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