufacturer's factory to the City of Fayetteville. Diversion to
alternative locations for purposes of storage, display, showing,
mounting equipment, or for any other reason will not be acceptable
without the expressed consent of the Purchaser.
Bidders are advised that no final payment for the apparatus
will be made upon delivery until the completed apparatus and all
equipment included in these specifications have been delivered,
tested, and accepted. The unit will be paid for when it and all
equipment listed herein have been accepted and are ready to be put
Page -S 5
BID 99-11 • •
1.C.10
1999 Pumper Type Fire Apparatus Specifications
into service.
The following documents must be delivered with the apparatus:
1. Two copies of complete operations and maintenance manuals
for the chassis, engine, pump, apparatus wiring,
transmission, and equipment.
2. All required U.L. Certification Test documents.
3. Any other documentation expressly specified herein.
WARRANTY
The manufacturer shall warrant the entire apparatus to be free of
defects in workmanship or materials for a period of one (1) year
from the date of acceptance by the Fayetteville Fire Department.
Warranties on components exceeding one year shall remain in force
and shall be passed on by the apparatus manufacturer. This
warranty shall cover the costs of parts and labor for the warranty
period. Bidders shall submit with their proposals a complete
description of the warranty to be furnished.
AWARDING OF CONTRACT
The contract will be awarded to the bidder deemed by the Purchaser
to have submitted the best bid overall subject to the Purchaser's
retained right to not accept any of the bids.
CHASSIS, CAB, AND POWER TRAIN SPECIFICATIONS
The cab/chassis shall be a Freightliner, Model FL 80, with four
door cab. It shall have riding spaces for at least five personnel,
two in the front and at least three in the rear. Fire personnel
shall be able to ride comfortably in the cab when outfitted with
full protective clothing. Each riding position shall be designed
with comfort and safety as primary factors. Provision shall be
made at each rear cab riding position and at the officer's position
Page - 6
• BID 99-11
LC.11
1999 Pumper Type Fire Apparatus Specifications
in the front section for mounting of self-contained breathing
apparatus (Scott Air Pak Model "Fifty", 2216psi). This shall be
accomplished by the mounting of seats specifically designed for
this purpose ("SCBA seats").
The driver's seat shall be of the adjustable air ride type,
high backed, and designed for maximum comfort and safety.
All four doors of the apparatus shall open outward from the
side of the cab. Front and rear doors on each side shall open in
parallel arcs. Each cab door shall have a stainless steel or
polished aluminum scuff plate installed on the inside of the door,
covering from the bottom of the door to at least nine inches (9")
above the bottom.
The entire interior of the cab shall be as one compartment
with no dividing partition between the front section and the rear
section.
Each riding position including the driver's shall be large
enough to accommodate a fully geared firefighter approximately six
feet, five inches tall, weighing approximately two hundred and
twenty-five pounds (225) with adequate head, leg, and side room.
STRENGTH, STABILITY, AND DURABILITY OF CHASSIS
The apparatus manufacturer shall certify that the chassis being
furnished for this unit is structurally and operationally sound for
the application intended and is designed to maintain that soundness
for the life of the unit, given normal use and maintenance.
Factors to be included in determining the structural and
operational soundness of the chassis shall include, but not be
limited to the following:
1. The frame and sub -frame.
2. The wheelbase (Fayetteville is a city of hills and short
radius turns. Thus it is the desire of the purchaser to
keep the wheelbase as short as practical, keeping
Page - 7
BID99-11 • •
1.C.12
1999 Pumper Type Fire Apparatus Specifications
personnel safety and operational efficiency as primary
factors. Bidders should include a specific reference
with their bids stating the wheel base of the finished
unit they are proposing).
3. The front axle and suspension system. Front axle to have
minimum capacity rating of 12,000 pounds. Heavy duty
telescoping shock absorbers (Monroe Magnum 70, or equal)
are to be used on the front axle. Oil seals with viewing
windows must be provided also, Chicago Rawhide oil seals,
or equal.
4. Rear axle and suspension system. Single rear axle
required. Rear axle capacity rating not less than 23,000
pounds. Single speed differential required allowing a
top speed of 65 m.p.h., ± S. All springs shall be
compatible with the corresponding axle and shall have
readily accessible lubrication fittings. Front springs
shall be of the taper leaf type.
5. The wheels and tires - tires to have expected service
life of not less than ten years for this application.
Front tires to be Michelin XZA2UR22.5, 14 -ply highway
tread, rear tires to be Michelin XDN11R22.5, 16 -ply all
terrain type. Wheels to be steel disc, ten hole, Budd
Accuride type 8.25" X 22.5".
6. The cooling system - radiator core, tubing, fittings,
etc., shall be of brass and copper materials, all heavy
duty. Cooling system shall meet or exceed requirements of
engine manufacturer under all truck operating conditions.
Low coolant sight glass required.
7. The fuel storage and fuel pumping system - minimum fuel
storage capacity of fifty gallons required; aluminum fuel
tank required.
8. The exhaust system (exhaust system not expected to last
the life of the unit, but must be designed to properly
Page - 8
• • BID 99-11
1.C.13
1999 Pumper Type Fire Apparatus Specifications
'vent' the engine) - exhaust gases shall discharge from
a chrome tipped pipe in front of the right rear wheels.
9. The drive train (engine/transmission specifications
contained later herein).
10. The steering system - Heavy duty integral hydraulic power
assisted steering required, rated for this chassis and
its intended use. Steering wheel diameter minimum
nineteen inches.
11. The braking system - must meet or exceed Federal Standard
FMVSS-121; full air brakes required with rapid pressure
build up system; compressor capacity at least 15.5 CFM;
must build up to 70 psi within 30 seconds when system is
empty. Heated air dryer required. Brakes to be disc
type on all wheels; spring activated emergency/parking
brakes required on rear axle chambers with control and
indicator light in cab; automatic slack adjusters
provided on all brakes. All anti -lock brake system (ABS)
required with Acceleration Slip Resistance (ASR) or
Automatic Traction Control (ATC) or comparable anti -slip
features included.
12. ELECTRICAL SYSTEM
The body electrical system shall be designed as an
integrated electrical package specifically engineered for fire
apparatus application. The integrated electrical system will be
comprised of a central power distribution panel which interfaces to
the body and chassis through an engineered harness system.
The electrical distribution panel and circuits must be
housed in a sealed enclosure. All circuit entry points to the
distribution panel must be made through locking bulkhead style
connectors which are sealed at the panel wall by formed gaskets.
The distribution panel will incorporate a sealed bulkhead style
stud for the main power source connection to the internal circuits.
A grounding stud shall be incorporated onto the panel enclosure.
Page - 9
I
BID 99-11 • •
1.C.14
1999 Pumper Type Fire Apparatus Specifications
All internal wire end terminals, including locking bulkhead
connectors, shall be mechanically affixed to the wire ends by
machine terminal crimping presses. No hand crimped terminals will
be acceptable.
All internal splices shall be ultrasonically welded
connections. ...no butt style connections will be acceptable. All
internal wiring shall be of the high temperature GXL type wire and
shall be protected by wiring duct wherever possible.
The electrical distribution panel shall consist of seven (7) power
distribution relays. The power distribution relays shall be
replaceable, SPDT automotive style, rated at a minimum of 30
amperes. The power distribution relay activation circuit polarity
shall be selectable between positive or ground input. Each relay
shall be protected by an appropriately rated circuit breaker.
Diagnostic LED's shall be present to indicate when the switch input
is activated, the polarity of the switch activation signal, power
to the relay buss, and power through the relay when activated.
The power distribution relays shall incorporate separate inputs
which are able to readily accept outputs from a load management
system. The load management inputs must allow for the addition of
a load management system before, during or after the time of
delivery without requiring and rewiring of the existing
distribution panel circuits. The input switch diagnostic LED's
shall be configured so that the indicator is controlled by the load
management inputs.
Connections to the distribution panel shall utilize spring loaded
"cage clamp" style connectors (Wago or equivalent) wherever
possible. Screw clamp type connections are not acceptable.
The electrical distribution panel shall incorporate a pump
interlock module. The module shall control the interlock circuit
to meet the current NFPA pump engagement requirements. Diagnostic
LED's shall be present to indicate the interlock signals of Park -
Brake, Neutral, Pump -in -Gear and O.K.-to-Pump circuits.
Page - 10
1999 Pumper TvDe Fire Annararna cnor;a:.n.-:.__
The pump interlock module shall be programmable to accept the
specific input polarity of the interlock signals to minimize the
use of redundant inverting circuits.
The distribution panel shall also contain circuits ancillary to the
required DOT signals and other body functions.
The complete body electrical system shall be 100% documented and
contain independent circuit diagrams with point to point wiring
information, as well as a general component diagram attached to the
inside cover of the distribution panel enclosure.
The body electrical panel shall be capable of being completely
disconnected and fully tested by a computerized circuit analyzer.
A computer printout of the tested enclosure shall be provided upon
request.
All electrical equipment switches shall be mounted on a removable
switch panel mounted in the cab easily accessible and serviceable.
Light switches shall be of the rocker type with integral indicator
light to show when lights are energized. All switches shall be
appropriately identified. Also, all switches used on this panel
shall be of the type that are readily available at local auto/truck
parts outlets and shall not require special ordering from the
apparatus manufacturer.
12 VOLT TESTING
The apparatus low voltage system shall be tested and certified. A
copy of certification shall be provided to the purchaser with the
apparatus.
RESERVE CAPACITY TEST
The unit shall be run until all engine and engine compartment
temperatures are stabilized and the battery system is fully
charged. The engine shall be shut off and the minimum continuous
electrical load shall be activated for ten (10) minutes. All
electrical loads shall be shut-off after (10) minutes and the
battery system shall then be capable of restarting the engine.
BID 99-11 •
I.C.16
1999 Pumper Type Fire Apparatus Specifications
ALTERNATOR PERFORMANCE TEST AT IDLE
The alternator shall be tested to assure that it will handle all
normal loads including warning lights at engine idle.
TOTAL SYSTEM MANAGER - CLASS 1
The
apparatus
shall be equipped
with a
Class 1 Total System Manager
or
comparable
electrical system
load
management system.
The system manager shall have a digital display to indicate system
voltage in normal operation mode and also indicate the output
configuration during programmable mode.
The system manager shall be protected against reverse polarity and
shorted outputs, and be enclosed in a metal enclosure to enhance
EMR/RFI protection.
The system manager shall have a cab display to indicate power on,
low battery, and fast idle activation.
FLUID CAPACITY PLATE
A permanently affixed fluid date plate shall be installed in the
driving compartment to indicate the type and qualities of the
following fluids used in the vehicle.
A. Engine Oil
B. Engine Coolant
C. Chassis Transmission Fluid
D. Pump Transmission Lubrication Fluid
E. Pump Primer Fluid (if applicable)
F. Drive Axle Lubrication Fluid
G. Air Conditioning Refrigerant
H. Air Conditioning Lubrication Oil
I. Power Steering Fluid
J. Cab Tilt Mechanism Fluid
K. Transfer Case Fluid
L. Air Compressor System Lubricant
Page - 12
• • BID 99-11
1.C.17
1999 Pumper Type Fire Apparatus Specifications
M. Generator System Lubricant
The following information shall also be supplied on the Fluid Data
Plate:
A. Chassis Manufacturer
B. Production Number
C. Paint Number
D. Year Built
E. Date Shipped
F. Vehicle Identification Number
POWER TRAIN
The engine shall be a Cummins ISC 330 horsepower @ 2200 RPM. The
engine shall be equipped with all standard and optional equipment
recommended by Cummins for this application.
The transmission shall be an Allison Model MD 3066R with specialty
rating and all other standard and optional features recommended by
Allison for this application. An electric backup alarm shall also
be provided. The transmission shall have only one overdrive ratio
above direct drive, five forward ratios total. Transmission shall
also be equipped with brake assisting speed retarder.
TOW HOOKS AND EYES
Two heavy duty chrome plated tow hooks or eyes shall be provided on
the front and rear of the apparatus, bolted directly to the frame.
CAB LIGHTING
The cab shall be equipped with the standard array of headlights,
spot lights, turn indicators, emergency flashers, ICC flashers,
clearance and marker lights, cab dome lighting, and door operated
step lights at cab entrances normally used for such applications.
ADDITIONAL SPECIFICATIONS APPLYING TO VEHICLE CAB
Page - 13
BID 99-11 • •
1.C.18
1999 Pumper Type Fire Apparatus Specifications
In addition to the requirements previously specified herein, the
vehicle cab shall be equipped with the following instruments:
1. Electronic tachometer, with hour meter.
2. Electronic speedometer, with odometer.
3. Dual air gauges with warning lights and buzzer.
4. Oil pressure and water temperature gauges.
5. Voltmeter and Ammeter.
6. Fuel level gauge.
7. Headlight high beam indicator.
8. Self -canceling turn indicator with hazard switch.
9. Large capacity, heavy duty heater/defroster.
10. 45,000 BTU air conditioning unit inside cab with 65,000
condenser. All cab walls to be insulated with one inch
(1") Styrofoam. Insulation to be hidden behind vinyl or
metal liner. ..same color as cab interior.
11. One outside spot light on each side of the front of the
cab, operable from inside cab, mounted through doorpost
or front of cab, Unity or equal, minimum 6 inches in
diameter, with halogen lamp.
12. Cab map light with 20 inch flexible goose neck, integral
switch, and 15 watt halogen bulb. ,
13. Deluxe VelVac or comparable "Bus Type" stainless steel
mirrors with 6.5" x 10" flat and 6" x 6.5" convex
sections mounted on each side of cab. Mirrors to be
electrically adjustable from inside apparatus cab.
14. Siren - There shall be one electronic (Federal Model PA -
Page - 14
• • BID 99-11
1.C.19
1999 Pumper Type Fire Apparatus Specifications
500-F, or comparable) siren. The electronic siren shall
be operable from controls on the siren amplifier only and
shall feed its audio into one Federal or comparable
speaker (100 watt) which shall be mounted recessed into
the cab bumper.
15. Air horns - Two Grover #1501 stutter tone, or comparable,
air horns shall be mounted recessed into the cab bumper
with activating controls easily accessed by both officer
and driver.
16. Alternator - The truck shall come equipped with a heavy
duty alternator, minimum rated output of 270 amps.
17. Radio compartment, waterproof, located beneath officer's
seat or between seats; compartment must allow for
mounting of two-way radio in such a way as to be easily
accessible for maintenance and repair.
18. Heavy duty insulation package to provide sound
penetration rating of not over 85 decibels while the
vehicle is in full emergency response mode.
19. Padded dashboard and firewall.
20. Padded cab doors with map pockets.
21. Cab instrumentation shall comply with SAE Standard J680B.
22. Handrails - 1 1/4" heavy duty brushed stainless steel or
polished aluminum with polished chrome brackets - one
each side at each entrance to assist entering each
safely.
23. Manufacturer's standard cab interior where not otherwise
specified herein.
24. A quick connect coupling for air tools or for charging
system shall be provided with female twist quick release
mounted in an easily accessible location.
Page - 15
BID 99-11 • •
1.C.20
1999 Pumper Type Fire Apparatus Soecificarinnc,
25. Individual, electric windshield wipers.
BODY/COMPARTMENTS SPECIFICATIONS
It is the intention of the Purchaser not to "write out" any
reputable pumper/apparatus manufacturer on the basis of body and
compartment construction. We will accept any reputable
(established) pumper manufacturer's standard body compartment
configuration as long as the following provisions are met:
1. Manufacturer's top of the line all aluminum construction
and configuration.
2. Left side - not less than four (4) compartments, each as
large as practical, with at least two "high side"
compartments each large enough to accommodate three
thirty -minute SCBA units mounted in Ziamatic type
brackets with room for masks and regulators and mounted
in such a way as to be easily and quickly removable for
fast donning. The rear high side compartment shall come
equipped with the proper Ziamatic brackets for three
thirty minute rated (2216 psi fill) Scott "Fifty" air
packs, mounted so that the Scott SCBA will stand in the
brackets with the cylinder valves up or toward the top of
the compartment. Ziamatic brackets shall be mounted in a
"runway" attached to the apparatus body having slotted
centers so that the brackets are easily movable
(adjustable) frontward or rearward and easily removable
and replaceable.
3. Right side - Two compartments, 1 each in front of and
behind rear wheels, with each as large as can be safely
and effectively functionally provided.
4. A rectangular compartment above the right side
compartments and the right rear wheels, running the
entire length of the body from the rear of the right rear
compartment to the front of the right front compartment
(under ladders), as deep as can be practically made, and
having two horizontally hinged, downward opening doors,
each of the same dimensions. Door opening height for
Page - 16
• • BID 99-11
1•C.21
1999 Pumper Type Fire Apparatus Specifications
these compartments shall be at least seven (7) inches.
5. One compartment at rear above rear step - minimum size
forty inches (40) wide, twenty-eight (28) inches high
,twenty-two (22) inches deep. This compartment shall be
single and separate from the side compartments behind the
rear wheels.
6. A tool compartment shall be provided below the hosebed
above the rear compartment. Minimum door opening for this
compartment; 10" high x 30" wide x 12" deep.
7. Dri-Deck flooring shall be installed in all the above
compartments.
8. There shall be four (4) tubular type SCBA cylinder
compartments located in the rear wheel wells, two on each
side. These compartments shall be well affixed to the
wheel well by seam welding. The bottom of the tubes
shall also be supported to eliminate cracking from
vibration. The tubes shall be vented to prevent moisture
accumulation. Doors for these compartments shall be cast
aluminum with a positive latch. Compartments shall be
lined with a material to protect the air cylinder finish.
9. Doors for all compartments except the long rectangular
compartments under the ladders, and the tool compartment
immediately below the hose bed, shall be of the "roll -up"
type. These shall be heavy duty, designed for fire
service applications. All roll -up doors shall be
Rollomatic/Robinson Shutters, or equal, installed
according to the manufacturer's instructions.
10. The horizontally hinged doors for the long rectangular
compartments and the rear tool compartment shall be of
the manufacturer's top quality, designed to make these
compartments water tight when closed. These doors shall
have Eberhard #206 double catching two point safety slam
type latches with flush mounted "D" ring handles designed
for easy use while wearing gloves. They shall have
Page - 17
BID 99-11 •
1.C.22
1999 Pumper Type Fire Apparatus Specifications
polished stainless steel continuous hinges with a pin
diameter of at least .1875 inch. These doors shall also
have positive mechanical stops or holders to hold the
doors open in a position perpendicular or nearly
perpendicular to the apparatus body, and easily released
for closing.
11. All compartments must be well lighted, lights to come on
when doors are open with battery switch on; lights
shall go off when doors are closed.
12. Doors must adequately vent compartment when door is
closed.
FENDERS. RUNNING BOARDS AND EDGES
Fenders shall be heavy duty design, fabricated for long life. They
shall be the manufacturer's top of the line. Rear fenders shall
have chrome or polished aluminum fenderettes around facings.
All running boards, steps, and trim pieces shall be of minimum 1/8"
bright finish aluminum tread plate. All edges and corners shall be
rounded and deburred to prevent snagging and injury. Additional
tread plate shall be furnished as follows:
1. 4" kickplates above running boards wherever necessary to
protect body.
2. All surfaces over compartments or on top of body where
personnel may walk or equipment may be mounted.
3. Entire rear face of body.
4. Battery box covers.
HOSE BED
The hose bed shall be of aluminum construction throughout,
Page - 18
• • BID 99-11
1.C.23
1999 Pumper Type Fire Apparatus Specifications
reinforced where necessary. The interior shall be smooth and free
from all projections such as nuts, sharp angles, or brackets which
might damage the hose.
The hose bed shall be divided into six (6) compartments, each
having a capacity as follows: Standing behind the truck and facing
the rear of the truck, the first hose compartment on the left
(driver's side) can be counted as number 1, the next one to the
right as number 2, and so on across the hose bed from left to
right, numbered consecutively.
Hose bed #1 shall have ample space to carry 250 feet of 1 3/4" 100%
synthetic double jacketed fire hose connected together from five
(5) fifty foot sections.
Hose bed #2 shall be the same as hose bed #1.
Hose bed #3 shall have ample space to carry 800 feet of 3" 100%
synthetic double jacketed fire hose, connected together from
sixteen (16) fifty foot sections.
Hose bed #4 shall have ample space to carry 800 feet of 5" hose,
Snap Tite DuraLite, or equal, connected together from eight (8) 100
foot sections with Storz type couplings.
Hose beds #5 and #6 shall be the same as hose beds #1 and #2.
Each hose bed compartment shall be partitioned off from the
adjacent compartment by an aluminum divider. All dividers shall be
mounted in such a way as to be readily movable without removing the
divider from the hose bed. Dividers shall also be designed though
to be readily removable from the bed if needed.
BOOSTER TANK
The booster tank shall be a UPF Poly -Tank II E, with a minimum of
750 gallons capacity. The tank shall have a lifetime warranty
against corrosion and any other type of tank failure not related to
misuse or abuse. The booster tank shall be connected to the intake
Page - 19
BID 99-11 • •
1.C.24
1999 Pumper Type Fire Apparatus Specifications
side of the fire pump with hard rubber tubing through a 3 54 inch or
larger full flow ball valve with the control at the pump panel.
Tank to pump line shall run straight (no elbows) from the tank to
the pump. There shall be a check valve in the pump inlet opening
to prevent water under pressure admitted to the pump from another
source from
backing up into the tank (3/16" hole in check valve ok)
Tank mounting, removal capability, baffling, filler, overflow, and
other pertinent features shall comply with the requirements of NFPA
41901.
FIRE PUMP AND ACCESSORIES
The fire pump shall be a Waterous single stage, centrifugal, rated
at 1250 gpm capacity at 150 psi net pump pressure and fully
complying with NFPA 1901 requirements.
The driver of the apparatus must be able to completely engage the
pump on the apparatus without leaving the cab. Indicator lights
shall be provided to tell the operator when the vehicle is in
pumping mode, road mode, or neutral. Said lights shall be located
in the cab in front of the driver's position and just adjacent to
the throttle control on the pump operator's panel.
The pump shall be equipped with a positive, efficient pressure
control device which, when properly set, will not allow a pressure
increase of more than twenty (20) psi when a flow of 1250 gpm is
slowly shut off. Pressure control indicator shall be included to
show when the device is operating or in stand-by readiness.
The pump shall be equipped with an electrically driven, positive
displacement, rotary type priming device.
Each main pump suction shall include a removable strainer to
prevent entry of damaging particles into the pump impeller.
Other required features related to the fire pump:
Page - 20
• BID 99-11
1.C.25
1999 Pumper Type Fire Apparatus Specifications
1. Six inch main pump inlet manifold on each side of
apparatus with a Snap Tite (or comparable) 6" FIST female
(swivel) to 5" Storz connector adapter (gated) on each
side. All inlet valves shall have air bleeders on the
hose side of the valve with minimum air passage ways of
1/4 inch with no restriction when air bleeder valve is
open. Main pump inlet manifolds to be of the short type,
protruding not more than 2 34 inches outside body panels.
2. All essential pump controls including intake and
discharge valves, relief valve, primer, throttle control,
gauges, heat exchanger, etc., shall be operable from the
pump operator's position amidship on the left side of the
apparatus except the right side Snap Tite inlet valve,
and the gated wye controls on the rear of the apparatus
as to be specified subsequently herein.
3. There shall be two (2) 2 34" discharges on each side of
the apparatus, on and directly across from the pump
panel, each controlled by a ball type, push-pull
operated, all bronze bodied, full flow 2 34" valve.
4. There shall also be two 2 34" outlets, one on each side,
at the rear, protruding out the rear panels just below
the hose bed. The outlets shall be piped off the pump
with three inch (3") piping, controlled by separate 3"
ball type, push-pull, bronze, full flow valves. The
three inch pipes shall culminate into a 3" N.P.T. female
to 2 34" N.S.T. male chrome plated or polished aluminum
adaptor. Adequate clearance shall be allowed on each
rear discharge to connect a 2 34" x 1 34" x 1 34" gated wye
adapter and freely open and close the gates on the wye
when it is in the horizontal position. However, these
outlets shall not be located so as to interfere with hose
being pulled out or being paid out of any section of the
hose bed. 3" rear discharge piping shall not pass through
booster tank.
5. Each 2 34" outlet shall have a 3/4" drain valve, connected
on the discharge side of the outlet valve and controlled
Page - 21
BID 99-11 • •
I.C.26
1999 Pumper Type Fire Apparatus Specifications
by easily accessible valve controls, three on each side
of the truck. Rear discharge drain controls may be at
the rear of the truck, directly under the outlet.
6. There shall also be a 3" deck gun riser coming off the
pump discharge in such a way that a permanently mounted
deck gun can be used effectively and safely. This
piping shall be installed securely so that no movement
occurs when the deck gun is in use at high flows and/or
high pressures. This riser shall be gated and controlled
at the pump operator's panel also. This valve shall be of
the slow -close type prohibiting opening/closing of the
valve in less than three seconds.
GAUGES
There shall be a discharge
outlets, connected on the
on the pump operator's
correspond with the outlet
controls, gauges, and
identifiable.
gauge connected to each of the six 2 "
discharge side of the valve, and mounted
panel, numbered and color coded to
to which each gauge is connected. Valve
drains shall be common color code
There shall also be an individual discharge pressure gauge in the
piping to the deck gun, also connected on the discharge side of the
valve and mounted on the pump panel. This gauge and valve control
shall be color coded red with white letters.
All the aforementioned gauges are to be 3" in diameter, graduated
to 400 psi, liquid filled, freeze resistant type, products of Span
Instruments of Plano, Texas, or equal.
There shall also be a master discharge gauge (0 - 600 psi)
connected to the pump chamber as close as practical to where the
water leaves the pump and mounted on the pump panel in a readily
distinguishable setting. There shall also be an intake pressure
(compound) gauge (30 in. Hg to 300 or 400 psi) connected as close
Page - 22
a
• BID 99-11
1.C.27
1999 Pumper Type Fire Apparatus Specifications
as practical to where the water enters the pump and mounted on the
pump panel in a readily distinguishable setting. These master
gauges shall be at least 4 % inches in diameter, liquid filled,
freeze resistant type, products of Span Instrument, or equal.
The pump to gauge lines shall be designed with enough
flexibility to allow the gauge panel on the pump panel to be of the
vertically hinged "swing out" type for easy access to the rear of
all gauges.
The gauge panel and pump operator's panel shall be covered with a
non -glaring, non -reflective black vinyl surface material.
Lighting, sufficient to well illuminate the pump operator's panel,
shall be provided controlled by a switch on the panel.
Additionally, the pump operator's panel shall contain an electronic
type engine throttle control and a control for a heat exchanger
type auxiliary engine cooling device (no radiator fill valve).
Other control devices on the pump panel shall be provided as
required by NFPA ##1901.
BOOSTER HOSE REELS
The truck shall have one (1) booster hose reel mounted directly
behind the cab, either side, at the frontmost part of the body,
above the pump. The reel shall come equipped with two hundred fifty
feet (250') of one inch (1") booster hose, 800 psi test. The one
inch hose line shall have a KM Products Model DQS40 nozzle rated at
5-10-24-40 gpm at 100 psi. This nozzle shall be mounted in some
kind of substantial holder on the same side of the apparatus as the
reel and in such a way as to make accessing and pulling the booster
line off the reel as easy as practical. The reel shall be of the
electric rewind type with push button switches, hand or foot
operable, on the corresponding side of the truck. The reel shall
have stainless steel rollers to act as guides to make pulling and
rewinding the hose easier. The outside hose guide rollers shall be
constructed and mounted in such a way that the hose will pass over
the roller approximately six inches (6") outside the apparatus
body. The hose guide rollers shall also be mounted in such a way as
Page - 23
BID 99-11 •
1.C.28
C
1999 Pumper Type Fire Apparatus Specifications
to allow the reel hose line to be pulled from either side of the
truck.
The reel shall be mounted in such a way that at least the top half
of the reel and the hose wound thereon are visible to someone
standing on the ground beside the apparatus and directly beneath
the reel.
The piping to the reel shall include a push-pull operated valve,
controllable from the pump panel. The piping from the pump to the
reel hose line shall be adequate to enable the reel hose line to be
flowing fifty (50) gallons of water per minute with a pressure
loss not exceeding twenty (20) psi between the pump master gauge
and the reel inlet.
DECK GUN
Mounted between the front (cab end) of the hose bed and the front
of the apparatus body, on the side opposite the hose reel in a
location readily accessible for manual operation, shall be a Akron
Apollo Style 3422 deckgun connected to the pump discharge by piping
not smaller than 3 inches (3"), coming off a 3" slow open valve
connected directly to the pump discharge provided for a deck gun,
and operable from the pump panel.
The deck gun shall be mounted in such a manner as to have freedorr
to turn 360 degrees in either direction and to discharge water at
or below horizontal. It should also be mounted in such a manner as
to be safe for operating by one firefighter while discharging 1,100
gallons per minute through a 1 3/4" nozzle tip at 150 psi nozzle
pressure in any operable position. it shall also be mounted and
piped in such a way that when a water flow of 1,000 gallons per
minute is discharging from the nozzle tip, the pressure loss
between the master pump discharge gauge and a pitot tube gauge
reading the nozzle pressure will not exceed 50 psi.
The deck gun shall have a detachable, lightweight stream shaper
with thread on each end to be 2 n" NST, Akron style 3488, or equal.
Page - 24
• BID 99-11
1.C.29
1999 Pumper Type Fire Apparatus Specifications
Nozzles for the deck gun shall be stacked solid stream tips of 1
3/8", 1 r", 1 3/4", and 2" (Akron style 2499 Akrolite, or equal).
Also, included shall be the optional portable monitor base for the
Apollo gun, having two 2 W" female swivel inlets.
Three (3) ladders shall be furnished and mounted on the apparatus
as follows:
On the right side shall be a twenty-four (24) foot, two -
section extension ladder and a fourteen (14) foot roof ladder, each
of aluminum construction. These shall be products of, or equal to
similar products of, the Duo -Safety Company of Oshkosh, Wisconsin.
Also included shall be a ten (10) foot folding aluminum attic
ladder (Duo -Safety or equal). This ladder shall be mounted in an
accessible location and in such a way as to be readily removable.
ELECTRIC LIGHTS AND WARNING DEVICES
In addition to the lights furnished and/or required with the
chassis, there shall be provided the following lights and warning
devices:
Emergency Scene Lighting..Two telescoping emergency scene
floodlights mounted onto the rear of the apparatus cab, or onto the
front (cab end) of the body, one on each side. These lights shall
be capable of 360 degree manual rotation when extended. They shall
also be wired directly to a switch or circuit breaker box which has
a power cord permanently extended to the generator compartment and
which can be manually plugged into a generator outlet. Lamps for
these lights shall be 500 watt, quartz type. Extending flood lights
shall be Fire Research Corporation model LT530-S, or equal.
Two 6" diameter rear swivel deck lights mounted above the
tailboard handrail, one on each side, with flood type lamps, not
less than 6,000 candle power (halogen type) each.
Page - 25
BID 99-11 • •
1.C.30
1999 Pumper Type Fire Apparatus Specifications
Two Public Safety Equipment Company Model 550 rotating red
lights (or comparable) , one each side, installed above the hosebed.
These lights to be controlled by a switch in the cab.
Two alternately flashing red lights on the front of the cab,
one each side, mounted inside the headlights. The same switch
shall control these and the rear rotating red lights.
Mounted atop the truck cab shall be a Federal Street Hawk
light bar with red lenses on both sides and with amber flashing
takedown style lights to the rear, clear flashing takedown lights
on the front, and clear solid "alley lights" to each side. Control
switches for this system to also be in truck cab readily accessible
to the driver. Additional warning lighting shall be provided as
necessary to comply with the current requirements of NFPA #1901.
PREPARATION AND PAINTING - BODY AND CAB
All exposed metal surfaces not chrome plated, polished stainless
steel, or bright aluminum tread plate shall be thoroughly cleaned
and prepared for painting. The aluminum surfaces shall be properly
etched using a high pressure and high temperature acid etching
system. All steel surfaces shall be properly treated using a 3 -
phase high temperature cleaning/phosphatizing system. All
irregularities in painted surfaces shall be rubbed down and all
seams shall be caulked before the application of the finish coat.
Both the cab and body shall be painted.
All removable items such as wheels, brackets, compartment doors,
door hinges, trim, etc. shall be removed and painted separately to
insure finish paint behind all mounted items. Body assemblies that
cannot be finish painted after assembly are to be finish painted
before assembly. Both aluminum and steel surfaces to be painted
shall be primed with a two -component primer which is compatible
with the finish coat.
The apparatus is to be finish coated red with premium quality
urethane topcoat, providing a surface gloss of 90 percent
reflection measured on a 60 degree geometry. The color is to be
Page - 26
• • BID 99-11
1.C.31
1999 Pumper Type Fire Apparatus Specifications
Candy Apple Red.
An isolation tape or gasket material is to be used prior to
reassembly or reinstallation of the lights, handrails, door
hardware, etc. to prevent any damage to the finished painted
surfaces.
Compartment interiors shall be painted with a mar/scratch/chip
resistant finish.
LETTERING
Mylar/Mylar, gold/black shaded lettering, 3, is to be provided as
follows:
(1) On each front door of the apparatus are to be the words:
FAYETTEVILLE FIRE DEPARTMENT.
STRIPING
Mylar gold striping is to be provided along the top, bottom, front,
and rear edges of the body with scrolls in each corner, accented
with a pin stripe.
A ten inch (10") white scotchlite band shall be provided around the
apparatus at headlight level. This band shall surround the entire
truck, breaking only where necessary for obstructions, door
openings, etc.
ADDITIONAL EQUIPMENT TO BE INCLUDED (PER UNIT)
1 - Red nylon hose bed cover, installed.
4 - Akron brass "Assault" nozzles rated at 125 GPM at 75PSI with
pistol grip handles, Akron style #4820.
Pike Poles One ten foot, one (1) six foot, products of Duo -
Safety, or equal; fiberglass handles required,
Page - 27
BID 99-11 • •
1.C.32
1999 Pumper Type Fire Apparatus Specifications
mounted.
Axes One 6 pound pick head and one 6 pound flat head axe,
fire service quality, with brackets, mounted prior
to acceptance; all axes to have fiberglass handles.
Hand Lights Two streamlight SL -20 lights with vehicle chargers
mounted inside truck cab, one in front, one in
rear; and two Streamlight SL -40 Fire System hand
lights with vehicle chargers mounted, one in front,
one in rear of cab.
Generator - One Honda Model EM -5000S generator to be mounted in
the low side compartment, right rear, mounted to
slide in and out on a tray,or sliding frame/skid,
operable on the slide or removed for remote
operation; generator to be wired into chassis
electrical system to allow starting off truck
batteries.
Wye Adapters -Two 2 3" NST(F) to two 1 ≤ NST(M) gated, Akron
#2581, or equal.'
Double Male/Female Adapters - One set, lightweight, NST.
Wrenches - Four combination storz/hydrant wrenches with holders,
mounted; 2 spanner wrenches (Akron #10); 2 spanner
wrenches (Akron #19);
Other - Six (6) Elkhart #320 running board mounts, not
mounted on delivery.
One, (1) Akron #1828 - 2 M' hydrant valve,
mounted.
PPV Fan One (1) RamFan Model GF165
Miscellaneous -At least one of any special tools required in the
normal maintenance, testing, disassembly, or assembly of the
Page - 28
• • BID 99-11
1.C.33
1999 Pumper Type Fire Apparatus Specifications
apparatus or its component parts shall be included with the
apparatus upon delivery. This does not include regular wrenches or
other devices normally available from local outlets, but custom
made or designed tools specifically necessary to properly work on
this apparatus or its parts.
The apparatus shall be subjected to and approved by each of the
following tests:
1. Underwriters Laboratories Certification Test at the
manufacturer's plant, results of which must be delivered
with the apparatus. It shall be at the option of the
Purchaser whether to have a representative witness this
test, but if it is decided to do so, the Purchaser will
furnish the travel expenses necessary.
2. Various acceptance tests conducted by the Purchaser after
delivery, but before acceptance, to ascertain that the
apparatus meets certain specific requirements of these
specifications.
EXCEPTIONS TO SPECIFICATIONS
Interested representatives who cannot exactly meet these
specifications are invited to submit proposals anyway, provided
that all exceptions which they propose to these specifications are
listed in writing with the respective proposal.
CHASSIS PRE -PAYMENT OPTION
Each bid shall include an option of pre -paying the cost of the
chassis upon receipt by the apparatus manufacturer with an
explanation of any corresponding decrease in the total bid.
Page - 29
B1D 99-11 • •
1.C.34
1999 Pumper Type Fire Apparatus Specifications
QUESTIONS. INQUIRIES
Questions or inquiries concerning the specifications
pertaining to the apparatus described herein may be directed to:
Mickey Jackson, Chief
Fayetteville Fire Department
303 West Center
Fayetteville, Arkansas 72701
501-575-8365
Questions pertaining to the bidding process should be directed
to:
Peggy Vice, Purchasing Director
113 West Mountain
Fayetteville, Arkansas 72701
501-S75-8289
Page - 30
F.AYETTEVftLE .
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
mu City Council of Fayetteville
Thru: Fred Hanna, Mayor
Liffim Mickey Jackson, Fire Chief
Date: January 13, 1999
RE: Approval of Fire Apparatus Bid
On January 11, bids were opened in Purchasing Director Peggy Vice's office for Bid #99 -
II, for a new fire department pumper. The budget for this project is $200,000. The eight bids
received ranged from 5162,422.00 to $190,755.00. The lowest bid received listed several
exceptions to our specifications. We cannot recommend acceptance of this bid because of the
nature of some of these exceptions. These exceptions include payment upon delivery (which we
don't do), too long a wheel base, and a lighter duty (cheaper) transmission.
The second lowest bid of $167,747.00, meets our specifications with two very minor
exceptions. This is easily the best overall bid we received, and our specifications state that we
will determine whose bid is best overall and not necessarily accept the lowest bid.
I am recommending for your consideration approval of the bid of Ferrara Fire Apparatus,
Incorporated, of Holden, Louisiana as the best bid submitted for this project. Ferrara is a very
reputable fire apparatus manufacturer, having been in this business for many years.
If any of you have questions or need additional information concerning this project,
please give me a call at 575-8365 (city extension 365) or come by the office. Thanks for your
consideration of this important matter.
MJ/ca
BTD99=11 TEV&LE
1.G2
Till CITY Of IATITTI VIIIl. ARKANSAS
DEPARTMENTAL CORRESPONDEN
TQ; City Council of Fayetteville
Thy; Fred Hanna, Mayor
From: Mickey Jackson, Fire Chief.
Date: January 13, 1999
RE: Approval of Fire Apparatus Bid
On January 11, bids were opened in Purchasing Director Peggy Vice's office for Bid #99 -
II, for a new fire department pumper. The budget for this project is $200,000. The eight bids
received ranged from S 162,422.00 to $190,755.00. The lowest bid received listed several
exceptions to our specifications. We cannot recommend acceptance of this bid because of the
nature of some of these exceptions. These exceptions include payment upon delivery (which we
don't do), too long a wheel base, and a lighter duty (cheaper) transmission.
The second lowest bid of 5167,747.00, meets our specifications with two very minor
exceptions. This is easily the best overall bid we received, and our specifications state that we
will determine whose bid is best overall and not necessarily accept the lowest bid.
I am recommending for your consideration approval of the bid of Ferrara Fire Apparatus,
Incorporated, of Holden, Louisiana as the best bid submitted for this project. Ferrara is a very
reputable fire apparatus manufacturer, having been in this business for many years.
If any of you have questions or need additional information concerning this project,
please give me a call at 575-8365 (city extension 365) or conic by the office. Thanks for your
consideration of this important matter.
MJ/ca
x AGENDA REQUEST
CONTRACT REVIEW
• • BID 99-11
I.C.
pI
STAFF REVIEW FORM zG la �f9
GRANT REVIEW
For the Fayetteville City Council meeting of FEBRUARY 2, 1999
FROM:
MICKEY JACKSON, FIRE CHIEF
FIRE DEPARTMENT
Name Division Department
ACTION REQUIRED: APPROVAL OF BID OF FERRARA FIRE APPARATUS, INC., IN TElE
AMOUNT OF $167,747 (BID #99-11) FOR A NEW FIRE DEPARTMENT PUMPING ENGINE.
COST TO CITY:
t. 167,747.00
Cost of this Request
4470-9470-5802-00
Account Number
99022
Project Number
200,000
Category/Project Budget
$ -0-
Funds Used To Date
$ 200,000
Remaining Balance
Budgeted Item
CONTRACT/G
RA
NT/LEASE REVIEW:
Accou ifig a 'er
- A
City Attor//
n
Purchasinq Officer
FIRE APPARATUS REPLACEMENTI
Category/Project Name
FIRE DEPT. IMPROVEMENT
Program Name
SALES TAX CAPITAL IMPROVEMi
Fund FUND
Budget Adjustment Attached
rative Services Di
GRANTING AGENCY:
/ -/3 -9
Date Coo dinator Date
Date IV ernal Auditor Date
Date
Division ^ Date
Date
Cross Reference
New Item: Yes No
IVYV11LiT" A P rev Ord/Res q•
Adm nistrative Services Director Date
Orig Contract Date:
May ate